Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2015-347 - 11/10/2015 - Approved
2015-347 11/10/15 M2015-126 Haas-Anderson Construction Ltd. 00 52 23 AGREEMENT This Agreement,for the Project awarded on November 10,2015,is between the City of Corpus Christi (Owner)and Haas-Anderson Construction,Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Southern Minerals Road—Up River Road to IH-37(Bond 2014) Project No.E13095 This project includes the reconstruction of approximately 1800 LF of Southern Minerals Road between Up River Road and the north frontage road for IH-37. Improvements will include demolition and removal of existing facilities;construction of continuously reinforced concrete pavement,storm water ditches and pipe,8-inch and 24-inch waterlines and appurtenances,and associated improvements such as movement markings and signage,and temporary traffic controls during construction. There are no ADA pedestrian improvements or wastewater improvements included in the project scope of work. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV.Inc. 801 Navigation Blvd.,Suite 300 Corpus Christi.Texas 78408 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,PE—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd..Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be Agreement 00 52 23-1 Southern Minerals Road—Up River Road to IH-37(Bond 2014), E13095 REV 03-10-2015 INDEXED completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 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. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,000 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 $ 3,060,904.65 Agreement Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 005223-2 REV 03-10-2015 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. 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. Agreement Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 005223-3 REV 03-10-2015 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; 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. Agreement Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 005223-4 REV 03-10-2015 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 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; Agreement Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 52 23 - 5 REV 03-10-2015 B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 005223-6 REV 03-10-2015 ATTEST Le_4" City Secretary J.' . Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM Z sst. City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) COUNCIL L(?1:)(//// SECRETA;; Haas -Anderson Constructio , Ltd. By: V. / . fiat s Note: Attach copy of authorization to sign if P. s fri . : ,.n Management, Let Person signing for Contractor is not President, Title: G Ps.- ' Vice President, Chief Executive Officer, or Chief Financial Officer P.O. Box 7692 Address Corpus Christi, TX 78467 City State Zip 361/853-2535 Phone dcullen@haas-anderson.com EMail END OF SECTION Agreement 00 52 23 - 7 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1- BID RECIPIENT 1.01 In accordance wi h the Drawting Specifications, and Contract Docum nts, this Bid Proposal is submitted by 4c`L$-- de" r1' f�� v C D►t� Gi±i a 1� TG(type or print name of company) on: Wednesday, September 16, 2015 at 2:00 p.m. for Southern Minerals Road - Up River Road to IH -37 (Bond 2014), Project No. E13095. 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 - Southern Minerals Road - Up River Road to IH -37 (Bond 2014), Project No. E13095 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 TO BID 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 Acknowled ing Receipt -( ) `1' -1I -LC-- ) Bid Acknowledgement Form 00 30 00 - 1 Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 REV 06.12.2015 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 0. 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 limes, 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 Admowiedgement Form Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 003000-2 REV 06.12-2015 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 ail 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 Southem Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 003000-3 REV 06-12.2015 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and 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 3000 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. 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. Bid Acknowledgement Form Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 003000-4 REV 06.12.2015 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. 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:4J1&r�bi Bidder: f -f q S ` C-0111.5)-rual) n) r/ - (typed printed full legal name of Bidder) By: (individual's signature) Name: 0,0. 49q3 /} r // (typed or printed)/ Title: �f"(`eS;Ctehl-/ //,?s�- rs)/t 445,,4, L. f r �'), /`;�`�»2✓ (typed or printed) Attest: �/LL.t/ ! ` Ct State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) -rex45 '71-:L,21 - RD' EDir Fir t2 Co r/01).5 riSff j -rx yze‘17 Phone: , I-753-3535— Email: dCaleo nq hG4 S- pwiersh.„, (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 00 30 00 - 5 Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 REV 06.12.2015 CERTIFICATE OF AMENDMENT TO THE CERTIFICATE OF LINIITED PARTNERSHIP • OF HAAS -ANDERSON CONSTRUCTION II, LTD. Pursuant to the provisions of Section 2.02 of the Texas Revised Limited ar rshipfor that, the pose undersigned limited parmership desires Lo amend its certificate of limited partnership p submits the following certificate of amendment. 1. The name of the limited partnership is HAAS -ANDERSON CONSTRUCTION fl, LTD. 2. The certificate of limited partnership is amended as follows: The new name of the limited partnership is HAAS -ANDERSON CONSTRUCTION, LTD. 1 . 3. This amendment to the certificate of limited partnership shall be effective on Januaq 1, 2002. FILED In the Office of the Secretary of State of Texas DEC 19 2001 Corporations Section Signed this I rt daY of Po -c- ' A , 2001. HAAS -ANDERSON MANAGEMENT, L.C., General Partner By: cj-r, •l �� DARRHAE►8, President 00 30 01 BID FORM Project Name: SOUTHERN MINERALS ROAD - UP RIVER ROAD T011-1 37 (BOND 2014) UNIT Project Number: E13095 ' Owner: City of Corpus Christi TEMPORARY TRAFFIC CONTROLS Bidder: Haas -Anderson Construction, Ltd. $100,000.00 OAR: TEMPORARY PAVEMENT FOR CONSTRUCTION DETOUR SY 2,920 Designer: _LN V, INC. A3 Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED . AMOUNT Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al TEMPORARY TRAFFIC CONTROLS LS 1 _ $100,00.0.00. $100,000.00 A2 TEMPORARY PAVEMENT FOR CONSTRUCTION DETOUR SY 2,920 $30;00 _ :$87;600.00 A3 OZONE ACTION DAY DAY 2 $500:00 $:1000:00 A4 SILT FENCE FOR S.W.P.P.P. LF 50 $35.00 _ $1750.00 A5 12" EROSION CONTROL LOG FOR S.W.P.P.P. LF 192 $12:00 $2,304.00 A6 18" EROSION CONTROL LOG FOR S.W.P.P.P. LF 266 $12;OQ :_ . $3;192,00 A7 CONSTRUCTION EXIT FOR S.W.P.P.P. EA 4 . - $2,500100. __ .1101000:00 A8 SEEDING FOR EROSION CONTROL SY 150 $5:00 _. , . -$750:00 A9 SURVEY MONUMENT EA 1 $1;800100 i .x_,$1;800400 A10 FENCE RELOCATION LF 1,000 • $2$,04 i -. .-$25;000;00 SUBTOTAL PART A - General (Items Al thru Al0) 423305.6:00 Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 MOBILIZATION (MAXIMUM OF 5% OF STREET IMPROVEMENTS CONTRACT PRICE) LS 1 $75,009:00. _ :$75;000.00 B2 CLEAR RIGHT-OF-WAY AC 3 $30,00000 _$994000.00 B3 STREET EXCAVATION SY 8,800 $20.00 ' ;$116,000100 B4 12" COMPACTED SUBGRADE SY 8,800 $5:00 : : $`44;000:00 B5 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR 1-2) SY 8,800 $15':00 . _.:$132000:00 B6 PRIME COAT (0.15 GAL/SY) GAL 1,320 $5.65 '$74158.00 B7 1" HMAC PAVEMENT (TYPE D) BOND BREAKER SY 8,400 $11.00 -_ `_. $924400.00 B8 8" CONT. REINF. CONCRETE PAVEMENT (CLASS P) SY 8,400 $89.00 ,$2.47,600.00 B9 6" CONCRETE DRIVEWAY SF 2,540 $9.25: $23,495.00 B10 8" CONCRETE DRIVEWAY (MATCH EXISTING) SF 4,074 $1,0.00 . . _ • $4040.00 B11 PREFAB. PAVEMENT MARKING TYPE C (W) (ARROW) EA 2 $261.00 _ $522.00 B12 PREFAB. PAVEMENT MARKING TYPE C (W) ("ONLY") EA 2 $348.00 - $696:00 B13 REFL. PAVEMENT MARKING TYPE 1 (W) (4") (SOLID) LF 3,650 $030 $1;825.00 B14 REFL. PAVEMENT MARKING TYPE I (Y) (4") (SOLID) LF 1,084 $0.50 $542.00 B15 REFL. PAVEMENT MARKING TYPE 1 (Y) (4") (BROKEN) LF 370 30.50 _. 3185.00 BI6 REFL. PAVEMENT MARKING TYPE 1 (W) (8") (SOLID) LF 60 $1.:.15 569.00 B17 REFL. PAVEMENT MARKING TYPE I (W) (24") (SOLID) LF 30 $4.05 $121.50 B18 TY II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED) EA 60 $5.80 $348:00 B19 TY I -C RAISED PAVEMENT MARKER (REFLECTORIZED) EA 10 $5:80 _ _`$58.00 B20 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) EA l $700.00 i $700.00 B21 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) AND STOP SIGN EA 1 $755:00$, 55.00 B22 NO PARKING SIGN EA 4 $523.00 _ • $2092:00 B23 OTHER REGULATORY SIGN EA 5 $668:00 _ 43;84.0100 B24 ASPHALT PAVEMENT REPAIR (TYPE 1) SY 64 $216:0`0'- __-_ X1.:8;$24;00 B25 FLOWABLE GROUT MATERIAL FOR GAP FILLER GAL 1,555 $1.3.50 :. _$20;992.50 B26 6" CONCRETE PAVEMENT REPAIR (CLASS P) SY 25 $170.00 . $4;250.00 00'SZen 00'5ZL'9S 1 V3 (Z 3dA1) A18 1N3SSV 1NVIIQAH 3111.4 OZQ 00"019`8£S 00"5£4`9S 9 V3 (I 3d A1) A78W3SSV INV11OAH 31114 610 00"05E`Z$ 00"5LI`IS Z V3 A18W3SSV INVNOAH 3111d'1SIX3 3OVA1VS V 3A01A1311 810 00'00044ZS 00'000`4ZS 1 V3 113AOD V X08 KUM 3A1VA 31V0'VIO..17Z LIO 00'00£`95 00.51.5' IS 4 V3 N3A0J V X08 HIIM 3A1VA 31V0 "VICE A 9IO 00"58815 00'5887S 1 V3 331 "ICI ..8 X ..4Z SIO 00'OZ4'51S 001/L5'ZS 9 V3 ON38'1'O054'VIO..4Z PIG 0017067S 00'Z54'IS Z V3 QN38TC10S4'VIC..8 £IO 00"091-Z9S 007 -LLS O8 Al (01S THOS) 3NPRI31VA1..4Z NO.4 ONISVO 13315 NIG ..9E ZIO 00108`5ZS 0('£ZES O8 .41 (OP 'HOS) 3N111131VM ..8110d ONISVO 13315 NIG ..ZI 110 O57LI'54ZS 05'041$ 51 -el Al (ISd OSZ SSV1D) 3N111131VM NO1113111Ona via ..4Z 010 00'OO6ZS 00'541$ OZ Al (ISd 05E SSV1O) 3N11113IVM 110111 3111 -Dal "V1O..8 60 00.1E1.8LS 00'E4S LI8`1 Al (8111O)3N111131VMOAd0063"VIQ..8 80 00"OLI'4$ 00'OLI'VS I S1 X08 3A1VA 1131VM 313113NOO'ISIX3111ANDV8 LO 00'0Z4415S 00"0ES 4IL`l Al 311111131VM "ICI NO'VD "VI0..4Z'1SIX33AOW3N 90 O57EV5S 05"9ZS 50Z Al 3N111131VM'1'0110'1"O "VICE ..OZ"ISIX33AOW311 50 00'9£9'ZIS 05'04S VIE Al 3N111131VMIN31/N3O-SOIS38SV'VI0..8'ISin3A01A1311 40 001117t8 IS 00.0ZI46$ Z V3 N01133NNOO/MI-311'VIC..17Z EQ 00'5£6'£$ 00'5£6`ES 1 V3 NO1133NNO3 / MI -311 NIG ..8 MI 00"000`5ES 00'000`5ES I STI (33111d IOV11INOO SIN3W3AO11dW1 1131VM.4O %5 d0 WIIWIXVW) NOI1V21118OW lO (IN INAVd1104SISVB0NVIN3W31111SV3141l06ZIONO11O3S-lad)SIN3W3AO11(1W11131VM-OPIM SL'LL9`64SS (81D nig) IJ swan) S1N3 W 3AO11d W 1 1131V M W11O1S - J I11Vd 1 VI0I811S 00'000`0ES 00"000`05$ 00"000`0£S 1 S1 S1131A13A0NdINI1131VM!VOUS O31VdIJIINVN1111O1 3314VMOIIV 8 I 0010005 I 00'000`95 l V3 1113A11-0 X08 .L X .01 1OQ3(1 ON11SIX3 NO 113511131OHNVW 313110NOO L ID 00"084`£S S1 00'0911IS £ V3 131N11131VM W11O1S 110.4 A131VS HON3111 910 00'95£`IS 3ON3d O11Vf1O WV381VI3W 00'45 6££ Al SIIIIQNOO 1131VM W11O1S 110.4 A13.4VS HON3111 SlO 00"OZ£'OIS 01:1E4S 04Z :IS IN INIV3111 ON3 A13dVS 31311ONOO 4IO St9LL'£IES 5L. PIS ELZ`IZ AS dV11d11131311ONOO.5 EIO 00'OOZ`ZS 00 "SSS 04 :11 113.L1.11O V 811110 313113140O ..9 ZIO 00'OSZ`ZS 00'S4S OS Si 81111O 113OV3H 31311ONOO..9 1I3 00'094`4$ 00'094'4S I V3 3OV119 HSINI.4O1 31OHNVIN 1131VM WIIOIS ONIISIX3ISINUV 010 00"000'11$ 00'000'11S I V8 X08 NOI1ONIlI V 131NI lSOd O3QIS-4 63 00'00946$ 00'008`4$ Z V3 1311411S0d O3O1S-Z 80 00'OEZ'S$ 00'519`ZS Z V8 1113A111O X08 31311ONOO ONIISIX3 01 W-3II LO 001:15Z'£$ 00'5ZE$ Ol :11 (111 SSV13) A011111O ..OE 93 00'09£'0£$ 00'011$ 9LZ d1 (III SSVIO)cox .via ..4Z SO 00.5894LS 00'541$ £5 Al (III SSV10) d311 NICI ..81 40 00"0£6`Z9S 00171S 564'4 AO NOIIVAVOX3131sINVHO EO 00'08L'OZS 00"5S 95117 AS 31VMS 3OVNIVNO 11O:1 ONIQOOS )10018 ZD 00'00045ZS 00"000`5ZS I S"1 3O111(11OV111NOO SIN31N3AO11d1N1 1131VM W11O1S.40 %5 d0 WIIWIXVW) NOLLVZ1118O1A1 lO (143WAVd 1104 SISVB ONV IN3141311C1SV3W 10 6Z 10 NO1133S lad) S1N31N3AO11dWl 1I31VM W11O1S -O>Jed 00'££L`94S°IS (0£8 nig) 18 swan) SIN3 W 3AO1id W 1 13 31115 - 8 111W1 1 VIO18(1S 00"OOObS$ 00"000`05$ 1 S1 SIN3W3AO11dW1133111S 031Vd1OlINV1411110.4331WM011V 0£8 00'005"ES 00"005`ES I V3 1V1•1IW113111vartiv 1O31ONIS 6Z8 00'091'IS 00.091'1S 1 S1 301‘13dcnivnoWV381V13W0N11S1X301N1-311 8Z8 00'09014 00'8SS OL :11 3ON3d O11Vf1O WV381VI3W LZ8 D21 REMOVE & REPLACE EXIST. 1" DIA. WATER SERVICE EA 1 51,295.00 $1,295.00 D22 REMOVE & REPLACE EXIST. 2" DIA. WATER SERVICE EA 1 S2.270.00 $2.270.00 D23 RELOCATE EXIST. WATER METER EA $872.00 S1.744.00 D24 ADJUST EXIST. WATER VALVE STEMS AND METER BOXES LS 1 5988.00 S988.00 D25 TEMPORARY LINE STOP FOR 24" WATERLINE, INCLUDING CONCRETE BLOCKING AND ENCASEMENT LS 1 S41.000.00 541,000.00 D26 TRENCH SAFETY FOR WATERLINES LI. 5.S 13 52.30 513,369.90 D27 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 525,000.00 S25,000.00 SUBTOTAL PART D - WATER IMPROVEMENTS (Items DI thru D27) S729,897.90 Part E - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El ADJUST EXISTING GAS VALVE STEM TO FINISH GRADE EA 1 S 1.200.00 S1,200.00 SUBTOTAL PART E - GAS IMPROVEMENTS (El) 51,200.00 BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A10) 5233.396.00 SUBTOTAL PART 13- STREET IMPROVEMENTS (Items 131 thru 1330) S1,546,733.00 SUBTOTAL PART C - STORM WATER IMPROVEMENTS (Items CI thru C1 8) 5549,677.75 SUBTOTAL PART D - WATER IMPROVEMENTS (Items 1)1 thru D27) $729,897.90 SUBTOTAL PART E - GAS IMPROVEMENTS (Items E1) $1,200.00 TOTAL PROJECT BASE BID (PARTS A THRU E) S3,060,904.65 Contract Times Bidder agrees to reach Substantial Completion in 240 days Bidder agrees to reach Final Completion in 270 days "HAAS -ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print-out for bid items ( including any additive or deductive alternates ) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. HAAS -ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price shown in this print out by the respective estimated quantities shown in the Proposal and then totaling the extended amounts. % (Signature) / D. /•rc.a r (Title) PrG';df,n4. Aaas•And. ; semen?, ( Date) 2 //. /,)_ 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 eBidder (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: 1-1-0As 4livie6)4 typed or printed) (signature -- attach evidence of authority to sign) D,d. Mq s (typed or printed) ks; #94S`! . t of k•7, , L, )4:1-17-7-- vler' p . gax '7. �a l ip toy , , r �7 r.s T.X '771 Email: ejcijile 01,1993.— S+�G etso�1Car+a END OF SECTION Compliance to State Law on Nonresident Bidders Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 003002-1 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176. Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006. Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICE USE ONLY Date Received 11 Name of person who has a business relationship with local governmental entity. P/4- 2 filing authority not incomplete or inaccurate.) Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate later than the 7th business day after the date the originally filed questionnaire becomes 3 Name of local government officer with whom filer has employment or business relationship. NA - with whom the filer has an Code. Attach additional other than investment income, from or at the not received from the local respect to which the local in this section. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer employment or other business relationship as defined by Section 176.001(1-a), Local Government pages to this Form CIQ as necessary. A. Is the local govemment officer named in this section receiving or likely to receive taxable income, income, from the filer of the questionnaire? N Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment direction of the local government officer named in this section AND the taxable income is governmental entity? NA Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with government officer serves as an officer or director, or holds an ownership of 10 percent or more? NAYes No D. Describe each employment or business relationship with the local government officer named NA/ J der".' Cl—I ) Signature of person doing business with the governmental entity Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Chnsti SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: 1+614,s- 4iikrsapi 6M,th'ofrlJ6d, 1769a STREET ADDRESS: '16a gdy fed. CITY: iS6 ZIP�$� F FIRM IS: I. Corporation 8 2. Partnership j 3. Sole Owner 0 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of thisage or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name ,j4 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 NA Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name /hl, 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 subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Nfr Consultant 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. prQsidenQ, Kiaas•Anderscn Management, Le. Certifying Person: 40,0 i Ctw, Title'General Partner (Type or Print) Signature of Certifying�� Date: Person: DEFINITIONS 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-employed person, 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. f. "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 terms 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. 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: Southern Minerals Road — Up River Road to IH -37 (Bond 2014) Project No. E13095 Bidder certifies that the 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: Name: Title: Business address: Phone: ild:C.C)Y1 612.dri / CI -A V L.4 typed or printed) (signature -- attach evidence of authority to sign) // (typed or printed) Pre -5.1464 I t`�9 4hhrsM4+: / C, Lim j4 ada r f�.A' 317 S�, � l !` u J'oVJ� Email: �C(JG1�7�.► l9�—QJ'I�2%Sdhi 60/ END OF SECTION Non -Collusion Certification Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 003006-1 11-25-2013 00 6116 PAYMENT BOND BOND NO. 106324975 Contractor as Principal Name: Haas -Anderson Construction, Ltd. Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E13095 Southern Minerals Road — UpRiver Road to IH -37 (Bond 2014) Award Date of the Contract: November 20, 2015 Contract Price: $3,060,904.65 Bond Date of Bond: November 12, 2015 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name:Travelers Casualty and Surety Company of Amen Mailing address (principal place of business): 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut 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): 210-525-3963 Telephone (for notice of claim): 267-675-3057 Local Agent for Surety Name: Keetch & Associates Address: P. O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: kwoods@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E13095 Southern Minerals Rd —UpRiver to IH37 (Bond 2014) 006116-1 7-8-2014 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 Chapter2269 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 Signature: ./-`' Surety Signature: js1,4)/tvz:b--, Name: �d.rj Ic . �0.e. s Name: KerryJ. Woods Title: PTC' vdrbigei,--iisas.Anderson MArAgemdnt, LC. Title: Attorney-In-Fact Email Ad"dress�` Partner ,Ua4 r p ,i„ r -ca.e-1..✓ra... Email Address: kwoods@keetchins.com ` cr.'" (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E13095 Southern Minerals Rd —UpRiver to IH37 (Bond 2014) 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 106324975 Contractor as Principal Name: Haas -Anderson Construction, Ltd. Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E13095 Southern Minerals Road - UpRiver Road to IH -37 (Bond 2014) Award Date of the Contract: November 10, 2015 Contract Price: $3,060,904.65 Bond Date of Bond: November 12, 2015 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name:Travelers Casualty and Surety Company of America Mailing address (principal place of business): 9601 McAllister Freeway, Suite 900 • San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut 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): 210-525-3963 Telephone (for notice of claim): 267-675-3057 Local Agent for Surety Name: Keetch & Associates Address: P. O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: kwoods@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond #E13095 Southern Minerals Rd - UpRiver to IH37 (Bond 2014) 006113-1 7-8-2014 Surety ((�� Signature: . IU Name: Kerry J. Woods 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 cis 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 �� Signature: Name: Pe. rir / O. Titl€Pr. siden9 Haas -Anderson Management, LC, Emafe fes"tnx_y Title: Attorney -In -Fact Email Address: kwoods@keetchins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond #E13095 Southern Minerals Rd — UpRiver to IH37 (Bond 2014) 006113-2 7-8-2014 TRAVELERS) WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225516 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No, 0 0 5 5 8 8 7 2 4 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Kevin G. Keetch, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant of the City of Corpus Christi State of Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed. this 6th day of August 2013 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: 11P/ ' "=17 Robert L. Raney. enior Vice President On this the 6th day of August 2013 before meersonall p y appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440-8-12 Printed in U.S.A. Mane C. Tetreault. Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 12 day of November ,-;.;20 15 W l • `2^ Kevin E. Hughes, Assistant Sec tary . To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1ft ST PAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. -------1 ® A EP CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 11/11/2015 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 P 0 Box 870 Corpus Christi TX 78403-0870 CONTACTDiann Eisenhauer senhauer PHONE FAX 361-561-4276 �c,NQ): 361-844-0101 _F�rt)• E-MAILEMAIL deisenhauer@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC a INSURER A :Travelers Property Casualty Co of A 25674 INSURED HAASA Haas -Anderson Construction Ltd / P. 0. Box 7692 �( Corpus Christi TX 78467-7692 INSURER B :The Phoenix Insurance Company 25623 INSURER c :Commerce & Industry Insurance Co 19410 INSURER D :The Travelers Indemnity Co of CT 25682 INSURER E :The Charter Oak Fire Insurance Co 25615 INSURER F : CLAIMS -MADE COVERAGES CERTIFICATE NUMBER: 512292992 REVISION NUMBER: 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 THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POUCY EFF (MMIDDIYYYY) POUCY EXP (MM/DD/YYYY) LIMITS E x COMMERCIAL GENERAL UABIUTY / CO4D398656 9/1/2015 9/1/2016 ✓ EACH OCCURRENCE 51,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 5300,000 MED EXP (Any one person) 55,000 PERSONAL & ADV INJURY 51,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES O- JET PER: LOC r GENERAL AGGREGATE 52,000,000 ✓ PRODUCTS - COMP/OP AGG 52,000,000 $ A AUTOMOBILE X X LIAB[UTY ANY AUTO AUTOWNED HIRED AUTOS MCS -90 - - ` / y SCHEDULED NON -OWNED AUTOS BA3D892937 9/1/2015 9/1/2016 / COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D X UMBRELLA LIAR EXCESS UAB X OCCUR CLAIMS -MADE CUP3E987368 9/1/2015 9/1/2016 EACH OCCURRENCE 51,000,000 AGGREGATE 51,000,000 DED X RETENT ON $10,00 0/ $ B WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) if yes, describe under DESCRIPTION OF OPERATIONS below N N / A UB4D402822 9/1/2015 9/1/2016. / ,V/ PER OTH- X STATUTE ER E.L. EACH ACCIDENT 51,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT 51,000,000 C Excess Umbrella BE017355599 9/1/2015 9/1/2016 Each Occurrence $19,000,000 Aggregate $19,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) See Attached... RTIFICATE HOLDER l City of Corpus Christi -Engineering Services Attn: Construction Contract Admin. PO Box 9277 Corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014101) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: HAASA LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Haas -Anderson Construction Ltd P. O. Box 7692 Corpus Christi TX 78467-7692 POLICY 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 Commercial General Liability Policy includes a blanket automatic additional insured endorsement that provides additional insured status only when there is a written contract requiring such status. Form CG D6 04 08 13 - Blanket Additional Insured (Contractors) / Form CG D3 16 11 11 - Contractors Xtend Endorsement (Blanket Additional Insured - Owners, Managers or Lessors of Premises; Blanket Additional Insured - Lessors of Lease Equipment; Blanket Additional Insured - State or Political Subdivisions - Permits) General Liability policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CG D6 04 08 013 - Blanket Additional Insured -Automatic Status if Required by Written Contract (Contractors) Commercial General Liability Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CG D3 16 11 11 - Contractors Xtend Endorsement Commercial General Liability Policy includes an endorsement providing 30 days' notice of cancellation will be fumished to the certificate holder except 10 day notice of nonpayment of premium. Form IL T4 05 03 11 - Designated Entity -Notice of Cancellation Provided by Us Commercial General Liability policy includes Form CG D3 1611 11 - Contractors Xtend Endorsement. Contractual Liability - With respect to operations performed within 50 feet of railroad property, the definition of insured contract in Section V Definitions 9."Insured Contract' Item c. is amended to read "Any easement of license agreement" and Item f.(1) is removed. Business Auto Policy includes a blanket automatic additional insured endorsement that provides additional insured status when there is a written contract that requires such status. Form CA T3 53 02 15 - Business Auto Extension Endorsement Business Auto Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CA T3 53 02 15 - Business Auto Extension Endorsement Business Auto Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium where required by written contract. Form IL T4 05 03 11 - Designated Entity -Notice of Cancellation Provided by Us Business Auto Policy includes Endorsement for Motor Carrier Policies of Insurance for Public Liability Under Sections 29 & 30 of the Motor Carrier Act of 1980 - MCS -90 (Rev.4-00) (Rev. 09-08) Business Auto policy includes Endorsement CA 20 70 10 13 - Coverage for Certain Operations in Connection with Railroads where required by written contract Workers Compensation Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form WC 42 03 04 (B) - Texas Waiver of Our Right to Recover from Others Endorsement Workers Compensation Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium where require by written contract. WC 42 06 01 (00) - Texas Notice of Material Change Endorsement Workers Compensation Policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement Form WC 00 01 06 A Umbrella Liability: Form UM 00 01 11 03 Except for the terms, definitions, conditions and exclusions of the Policy, the coverage provided by this Policy shall follow the terms, definitions, conditions and exclusions of the applicable underlying insurance. Waiver of Transfer of Rights or Recovery - Form UM 04 88 07/08 30 Day Notice of Cancellation - Form IL T4 05 03 11- Designated Entity -Notice of Cancellaiton Provided by Us Project: #E13095 Southern Minerals Road - UpRiver to IH -37 (Bond 2014) Owner City of Corpus Christi - Engineering Services ACORD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 09/01/2015-09/01/2016 THIS ENDORSEMENT CHANGES THE POLICY. COMMERCIAL GENERAL LIABILITY PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED -AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART . The following is added to SECTION 11 — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide_ additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 0813 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or - Page 2 of 3 © 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: CG D6 04 0813 COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 09/01/2015-09/01/2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. / COMMERCIAL GENERAL LIABILITY CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION 1 — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 16 11 11 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION III — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same `occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of `oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one `occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related fumishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. © 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, 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 premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section 11 — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; CGD3161111 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; Subsequent to the execution of that contract or agreement. EMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily njury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time_ N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co POLICY NUMBER: C04D398656 1 ISSUE DATE: 09/01/2015 09/01/2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ADDRESS: / Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. Travelers Property Casualty Co of America Policy #BA3D892937 09/01/2015-09/01/2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 0215 ® 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to fumish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of eamings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 ® 2015 The Travelers Indemnity Company. Ail rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the fumishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and CA T3 53 0215 COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) (b) (c) (d) You (if you are an individual); A partner (if you are a partnership); A member (if you are a limited liability com- pany); An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or Any "employee" authorized by you to give no - 11 • it it M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or `loss" arises out of operations contemplated by m 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS —he following is added to Paragraph B.2., Con- ealment, Misrepresentation, Or Fraud, of ECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever owever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 ® 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Haas -Anderson Construction, Ltd. Travelers Property Casualty Co of America POLICY NUMBER: BA3D892937 V/ ISSUE DATE: 09/01/2015 09/01/2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE / CANCELLATION: Number of Days Notice of Cancellation: 3 0 PERSON OR ORGANIZATION: ADDRESS: Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule IL T4 05 0311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. Travelers Property Casualty Co Of America POLICY NUMBER: BA3D892937 COMMERCIAL AUTO ISSUE DATE: 09 _01 _2015 09-01-2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS s endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM :h respect to coverage provided under this endorsement, the provisions of the Coverage Form apply unless dified by the endorsement. SCHEDULE Scheduled Railroad Designated Job Site Any railroad where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. With respect to the use of a covered "auto" in operations for or affecting a railroad designated in the Schedule at a Designated Job Site, the two exceptions contained in the definition of "insured contract" relating to construction or demolition operations performed within 50 feet of a railroad do not apply. CA 20 70 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Haas -Anderson Construction, Ltd. The Phoenix Insurance Company J WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) POLICY NUMBER: UB4D402822 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 UK Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to fumish this waiver. 2. 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: Per Schedule 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 DATE OF ISSUE: 09/01/2015 ST ASSIGN: Page 1 of 1 @ Copyright 2014 National Council on Compensation Insurance, Inc. AO Rights Reserved. Haas -Anderson Construction, Ltd. The Phoenix Insurance Company TRAVELERS) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — POLICY NUMBER: UB4D02822 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT 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 cancelation 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: 30 (or **) 2. NOTICE WILL BE MAILED TO: Any person or organization to whom you have agreed in a written contract that notice of cancellation or material limitations to this policy will be given, but only if (1) You send us written request to provide such notice, including the name and address of such person/organization, after the first named insured receives notice from us; and (2) We receive such written request at least 14 days before the beginning of the applicable number of days shown in the schedule. This endorsement does not apply when the reason for cancellation is non-payment of premium. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 08.. 19,. 2015 ST ASSIGN: 00 9101 ADDENDUM NUMBER 01 Southern Minerals Road — Up River Road to IH -37 Project Number: Project: (Bond 2014) E13095 Owner: City of Corpus Christi City Engineer: Jeff Edmonds, P.E. Designer: LNV, Inc. Addendum No. 01 Specification Section: 00 9101 Issue Date: 09/11/2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid 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: Dennis L. Miller, P.E. Nome Addendum Items: FRONT END DOCUMENTS: 09/11/15 Date 00 21 13 - INVITATION TO BID AND INSTRUCTIONS TO BIDDERS 00 30 00 — BID ACKNOWLEDGMENT FORM 00 30 01— BID FORM (ATTACHMENT NO. 1) 00 52 23 — AGREEMENT 01 23 10 —ALTERNATES AND ALLOWANCES 01 29 01— MEASUREMENT AND BASIS FOR PAYMENT CLARIFICATIONS: SHEET 6 OF 109 ESTIMATED QUANTITIES QUESTIONS AND ANSWERS -PHOTOS OF EXISTING CONCRETE BOX CULVERT (ATTACHMENT NO. 2) LNV engineers I architects 601 NAYIGAT Q . SURE 300 CORPUS CHRISTI. iE<AS MOB TBP F44M NO F-366 contractors PH. poi) 6031664 FAX p36I 663.196E WWW UWINC COM Addendum No. 01 00 91 01 - 1 Corpus Christi Standards - Regular Projects REV 03-09-2015 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid 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 11 16 INVITATION TO BID — Article 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. B. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, ARTICLE 2 - GENERAL NOTICE, 2.02 Second Sentence DELETE: "The project is to be substantially complete and ready for operation within 120 days." ADD: "The project is to be substantially complete and ready for operation within 240 days." 1.03 MODIFICATIONS TO THE BID ACKNOWLEDGEMENT FORM A. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM, ARTICLE 6 -TIME OF COMPLETION, PARAGRAPH 6.01 DELETE: Paragraph 6.01 in its entirety. ADD: 6.01 Bidder will complete the Work required to be substantially completed within 240 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 270 days after the date when the Contract Times commence to run. 1.04 MODIFICATIONS TO THE BID FORM A. SECTION 00 30 01 BID FORM DELETE: BID FORM IN ITS ENTIRETY ADD: BID FORM IN LIEU THEREOF (ATTACHMENT NO. 1) Addendum No. 01 00 91 01 - 2 Corpus Christi Standards - Regular Projects REV 03-09-2015 CLARIFICATION: DELETED BID ITEM C17 -CLEANING & TELEVISED INSPECTION OF EXISTING TxDOT 10'x7' BOX CULVERT. ADDED BID ITEM C17 CONCRETE MANHOLE RISER ON EXISTING TxDOT 10'x7' BOX CULVERT. MODIFIED CONTRACT TIMES 1.05 MODIFICATIONS TO THE AGREEMENT FORM A. SECTION 00 52 23 AGREEMENT, ARTICLE 3 -CONTRACT TIMES, 3.01 CONTRACT TIMES, PARAGRAPH A DELETE: Paragraph A in its entirety. ADD: A. The Work is required to be substantially completed within 240 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 270 days after the date when the Contract Times commence to run. 1.06 MODIFICATIONS TO ALTERNATES AND ALLOWANCES A. SECTION 01 23 10 ALTERNATES AND ALLOWANCES, 1.00 GENERAL, 1.05 DESCRIPTION OF ALLOWANCE CLARIFICATION: ALLOWANCE BID ITEMS ARE SHOWN IN BID PROPOSAL ITEMS B30 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS, C18 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS, D27 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS. 1.07 MODIFICATONS TO MEASUREMENT AND BASIS FOR PAYMENT A. SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT, 1.00 GENERAL, 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES CLARIFICATION: ALLOWANCE BID ITEMS ARE SHOWN IN BID PROPOSAL ITEMS B30 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS, C18 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS, D27 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS. ARTICLE 2 — DRAWINGS 2.01 MODIFICATIONS TO THE DRAWINGS A. SHEET 6 OF 109 ESTIMATED QUANTITIES CLARIFICATION: ESTIMATED QUANTITIES ARE REVISED AS SHOWN IN THE REVISED BID FORM INCLUDED IN THIS ADDENDUM. Addendum No. 01 00 91 01 - 3 Corpus Christi Standards - Regular Projects REV 03-09-2015 ARTICLE 3 — CLARIFICATIONS 3.01 QUESTIONS & ANSWERS Q: Are PCMS required? How often and for how long? Are they to be provided by the contractor of the City? A: Yes, portable changeable message signs are required. Please refer to note #4 on Sheet 20. These are to be provided by the Contractor. 0: Detail 5 on sheet 8 indicates a 3" gap to be filled with flowable grout material. After the street is poured, there will be no way to get a form in there in a 3 inch gap. The only way to properly do this is to use asphalt impregnated fiber board and put a couple of them together and just not dowel into the concrete. It will only result in about a 1.5" gap however. Is this acceptable? A: It is acceptable to provide a 1.5 -inch formed expansion joint, as shown on Sheet 91, in lieu of flowable grout material for gap filler at the location depicted on the detail. The gap shall not be less than 1.5 inches. Joint seals and joint fillers other than flowable grout will not be paid for separately, therefore, this item will be considered subsidiary to the concrete pavement and concrete riprap pay items. 0: One of the Clean and Televise subs previously went and looked at this box and walked the length of it. He said it appeared to be structurally sound and clean. He said that it would be impossible to clean this box without being able to get into the wetland area and build a berm to stop any water from coming back into the box. There is very limited access. He was never able to price this. A: Item C17 "Cleaning and Televised Inspection of Existing TxDOT 10'x 7' Box Culvert" has been deleted from the scope of work. Q: Is the Channel Excavation Item going to just be a plan quantity pay item? A: Please refer to Section 0129 01 paragraph 1.03L. Q: What class concrete is the Riprap to be? A: Class 'A' in accordance with Standard Specification Section 030020. 0: Please verify that should existing and/or abandoned pipelines be found either during exploratory excavations or during construction, that the contractor will be compensated via the allowance items to remove the lines in a safe manner. A: Please refer to the contract documents, Section 00 72 00 General Conditions, Article 5 - Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions, 5.05 Underground Facilities, in reference to any unforeseen or unknown utilities not shown in the plans that could be encountered during construction. 0: In regards to the installation of the new fence on the Citgo side (East) of the project, what requirements for access, badges, Citgo training, etc. will be required for this installation? Addendum No. 01 00 91 01 - 4 Corpus Christi Standards - Regular Projects REV 03-09-2015 A: No special credentials or training are required for relocating the fence. 0: Is a field office required for this project? A: Yes. Please refer to Section 0129 00, Section 0129 01 and Section 0150 00. Q: Is a tine finish or just a broom finish required on the concrete pavement? A: Metal tining surface texturing, in accordance with Standard Specification Section 038000, shall be provided on concrete pavement for the street. Contractor shall obtain approval from the City for depth and spacing of metal tines prior to placing concrete pavement. 0: Are there any pictures available of the inside of the existing 10x7 RCB? A: Yes. Please refer to Attachment No. 2 included in Addendum No. 1. Q: Please clarify the remaining pipelines that need to be relocated and the time frame for each. A: Please refer to Section 01 1100 Summary of Work, 1.03 Work Under Other Contracts. The City is in close coordination with all owners mentioned and progressing forward with utility adjustments and timelines for relocation. Currently the Magellan Pipeline project is under construction. Q: The cleaning of the existing 10x7 RCB poses to be a problem. The outfall end is in wetlands and is not accessible without permits from the Corps. Also, there is only 1806 LF of cleaning, so if there is any sediment left upstream, its just going to fill right back in anyway. Also there is only 1 manhole access and its outside of the job limits at about 20+55. To do this cleaning properly, several manholes would need to be cut into the box and brought up to grade. A: Item C17 "Cleaning and Televised Inspection of Existing TxDOT 10'x 7' Box Culvert" has been deleted from the scope of work. Item C17 "Concrete Manhole Riser on Existing TxDOT 10'x 7' Box Culvert" has been added to the scope of work. END OF ADDENDUM NO. 01 Addendum No. 01 00 9101 - 5 Corpus Christi Standards - Regular Projects REV 03-09-2015 00 30 01 BID FORM 00 30 01 BID FORM ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 1 of 4 Project Name: SOUTHERN MINERALS ROAD UP RIVER ROAD TO IH -37 (BOND 2014) Project Number: E13095 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TEMPORARY TRAFFIC CONTROLS Designer: LNV,INC. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al TEMPORARY TRAFFIC CONTROLS LS 1 $ - $ - A2 TEMPORARY PAVEMENT FOR CONSTRUCTION DETOUR SY 2920 $ - $ - A3 OZONE ACTION DAY DAY 2 $ - $ - A4 SILT FENCE FOR S.W.P.P.P. LF 50 $ - $ - A5 12" EROSION CONTROL LOG FOR S.W.P.P.P. LF 192 $ - $ - A6 18" EROSION CONTROL LOG FOR S.W.P.P.P. LF 266 $ - $ - A7 CONSTRUCTION EXIT FOR S.W.P.P.P. EA 4 $ - $ - A8 SEEDING FOR EROSION CONTROL SY 150 $ - $ - A9 SURVEY MONUMENT EA 1 $ - $ - A10 FENCE RELOCATION LF 1000 $ - $ - SUBTOTAL PART A - GENERAL (Items Al thru A10) $ - Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 MOBILIZATION (MAXIMUM OF 5% OF STREET IMPROVEMENTS CONTRACT PRICE) LS 1 $ - $ - B2 CLEAR RIGHT-OF-WAY AC 3.3 $ - $ - B3 STREET EXCAVATION SY 8800 $ - $ - B4 12" COMPACTED SUBGRADE SY 8800 $ - $ - B5 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR 1-2) SY 8800 $ - $ - B6 PRIME COAT (0.15 GAL/SY) GAL 1320 $ - $ - B7 1" HMAC PAVEMENT (TYPE D) BOND BREAKER SY 8400 $ - $ - B8 8" CONT. REINF. CONCRETE PAVEMENT (CLASS P) SY 8400 $ - $ - B9 6" CONCRETE DRIVEWAY SF 2540 $ - $ - B10 8" CONCRETE DRIVEWAY (MATCH EXISTING) SF 4074 $ - $ - B11 PREFAB. PAVEMENT MARKING TYPE C (W) (ARROW) EA 2 $ - $ - B12 PREFAB. PAVEMENT MARKING TYPE C (W) ("ONLY") EA 2 $ - $ - B13 REFL. PAVEMENT MARKING TYPE I (W) (4") (SOLID) LF 3650 $ - $ - B14 REFL. PAVEMENT MARKING TYPE I (Y) (4") (SOLID) LF 1084 $ - $ - B15 REFL. PAVEMENT MARKING TYPE I (Y) (4") (BROKEN) LF 370 $ - $ - B16 REFL. PAVEMENT MARKING TYPE I (W) (8") (SOLID) LF 60 $ - $ - B17 REFL. PAVEMENT MARKING TYPE I (W) (24") (SOLID) LF 30 $ - $ - Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 1 of 4 REV 3-23-2015 00 30 01 BID FORM ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 2 of 4 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B18 TY II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED) EA 60 $ - $ - B19 TY I -C RAISED PAVEMENT MARKER (REFLECTORIZED) EA 10 $ - $ - B20 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) EA 1 $ - $ - B21 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) AND STOP SIGN EA 1 $ - $ - B22 NO PARKING SIGN EA 4 $ - $ - B23 OTHER REGULATORY SIGN EA 5 $ - $ - B24 ASPHALT PAVEMENT REPAIR (TYPE 1) SY 64 $ - $ - B25 FLOWABLE GROUT MATERIAL FOR GAP FILLER GAL 1555 $ - $ - B26 6" CONCRETE PAVEMENT REPAIR (CLASS P) SY 25 $ - $ - B27 METAL BEAM GUARD FENCE LF 70 $ - $ - B28 TIE-IN TO EXISTING METAL BEAM GUARD FENCE LS 1 $ - $ - B29 SINGLE GUARDRAIL TERMINAL EA 1 $ - $ - 630 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B30) $ - Part C - STORM WATER IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 MOBILIZATION (MAXIMUM OF 5% OF STORM WATER IMPROVEMENTS CONTRACT PRICE LS 1 $ - $ - C2 BLOCK SODDING FOR DRAINAGE SWALE SY 4156 $ - $ - C3 CHANNEL EXCAVATION CY 4495 $ - $ - C4 18" DIA. RCP (CLASS III) LF 53 $ - $ - C5 24" DIA. RCP (CLASS 111) LF 276 $ - $ - C6 30" DIA. RCP (CLASS III) LF 10 $ - $ - C7 TIE-IN TO EXISTING CONCRETE BOX CULVERT EA 2 $ - $ - C8 2 -SIDED POST INLET EA 2 $ - $ - C9 4 -SIDED POST INLET & JUNCTION BOX EA 1 $ - $ - C10 ADJUST EXISTING STORM WATER MANHOLE TO FINISH GRADE EA 1 $ - $ - C11 6" CONCRETE HEADER CURB LF 50 $ - $ - C12 6" CONCRETE CURB & GUTTER LF 40 $ - $ - C13 5" CONCRETE RIPRAP SF 21,273 $ - $ - C14 CONCRETE SAFETY END TREATMENT SF 240 $ - $ - C15 TRENCH SAFETY FOR STORM WATER CONDUITS LF 339 $ - $ - C16 TRENCH SAFETY FOR STORM WATER INLET EA 3 $ - $ - C17 CONCRETE MANHOLE RISER ON EXISTING TxDOT 10' X 7' BOX CULVERT EA 1 $ - $ - C18 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART C - STORM WATER IMPROVEMENTS (C1 THRU C18) $ - Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 2 of 4 REV 3-23-2015 00 30 01 BID FORM ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 3 of 4 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part D - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 MOBILIZATION (MAXIMUM OF 5% OF WATER IMPROVEMENTS CONTRACT PRICE) LS 1 $ - $ - D2 8" DIA. TIE-IN / CONNECTION EA 1 $ - $ - D3 24" DIA. TIE-IN / CONNECTION EA 2 $ - $ - D4 REMOVE EXIST. 8" DIA. ASBESTOS -CEMENT WATERLINE LF 312 $ - $ - D5 REMOVE EXIST. 20" DIA. C.I. OR D.I. WATERLINE LF 205 $ - $ D6 REMOVE EXIST. 24" DIA. C.I. OR D.I. WATERLINE LF 1714 $ - $ - D7 BACKFILL EXIST. CONCRETE WATER VALVE BOX LS 1 $ - $ - D8 8" DIA. C900 PVC WATERLINE (DR 18) LF 1817 $ - $ - D9 8" DIA. DUCTILE IRON WATERLINE (CLASS 350 PSI) LF 20 $ - $ - D10 24" DIA. DUCTILE IRON WATERLINE (CLASS 250 PSI) LF 1745 $ - $ - Dll 12" DIA. STEEL CASING FOR 8" WATERLINE (SCH. 40) LF 80 $ - $ - D12 36" DIA. STEEL CASING FOR 24" WATERLINE (SCH. STD) LF 80 $ - $ - D13 8" DIA. 45° D.I. BEND EA 2 $ - $ - D14 24" DIA. 45° D.I. BEND EA 6 $ - $ - D15 24" X 8" D.I. TEE EA 1 $ - $ - D16 8" DIA. GATE VALVE WITH BOX & COVER EA 4 $ - $ - D17 24" DIA. GATE VALVE WITH BOX & COVER EA 1 $ - $ - D18 REMOVE & SALVAGE EXIST. FIRE HYDRANT ASSEMBLY EA 2 $ - $ - D19 FIRE HYDRANT ASSEMBLY (TYPE 1) EA 6 $ - $ - D20 FIRE HYDRANT ASSEMBLY (TYPE 2) EA 1 $ - $ - D21 REMOVE & REPLACE EXIST. 1" DIA. WATER SERVICE EA 1 $ - $ - D22 REMOVE & REPLACE EXIST. 2" DIA. WATER SERVICE EA 1 $ - $ - D23 RELOCATE EXIST. WATER METER EA 2 $ - $ - D24 ADJUST EXIST. WATER VALVE STEMS AND METER BOXES TO FINISH GRADE LS 1 $ - $ - D25 TEMPORARY LINE STOP FOR 24" WATERLINE, INCLUDING CONCRETE BLOCKING AND ENCASEMENT LS 1 $ - $ - D26 TRENCH SAFETY FOR WATERLINES LF 5813 $ - $ - D27 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART D - WATER IMPROVEMENTS (D1 THRU D27) $ - Part E - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 ADJUST EXISTING GAS VALVE STEM TO FINISH GRADE EA 1 $ - $ - SUBTOTAL PART E - GAS IMPROVEMENTS (El) $ - Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 3 of 4 REV 3-23-2015 00 30 01 BID FORM ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 4 of 4 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED SUBTOTAL PART D - WATER IMPROVEMENTS (Items D1 thru D27) $ - SUBTOTAL PART E - GAS IMPROVEMENTS (Item E1) QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A10) $ - SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B30) $ - SUBTOTAL PART C - STORM WATER IMPROVEMENTS (Items C1 thru C18) $ - SUBTOTAL PART D - WATER IMPROVEMENTS (Items D1 thru D27) $ - SUBTOTAL PART E - GAS IMPROVEMENTS (Item E1) $ - (TOTAL PROJECT BASE BID (PARTS A THRU E) Contract Times 1 $ Bidder agrees to reach Substantial Completion in 240 days Bidder agrees to reach Final Completion in 270 days Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 4 of 4 REV 3-23-2015 PHOTOS INSIDE TxDOT 10'X 7' CONCRETE BOX CULVERT ADDENDUM NO. 1 ATTACHMENT No. 2 PAGE 1 OF 3 ADDENDUM NO. 1 ATTACHMENT No. 2 PAGE 2 OF 3 ADDENDUM NO. 1 ATTACHMENT No. 2 PAGE 3 OF 3 CONTRACT DOCUMENTS FOR CONSTRUCTION OF SOUTHERN MINERALS ROAD UP RIVER ROAD TO IH -37 BOND 2014 PROJECT NUMBER E13095 WIN IMIIM=1111- =EMI City of Corpus Christi July 31, 2015 Record Drawing Number STR 898 4.„4,0>„ �E OF 0...0 00°....4:11. C ,, :*606 %� ©* I • % ®8eeoeo0ee6600ee0ee66e0® // / DENNIS L. MILLER j / 60666600060666®ee6600600" 4. 0 / 113®6 51503 .:4. l (0 e�,,CENSEO' \ _ �A SS°6ore,,eeaQ`\C7 — �,1i%0NAV ‘` LNV engineers 1 architects I contractors 801 NAVIGATION, SUITE 300 PH (381) 883-1984 CORPUS CHRISTI, TEXAS 78408 FAX (381) 883-1988 TBPE FIRM NO. F-388 WWW LNVINC. COM 00 01 00 TABLE OF CONTENTS Note to Specifier: Table of Contents Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 000100-1 REV 06-12-2015 Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev 06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev3/23/2015) 00 72 01 Insurance Requirements (Rev7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03/11/2015) 01 29 01 Measurement and Basis for Payment 01 3100 Project Management and Coordination 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 Table of Contents Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 000100-1 REV 06-12-2015 Division / Section Title 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 0140 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments 021 SITE PREPARATION 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022 EARTHWORK 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025 ROADWAY 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025418 Surface Treatment 025424 Hot Mix Asphaltic Concrete Pavement (Class A) Table of Contents Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 000100-2 REV 06-12-2015 Division / Section Title 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words and Emblems 025816 Raised Pavement Markers 025818 Reference — TxDOT DMS -4200 Pavement Markers (Reflectorized) 025828 Reference — TxDOT DMS -6130 Bituminous Adhesive for Pavement Markers 026 UTILITIES 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027 WASTEWATER AND STORM WATER 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 027611 Cleaning and Televised Inspection of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding 028040 Sodding 028300 Fence Relocation 028320 Chain Link Fence 030 CONCRETE, GROUT Table of Contents Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 000100-3 REV 06-12-2015 Division / Section Title 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050 METALS 055420 Frames, Grates, Rings and Covers Part T Technical Specifications T026412 Temporary Line Stop for 24" Waterline Item 540 Metal Beam Guard Fence (TxDOT) Appendices Title Appendix A Geotechnical Report Appendix B S.U.E. Report Appendix C Radius Report END OF SECTION Table of Contents 00 0100 - 4 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 21 13 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. ARTICLE 2 — GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Southern Minerals Road — Up River Road to IH -37 (Bond 2014) Project No. E13095 Name of Project A. This project includes the reconstruction of approximately 1800 LF of Southern Minerals Road between Up River Road and the north frontage road for IH -37. Improvements will include demolition and removal of existing facilities; construction of continuously reinforced concrete pavement, storm water ditches and pipe, 8 -inch and 24 -inch waterlines and appurtenances, and associated improvements such as movement markings and signage, and temporary traffic controls during construction. There are no ADA pedestrian improvements or wastewater improvements included in the project scope of work. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $3,392,000. The Project is to be substantially complete and ready for operation within 120 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 ARTICLE 3 — PRE-BID CONFERENCE 3.01 A non -mandatory pre-bid conference for the Project will be held on Tuesday, September 8, 2015 at 10:00 a.m. at the following location: City Hall Building — Capital Programs Conference Room 1 or 2 3rd floor, Capital Programs Department (formerly "Engineering Department") 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 4 — COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 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. 4.03 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. ARTICLE 5 — EXAMINATION OF CONTRACT DOCUMENTS 5.01 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. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, 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 - 2 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6 — INTERPRETATIONS AND ALTERNATE BIDS 6.01 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. 6.02 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. 6.03 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. ARTICLE 7 — BID SECURITY 7.01 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. 7.02 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 7 below. 7.03 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 - 3 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 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. 7.07 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. ARTICLE 8 — PREPARATION OF BID 8.01 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. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 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. 8.04 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. 8.05 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. ARTICLE 9 — DELIVERY OF BIDS 9.01 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. 9.02 Bids must be received no later than 2:00 p.m. on Wednesday, September 16, 2015 to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 15t floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. Invitation to Bid and Instructions to Bidders 00 21 13 - 4 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 9.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Southern Minerals Road — Up River Road to IH -37 (Bond 2014), Project No. E13095 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 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 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 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. ARTICLE 11— 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 ARTICLE 12 — OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, September 16, 2015, at the following location: City Hall Building - City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 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 13 — BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 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 14 — STATEMENT OF EXPERIENCE 14.01 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 15 — EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 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. 15.03 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. ARTICLE 16 — AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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. 16.02 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. ARTICLE 17 — MINORITY / MBE / DBE PARTICIPATION POLICY 17.01 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. 17.02 Minority participation goal for this Project has been established to be 45% of the Contract Price. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 18 — BONDS AND INSURANCE 18.01 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. 18.02 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. ARTICLE 19 — SIGNING OF AGREEMENT 19.01 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 (4) 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. ARTICLE 20 — SALES AND USE TAXES 20.01 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 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 7 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21— WAGE RATES 21.01 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 22 — BIDDER's CERTIFICATION OF NO LOBBYING 22.01 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 23 — REJECTION OF BID 23.01 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. 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. 23.02 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. 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 8 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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 cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 - 9 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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: Wednesday, September 16, 2015 at 2:00 p.m. for Southern Minerals Road — Up River Road to IH -37 (Bond 2014), Project No. E13095. 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 - Southern Minerals Road — Up River Road to IH -37 (Bond 2014), Project No. E13095 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 TO BID 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 - 1 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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 - 2 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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 - 3 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 120 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and 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. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. 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. Bid Acknowledgement Form 00 30 00 - 4 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 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. 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: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) 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 Bid Acknowledgement Form 00 30 00 - 5 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 06-12-2015 00 30 01 BID FORM 00 30 01 BID FORM Project Name: SOUTHERN MINERALS ROAD UP RIVER ROAD TO IH -37 (BOND 2014) Project Number: E13095 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TEMPORARY TRAFFIC CONTROLS Designer: LNV,INC. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al TEMPORARY TRAFFIC CONTROLS LS 1 $ - $ - A2 TEMPORARY PAVEMENT FOR CONSTRUCTION DETOUR SY 2920 $ - $ - A3 OZONE ACTION DAY DAY 2 $ - $ - A4 SILT FENCE FOR S.W.P.P.P. LF 50 $ - $ - A5 12" EROSION CONTROL LOG FOR S.W.P.P.P. LF 192 $ - $ - A6 18" EROSION CONTROL LOG FOR S.W.P.P.P. LF 266 $ - $ - A7 CONSTRUCTION EXIT FOR S.W.P.P.P. EA 4 $ - $ - A8 SEEDING FOR EROSION CONTROL SY 150 $ - $ - A9 SURVEY MONUMENT EA 1 $ - $ - A10 FENCE RELOCATION LF 1000 $ - $ - SUBTOTAL PART A - GENERAL (Items Al thru A10) $ - Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 MOBILIZATION (MAXIMUM OF 5% OF STREET IMPROVEMENTS CONTRACT PRICE) LS 1 $ - $ - B2 CLEAR RIGHT-OF-WAY AC 3.3 $ - $ - B3 STREET EXCAVATION SY 8800 $ - $ - B4 12" COMPACTED SUBGRADE SY 8800 $ - $ - B5 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR 1-2) SY 8800 $ - $ - B6 PRIME COAT (0.15 GAL/SY) GAL 1320 $ - $ - B7 1" HMAC PAVEMENT (TYPE D) BOND BREAKER SY 8400 $ - $ - B8 8" CONT. REINF. CONCRETE PAVEMENT (CLASS P) SY 8400 $ - $ - B9 6" CONCRETE DRIVEWAY SF 2540 $ - $ - B10 8" CONCRETE DRIVEWAY (MATCH EXISTING) SF 4074 $ - $ - B11 PREFAB. PAVEMENT MARKING TYPE C (W) (ARROW) EA 2 $ - $ - B12 PREFAB. PAVEMENT MARKING TYPE C (W) ("ONLY") EA 2 $ - $ - B13 REFL. PAVEMENT MARKING TYPE I (W) (4") (SOLID) LF 3650 $ - $ - B14 REFL. PAVEMENT MARKING TYPE I (Y) (4") (SOLID) LF 1084 $ - $ - B15 REFL. PAVEMENT MARKING TYPE I (Y) (4") (BROKEN) LF 370 $ - $ - B16 REFL. PAVEMENT MARKING TYPE I (W) (8") (SOLID) LF 60 $ - $ - B17 REFL. PAVEMENT MARKING TYPE I (W) (24") (SOLID) LF 30 $ - $ - Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 1 of 4 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B18 TY II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED) EA 60 $ - $ - B19 TY I -C RAISED PAVEMENT MARKER (REFLECTORIZED) EA 10 $ - $ - B20 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) EA 1 $ - $ - B21 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) AND STOP SIGN EA 1 $ - $ - B22 NO PARKING SIGN EA 4 $ - $ - B23 OTHER REGULATORY SIGN EA 5 $ - $ - B24 ASPHALT PAVEMENT REPAIR (TYPE 1) SY 64 $ - $ - B25 FLOWABLE GROUT MATERIAL FOR GAP FILLER GAL 1555 $ - $ - B26 6" CONCRETE PAVEMENT REPAIR (CLASS P) SY 25 $ - $ - B27 METAL BEAM GUARD FENCE LF 70 $ - $ - B28 TIE-IN TO EXISTING METAL BEAM GUARD FENCE LS 1 $ - $ - B29 SINGLE GUARDRAIL TERMINAL EA 1 $ - $ - B30 CONTINGENCY FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B29) $ - Part C - STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 MOBILIZATION (MAXIMUM OF 5% OF STORM WATER IMPROVEMENTS CONTRACT PRICE LS 1 $ - $ - C2 BLOCK SODDING FOR DRAINAGE SWALE SY 4156 $ - $ - C3 CHANNEL EXCAVATION CY 4495 $ - $ - C4 18" DIA. RCP (CLASS III) LF 53 $ - $ - 05 24" DIA. RCP (CLASS III) LF 276 $ - $ - C6 30" DIA. RCP (CLASS III) LF 10 $ - $ - C7 TIE-IN TO EXISTING CONCRETE BOX CULVERT EA 2 $ - $ - C8 2 -SIDED POST INLET EA 2 $ - $ - C9 4 -SIDED POST INLET & JUNCTION BOX EA 1 $ - $ - C10 ADJUST EXISTING STORM WATER MANHOLE TO FINISH GRADE EA 1 $ - $ - C11 6" CONCRETE HEADER CURB LF 50 $ - $ - C12 6" CONCRETE CURB & GUTTER LF 40 $ - $ - C13 5" CONCRETE RIPRAP SF 21,273 $ - $ - C14 CONCRETE SAFETY END TREATMENT SF 240 $ - $ - C15 TRENCH SAFETY FOR STORM WATER CONDUITS LF 339 $ - $ - C16 TRENCH SAFETY FOR STORM WATER INLET EA 3 $ - $ - C17 CLEANING & TELEVISED INSPECTION OF EXISTING TxDOT 10' X 7' BOX CULVERT LF 1806 $ - $ - C18 CONTINGENCY FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART C - STORM WATER IMPROVEMENTS (C1 THRU C17) $ - Part D - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 MOBILIZATION (MAXIMUM OF 5% OF WATER IMPROVEMENTS CONTRACT PRICE) LS 1 Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 I $ $ Page 2 of 4 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D2 8" DIA. TIE-IN / CONNECTION EA 1 $ - $ - D3 24" DIA. TIE-IN / CONNECTION EA 2 $ - $ - D4 REMOVE EXIST. 8" DIA. ASBESTOS -CEMENT WATERLINE LF 312 $ - $ - D5 REMOVE EXIST. 20" DIA. C.I. OR D.I. WATERLINE LF 205 $ - $ - D6 REMOVE EXIST. 24" DIA. C.I. OR D.I. WATERLINE LF 1714 $ - $ - D7 BACKFILL EXIST. CONCRETE WATER VALVE BOX LS 1 $ - $ - D8 8" DIA. C900 PVC WATERLINE (DR 18) LF 1817 $ - $ - D9 8" DIA. DUCTILE IRON WATERLINE (CLASS 350 PSI) LF 20 $ - $ - D10 24" DIA. DUCTILE IRON WATERLINE (CLASS 250 PSI) LF 1745 $ - $ - D11 12" DIA. STEEL CASING FOR 8" WATERLINE (SCH. 40) LF 80 $ - $ - D12 36" DIA. STEEL CASING FOR 24" WATERLINE (SCH. STD) LF 80 $ - $ - D13 8" DIA. 45° D.I. BEND EA 2 $ - $ - D14 24" DIA. 45° D.I. BEND EA 6 $ - $ - D15 24" X 8" D.I. TEE EA 1 $ - $ - D16 8" DIA. GATE VALVE WITH BOX & COVER EA 4 $ - $ - D17 24" DIA. GATE VALVE WITH BOX & COVER EA 1 $ - $ - D18 REMOVE & SALVAGE EXIST. FIRE HYDRANT ASSEMBLY EA 2 $ - $ - D19 FIRE HYDRANT ASSEMBLY (TYPE 1) EA 6 $ - $ - D20 FIRE HYDRANT ASSEMBLY (TYPE 2) EA 1 $ - $ - D21 REMOVE & REPLACE EXIST. 1" DIA. WATER SERVICE EA 1 $ - $ - D22 REMOVE & REPLACE EXIST. 2" DIA. WATER SERVICE EA 1 $ - $ - D23 RELOCATE EXIST. WATER METER EA 2 $ - $ - D24 ADJUST EXIST. WATER VALVE STEMS AND METER BOXES TO FINISH GRADE LS 1 $ - $ - D25 TEMPORARY LINE STOP FOR 24" WATERLINE, INCLUDING CONCRETE BLOCKING AND ENCASEMENT LS 1 $ - $ - D26 TRENCH SAFETY FOR WATERLINES LF 5813 $ - $ - D27 CONTINGENCY FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART D - WATER IMPROVEMENTS (D1 THRU D26) $ - Part E - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El ADJUST EXISTING GAS VALVE STEM TO FINISH GRADE EA 1 $ - $ - SUBTOTAL PART E - GAS IMPROVEMENTS (El) $ Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 3 of 4 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY i SUBTOTAL PART A - GENERAL (Items Al thru A10) $ - SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B29) $ - SUBTOTAL PART C - STORM WATER IMPROVEMENTS (Items C1 thru C17) $ - SUBTOTAL PART D - WATER IMPROVEMENTS (Items D1 thru D26) $ - SUBTOTAL PART E - GAS IMPROVEMENTS (Item El) $ - 'TOTAL PROJECT BASE BID (PARTS A THRU E) Contract Times 1 $ Bidder agrees to reach Substantial Completion in 120 days Bidder agrees to reach Final Completion in 150 days Bid Form Southern Minerals Road - Up River Road to IH -37 (Bond 2014), E13095 Page 4of4 REV 3-23-2015 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: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 003002-1 11-25-2013 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICE USE ONLY Date Received J Name of person who has a business relationship with local governmental entity. 21 filing authority not incomplete or inaccurate.) Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate later than the 7th business day after the date the originally filed questionnaire becomes 3 Name of local government officer with whom filer has employment or business relationship. with whom the filer has an Code. Attach additional other than investment income, from or at the not received from the local respect to which the local in this section. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer employment or other business relationship as defined by Section 176.001(1-a), Local Government pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment direction of the local government officer named in this section AND the taxable income is governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named 1 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: FIRM IS: 1. Corporation 4. Association B CITY: ZIP: 2. Partnership 5. Other 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% 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 of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name 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 subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant 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: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS 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-employed person, 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. f. "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 terms 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. 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: Southern Minerals Road — Up River Road to IH -37 (Bond 2014) Project No. E13095 Bidder certifies that the 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: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Non -Collusion Certification Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 003006-1 11-25-2013 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 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. 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 information on the experience of proposed key personnel. A. Provide information on the key personnel that will be actively working on this Project in Tables 3 through 6. 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 Statement of Experience 00 45 16 - 1 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 11-25-2013 Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide information on 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 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 biographical information for each primary and alternate candidate as an attachment 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 in this Statement of Experience should also be included. Bidders are to include a list of the current project assignments for each of the individuals proposed, the anticipated completion date for this assignment, and the percentage of the time they will have available to devote to this Project to demonstrate their availability for this project. D. The Project Manager and Project Superintendent must have at least 5 years' 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' 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 and Key Personnel. A. Provide a list of projects currently under construction and projects completed by the Organization in the last 5 years using copies of Table 7. Highlight the project information that demonstrates the experience of Bidder with similar projects and the experience of proposed Key Personnel. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization and for proposed Key Personnel, 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 Statement of Experience 00 45 16 - 2 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 11-25-2013 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. 2.07 The Owner will consider any percentages in excess of 15 percent of change orders for projects as an indicator of ability to complete Projects within the Contract Price. Provide a tabulation of budget performance on all projects completed by the Bidder within the last 5 years on Table 8 to demonstrate the ability of the Bidder to complete projects for the Contract Price. Lines may be added beneath project change order breakdowns to add explanatory comments. 2.08 Provide information to demonstrate the ability of the Bidder to complete projects on time. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years on Table 9 to demonstrate performance in completing projects on time. Comments may be added to the tabulations to indicate the reasons for amending completion dates. 2.09 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 10. Include percentages of Work subcontracted to each to demonstrate compliance with Owner's stated goals. ARTICLE 3 — 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. 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 - 3 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 11-25-2013 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 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 004516-4 11-25-2013 Table 1— Organization Information Surety Name of Surety Surety is a corporation organized and existing under the laws of the state of Is surety authorized to provide surety bonds in the State of Texas? ■ Yes ■ No Is surety listed in "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? Yes No • ■ Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Surety Address for Local Agent Telephone for Local Agent Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the State of Texas? ■ Yes ■ No Does Provider have an A.M. Best Rating of A -VIII or Better? ■ Yes ■ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Provider Address for Local Agent Telephone for Local Agent Financial Summary Information Date of Bidder's most current financial statement Date of Bidder's most current audited financial statement Financial indicators from the most current financial statement: Bidder's Current Ratio (Current Assets / Current Liabilities) Bidder's Quick Ratio ((Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities)) Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 004516-5 11-25-2013 Table 1— Organization Information Organization doing business as: Previous History with Owner List projects that have been completed with the Owner over the last 5 years. If more than 5 projects, list only the most recent. 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 ever been disqualification as a bidder within the last 5 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 five 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 5 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 2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 004516-6 11-25-2013 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. 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 004516-7 11-25-2013 Table 3 — Proposed Project Manager Organization doing business as: Primary Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 004516-8 11-25-2013 Table 4 — Proposed Project Superintendents Organization doing business as: Primary Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 004516-9 11-25-2013 Table 5 — Proposed Project Safety Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 45 16 - 10 11-25-2013 Table 6 — Proposed Project Quality Control Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 45 16-11 11-25-2013 Table 7 — Current Projects and Projects Completed within the Last 5 Years Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Percentage of time devoted to the Project Proposed for this Project Did Individual start and complete the project? If not, who started or completed the Project in their place? Reason for change Reference Contact Information Name Title/Position Organization Telephone Email Owner Designer Construction Manager Surety Issues / disputes resolved or pending resolution by arbitration, litigation, or dispute review boards Number of issues resolved Total amount involved in resolved issues Number of issues pending Total amount involved in resolved Issues Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 45 16 - 12 11-25-2013 Table 8 — Demonstration of Budget Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Price Owner Enhancements Unforeseen Conditions Design Issues Total Changes Percent Changes Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 45 16 - 13 11-25-2013 Table 9 — Demonstration of On -Time Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Date for Substantial Completion Original Contract Date for Final Completion Amended Contract Date for Substantial Completion Amended Contract Date for Final Completion Actual Contract Date for Substantial Completion Actual Contract Date for Final Completion Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 45 16 - 14 11-25-2013 Table 10 — 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 Minority, MBE, or DBE Firm Statement of Experience Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 00 45 16 - 15 11-25-2013 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: By: Name: Title: (typed or printed) (individual's signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience 00 45 16 - 16 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 11-25-2013 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Southern Minerals Road — Up River Road to IH -37 (Bond 2014) Project No. E13095 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi, Texas 78408 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINED Office Address City, State, Zip Code ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 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 150 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. 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 Agreement 00 52 23 - 1 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,000 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 - 2 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 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 - 3 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 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 - 4 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 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 Four original duplicates 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 CAPITAL PROGRAMS; D. CITY SECRETARY for the City. The Effective Date of the Contract is [Insert date signed by City Manager or designee]. ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeffery Edmonds, P.E. Director of Capital Programs (Engineering) Agreement 00 52 23 - 5 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 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 Agreement 00 52 23 - 6 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 03-10-2015 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (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. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): 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. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: 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 00 61 13 - 1 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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 Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 006113-2 REV 07-03-2014 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (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. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): 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. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: 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 00 61 16 - 1 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV. 07-03-2014 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 Signature: Surety 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 - 2 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV. 07-03-2014 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 Corpus Christi Standards - Regular Projects 007200-1 03-23-2015 6.03 Insurance Article 7 — Contractor's Responsibilities 7.01 Supervision and Superintendence 7.02 Labor; Working Hours 7.03 Services, Materials, and Equipment 7.04 Concerning Subcontractors, Suppliers, and Others 7.05 Patent Fees and Royalties 7.06 Permits 7.07 Taxes 7.08 Laws and Regulations 7.09 Safety and Protection 7.10 Safety Representative 7.11 Hazard Communication Programs 7.12 Emergencies 7.13 Contractor's General Warranty and Guarantee 7.14 Indemnification 7.15 Delegation of Professional Design Services Article 8 — Other Work at the Site 8.01 Other Work 8.02 Coordination 8.03 Legal Relationships Article 9 — Owner's and OPT's Responsibilities 9.01 Communications to Contractor 9.02 Replacement of Owner's Project Team Members 9.03 Furnish Data 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests 9.06 Insurance 9.07 Modifications 9.08 Inspections, Tests, and Approvals 9.09 Limitations on OPT's Responsibilities 9.10 Undisclosed Hazardous Environmental Condition 9.11 Compliance with Safety Program General Conditions Corpus Christi Standards - Regular Projects 007200-2 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 Corpus Christi Standards - Regular Projects 007200-3 03-23-2015 Article 15 — Payments to Contractor; Set -Offs; Completion; Correction Period 15.01 Progress Payments 15.02 Contractor's Warranty of Title 15.03 Substantial Completion 15.04 Partial Utilization 15.05 Final Inspection 15.06 Final Payment 15.07 Waiver of Claims 15.08 Correction Period Article 16 — Suspension of Work and Termination 16.01 16.02 16.03 Owner May Suspend Work Owner May Terminate for Cause Owner May Terminate For Convenience Article 17 — Final Resolution of Disputes 17.01 Methods and Procedures Article 18 — Miscellaneous 18.01 Computation of Times 18.02 Owner's Right to Audit Contractor's Records 18.03 Independent Contractor 18.04 Cumulative Remedies 18.05 Limitation of Damages 18.06 No Waiver 18.07 Severability 18.08 Survival of Obligations 18.09 No Third Party Beneficiaries 18.10 Assignment of Contract 18.11 No Waiver of Sovereign Immunity 18.12 Controlling Law 18.13 Conditions Precedent to Right to Sue 18.14 Waiver of Trial by Jury 18.15 Attorney Fees 18.16 Compliance with Laws 18.17 Enforcement General Conditions Corpus Christi Standards - Regular Projects 007200-4 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 Corpus Christi Standards - Regular Projects 007200-5 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 Corpus Christi Standards - Regular Projects 007200-6 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 Corpus Christi Standards - Regular Projects 007200-7 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 Corpus Christi Standards - Regular Projects 007200-8 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 Corpus Christi Standards - Regular Projects 007200-9 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 Corpus Christi Standards - Regular Projects 00 72 00 - 10 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 Corpus Christi Standards - Regular Projects 00 72 00 - 11 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 Corpus Christi Standards - Regular Projects 00 72 00 - 12 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 Corpus Christi Standards - Regular Projects 00 72 00 - 13 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 Corpus Christi Standards - Regular Projects 00 72 00 - 14 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 Corpus Christi Standards - Regular Projects 00 72 00 - 15 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 Corpus Christi Standards - Regular Projects 00 72 00 - 16 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 Corpus Christi Standards - Regular Projects 00 72 00 - 17 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 Corpus Christi Standards - Regular Projects 00 72 00 - 18 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 Corpus Christi Standards - Regular Projects 00 72 00 - 19 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 Corpus Christi Standards - Regular Projects 00 72 00 - 20 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 Corpus Christi Standards - Regular Projects 00 72 00-21 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 5.05.6. 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 Corpus Christi Standards - Regular Projects 00 72 00 - 22 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 Corpus Christi Standards - Regular Projects 00 72 00 - 23 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 Corpus Christi Standards - Regular Projects 00 72 00 - 24 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 Corpus Christi Standards - Regular Projects 00 72 00 - 25 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 15.01.6 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 Corpus Christi Standards - Regular Projects 00 72 00 - 26 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 Corpus Christi Standards - Regular Projects 00 72 00 - 27 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 Corpus Christi Standards - Regular Projects 00 72 00 - 28 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 Corpus Christi Standards - Regular Projects 00 72 00 - 29 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 Corpus Christi Standards - Regular Projects 00 72 00 - 30 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 I5 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 Corpus Christi Standards - Regular Projects 00 72 00-31 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 Corpus Christi Standards - Regular Projects 00 72 00 - 32 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 Corpus Christi Standards - Regular Projects 00 72 00 - 33 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 Corpus Christi Standards - Regular Projects 00 72 00 - 34 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 Corpus Christi Standards - Regular Projects 00 72 00 - 35 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 Corpus Christi Standards - Regular Projects 00 72 00 - 36 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 Corpus Christi Standards - Regular Projects 00 72 00 - 37 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 Corpus Christi Standards - Regular Projects 00 72 00 - 38 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 Corpus Christi Standards - Regular Projects 00 72 00 - 39 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 Corpus Christi Standards - Regular Projects 00 72 00 - 40 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 Corpus Christi Standards - Regular Projects 00 72 00-41 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 Corpus Christi Standards - Regular Projects 00 72 00 - 42 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 Corpus Christi Standards - Regular Projects 00 72 00 - 43 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 Corpus Christi Standards - Regular Projects 00 72 00 - 44 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 11.04.0 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 Corpus Christi Standards - Regular Projects 00 72 00 - 45 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 13.02.6.1 and 13.02.6.2 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 Corpus Christi Standards - Regular Projects 00 72 00 - 46 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 Corpus Christi Standards - Regular Projects 00 72 00 - 47 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 Corpus Christi Standards - Regular Projects 00 72 00 - 48 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 Corpus Christi Standards - Regular Projects 00 72 00 - 49 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 Corpus Christi Standards - Regular Projects 00 72 00 - 50 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; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; 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; I. 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 Corpus Christi Standards - Regular Projects 00 72 00-51 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; 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 Corpus Christi Standards - Regular Projects 00 72 00 - 52 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 Corpus Christi Standards - Regular Projects 00 72 00 - 53 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 15.08.6 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 Corpus Christi Standards - Regular Projects 00 72 00 - 54 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 Corpus Christi Standards - Regular Projects 00 72 00 - 55 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 Corpus Christi Standards - Regular Projects 00 72 00 - 56 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 Corpus Christi Standards - Regular Projects 00 72 00 - 57 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 Corpus Christi Standards - Regular Projects 00 72 00 - 58 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 Corpus Christi Standards - Regular Projects 00 72 00 - 59 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 Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007201-1 REV 07-03-2014 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- 2 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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- 3 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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 - 4 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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 - 5 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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- 6 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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 - 7 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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- 8 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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- 9 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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 Insurance Requirements 00 72 01 - 10 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 REV 07-03-2014 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) 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). General Decision Number: TX150031 01/02/2015 TX31 Superseded General Decision Number: TX20140031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: 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 01/02/2015 * 5UTX1987-001 12/01/1987 Wage Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-2 REV 06-12-2015 Rates Fringes CARPENTER (Excluding Form Setting). $ 9.05 Concrete Finisher. $ 7.56 ELECTRICIAN. $ 13.37 2.58 Laborers: Common Utility Power equipment operators: Backhoe Motor Grader $ 7.25 $ 7.68 $ 9.21 $ 8.72 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 Wage Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-3 REV 06-12-2015 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 Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-4 REV 06-12-2015 General Decision Number: TX150040 01/02/2015 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 01/02/2015 * SUTX2011-010 08/08/2011 Rates Fringes FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 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 Motor Grader, Fine Grade $ 17.74 Wage Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-5 REV 06-12-2015 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 Wage Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-6 REV 06-12-2015 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 Wage Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-7 REV 06-12-2015 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 END OF SECTION Wage Rate Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007202-8 REV 06-12-2015 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007203-1 11-25-2013 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 11 16 INVITATION TO BID. 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 Minority / MBE / DBE Participation Policy Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007203-2 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 LNV, Inc. B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. NONE 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 Supplementary Conditions Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007300-1 11-25-2013 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 32 rain days have been set for this Project. An extension of time due to rain days will be considered only after 32 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Subsurface Investigation, Laboratory Testing and Provision of Pavement Recommendations for the Proposed Southern Minerals Road — Up River Road to IH 37 (Bond 2014), City of Corpus Christi Project No. E13095, Corpus Christi, Texas, dated April 14, 2014, prepared by Rock Engineering and Testing Laboratory, Inc. This document is included in Appendix A. - The Contractor may rely on the following Technical Data in using this document: 1) Field Exploration data 2) Subsurface Conditions data 3) Boring Logs data. b. Supplement No. 1, Subsurface Investigation, Laboratory Testing and Provision of Pavement Recommendations for the Proposed Southern Minerals Road — Up River Road to IH 37 (Bond 2014), City of Corpus Christi Project No. E13095, Corpus Christi, Texas, dated May 2, 2014, prepared by Rock Engineering and Testing Laboratory, Inc. This document is included in Appendix A. 1) This document provides clarification on the use of salvaging and recycling the existing pavement constituents. 2. Other subsurface investigation reports include the following: a. Southern Minerals Rd S.U.E, dated July 8, 2014, prepared by Hydro Ex, LLC. This document is included in Appendix B. 1) This document reports the findings of exploratory subsurface test holes for the purpose of identifying existing underground utility lines. Supplementary Conditions Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007300-2 11-25-2013 3. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: a. Radius Report, dated March 19, 2014, prepared by GeoSearch. This document is included in Appendix C. 1) This document reports the findings of searches in numerous Federal, State and Tribal environmental databases. 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 007300-3 11-25-2013 DIVISION 01 GENERAL REQUIREMENTS 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. This project includes the reconstruction of approximately 1800 LF of Southern Minerals Road between Up River Road and the north frontage road for IH -37. Improvements will include demolition and removal of existing facilities; construction of continuously reinforced concrete pavement, storm water ditches and pipe, 8 -inch and 24 -inch waterlines and appurtenances, and associated improvements such as movement markings and signage, and temporary traffic controls during construction. There are no ADA pedestrian improvements or wastewater improvements included in the project scope of work. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. AT&T will relocate portions of their utilities within the project area. 2. AEP will relocate their power poles within the project area. 3. "Attachers" to the AEP poles will relocate their utilities to the new poles. 4. Buckeye Partners, L.P. will adjust their utilities (formerly Air Liquide) within the project area. 5. TexStar Crude Oil Pipeline will adjust their utilities within the project area. 6. Enerfin will adjust their utilities within the project area. 7. Magellan Pipeline plans to install three new pipelines within the project area. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. Summary of Work Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 011100-1 11-25-2013 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. The City Gas Department will make adjustments to their gas lines within the project area as needed. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 011100-2 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances or Contingencies: 1. Specified allowance or contingency amounts are included in the Contract Price to cover costs for possible unanticipated work that may arise during construction of the improvements. These are reserve amounts to be included in all bids for this project. These amounts may become available for payments to the Contractor, at the City's discretion, in the event that the unforeseen conditions or conflicts are encountered during construction. There is no guarantee that any of these funds will be used during the course of this project. 2. The amount of each allowance or contingency 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. Alternates and Allowances Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012310-1 11-25-2013 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. 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 A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES None 1.04 DESCRIPTION OF ALLOWANCES None 1.05 DESCRIPTION OF CONTINGENCIES A. Contingency F1 - Contingency for Unanticipated Street Improvements: 1. The sum of $50,000to be used for the purchase and installation of items related to the proposed street improvements, due to unforeseen conditions or conflicts. B. ContingencyF2 - Contingency for Unanticipated Storm Water Improvements:: 1. The sum of $30,000 to be used for the purchase and installation of items related to the proposed storm water improvements, due to unforeseen conditions or conflicts. C. Contingency F3 - Contingency for Unanticipated Water Improvements: Alternates and Allowances Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012310-2 11-25-2013 1. The sum of $25,000 to be used for the purchase and installation of items related to the proposed water system improvements, due to unforeseen conditions or conflicts. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012310-3 11-25-2013 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-1 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-3 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-4 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-5 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-6 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-7 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 Application for Payment Procedures Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1—Temporary Traffic Controls: 1. Measurement and basis for payment shall be as described in SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION and SECTION 00 30 01 BID FORM. B. Bid Item A2 —Temporary Pavement for Construction Detour: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. C. Bid Item A3 — Ozone Action Day: 1. Priming and hot -mix asphalt paving operations shall not be conducted on days for which an ozone advisory has been issued, except for repairs. Owner will notify Contractor regarding ozone alerts. Measurement and Basis for Payment Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012901-1 11-25-2013 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item A4 — Silt Fence for S.W.P.P.P.: 1. Measurement and basis for payment shall be as described in SECTION 022420 SILT FENCE and SECTION 00 30 01 BID FORM. E. Bid Item A5 — 12" Erosion Control Log for S.W.P.P.P.: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. F. Bid Item A6 — 18" Erosion Control Log for S.W.P.P.P.: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. G. Bid Item A7 — Construction Exit for S.W.P.P.P.: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. H. Bid Item A8 — Seeding for Erosion Control: 1. Measurement and basis for payment shall be as described in SECTION 028020 SEEDING and SECTION 00 30 01 BID FORM. I. Bid Item A9 — Survey Monument: 1. Measurement and basis for payment shall be as described in SECTION 020100 SURVEY MONUMENTS and SECTION 00 30 01 BID FORM. J. Bid Item A10 — Fence Relocation: 1. Contractor shall construct new (relocated) fence along the new east right-of-way line prior to removal of the existing fence. New (relocated) fence shall match the existing fence and be acceptable to the property owner. Refer to SECTION 028320 CHAIN LINK FENCE. 2. Measurement and basis for payment shall be as described in SECTION 028300 FENCE RELOCATION and SECTION 00 30 01 BID FORM. K. Bid Item B1 — Mobilization (Maximum of 5% of Street Improvements Contract Price): Bid Item C1 — Mobilization (Maximum of 5% of Storm Water Improvements Contract Price: Bid Item D1 — Mobilization (Maximum of 5% of Water Improvements Contract Price: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; Measurement and Basis for Payment Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012901-2 11-25-2013 f. Demobilization; and g. Mobilization may not exceed 5 percent of the Contract Price for each work category indicated. 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. L. Bid Item C3 — Channel Excavation: 1. Channel excavation quantity indicated in SECTION 00 30 01 BID FORM was calculated using average end method. It includes the calculated amount of excavation plus embankment, added together. Unless the channel cross-sections or length is revised, no increase in quantity will be considered for payment to the Contractor. 2. Basis for payment shall be as described in SECTION 022060 CHANNEL EXCAVATION and SECTION 00 30 01 BID FORM. M. Bid Item C17 — Cleaning &Televised Inspection of Existing 10' x 7' Box Culvert: 1. Provide cleaning and televised inspection of the existing 10 -ft x 7 -ft TxDOT reinforced concrete box culvert within the limits of new roadway construction, in accordance with SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CODUITS. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. N. Bid Item D25 —Temporary Line Stop for 24" Waterline, Including Concrete Blocking and Encasement: 1. Payment shall be full compensation for all labor, equipment, tools and materials for excavation, backfill, compaction, dewatering, concrete thrust blocks, concrete encasement, completion plugs, valve and fittings for line stop, pressure test, disposal of highly chlorinated water, and incidentals required to complete the work. 2. Measurement shall be as described in SECTION 00 30 01 BID FORM. O. Other Base Bid Items: 1. Measurement and basis for payment shall be as described in the applicable specification section and/or SECTION 00 30 01 BID FORM. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES OR CONTINGENCIES A. Bid Item F1 — Contingency for Unanticipated Street Improvements: Bid Item F2 — Contingency for Unanticipated Storm Water Improvements: Bid Item F3 — Contingency for Unanticipated Water Improvements: 1. Measurement and basis for payment shall be as described in SECTION 01 23 10 ALTERNATES AND ALLOWANCES. Measurement and Basis for Payment Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012901-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 012901-4 11-25-2013 01 3100 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-1 11-25-2013 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-2 11-25-2013 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 A. Not Required. 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. Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-3 11-25-2013 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 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. 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. Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-4 11-25-2013 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. 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. Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-5 11-25-2013 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. 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. Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-6 11-25-2013 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. 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. Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-7 11-25-2013 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 826-3500 Project Engineer: LNV, Inc 361-883-1984 Norman Ramirez 361-883-1984 Traffic Engineering 826-3547 Police Department 882-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets and Solid Waste Services 826-1940 AEP 1-877-373-4858 SBC / AT&T 881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 826-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-8 11-25-2013 Public Agencies/Contacts Phone Number CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi ISD 886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013100-9 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 01 31 13 - 1 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013113-2 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 clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013113-3 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 A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013113-4 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013113-5 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 Project Coordination Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013113-6 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013114-1 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013114-2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013114-3 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 Change Management Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013114-4 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013300-1 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. 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 g. 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013300-2 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 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 0140 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 0129 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013300-4 11-25-2013 01 33 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 022021 Control of Ground Water Record Data 022100 Select Material Record Data 025223 Crushed Limestone Flexible Base Record Data 025404 Asphalts, Oils and Emulsions Record Data 025412 Prime Coat Record Data 025414 Aggregate for Surface Treatment Record Data 025418 Surface Treatment Record Data 025424 Hot Mix Asphaltic Concrete Pavement (Class A) Record Data 025608 Inlets Shop Drawing 025620 Portland Cement Concrete Pavement Record Data 026206 Ductile Iron Pipe and Fittings Record Data 026210 PVC Pipe - AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains Record Data 026214 Grouting Abandoned Utility Lines Record Data 026409 Tapping Sleeves and Tapping Valves Record Data 026411 Gate Valves for Waterlines Record Data 026416 Fire Hydrants Record Data 027402 Reinforced Concrete Pipe Culverts Record Data 030020 Portland Cement Concrete Record Data 055420 Frames, Grates, Rings and Covers Record Data 1026412 Temporary Line Stop for 24" Waterline Record Data Item 540 Metal Beam Guard Fence (TxDOT) Record Data Note on Plans Flowable Grout Material Record Data Submittal Register Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 01 33 01-1 07-03-2014 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 ***REFER TO SECTION 01 33 01 - SUBMITTAL REGISTER*** 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-1 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 a 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-3 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-4 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. 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. g. 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-5 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-6 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-7 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-8 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 1.10.6 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013302-9 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 Shop Drawings Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 01 33 02 - 10 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 33 01 Items Listed in SECTION 01 33 01 SUBMITTAL REGISTER 01 31 13 Contractor's Record Drawing Redline Markups 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013303-1 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013303-2 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. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013303-3 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013303-4 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 Record Data Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013303-5 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013304-1 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 revise 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 S. 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013304-2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 10S0p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Refer to Construction Sequence Layout and Typical Sections drawings. B. Work shall be completed within the specified time for these items: 1. Refer to SECTION 00 52 23 — AGREEMENT for Contract Times. C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, including disposal of highly chlorinated water, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Water Service to Businesses 8 hours 10:00pm — 6:00am $300.00 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. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 - Water Service to Businesses: a. Scope of work includes removal of existing water transmission main, water distribution line and water services, and installation of new 24 -inch ductile iron water transmission main, new 8 -inch PVC water distribution line and new water services, along with new fire hydrants, valves and appurtenances. Contractor shall maintain adequate water pressure and service at all times to the businesses located on the west side of the project area, with the exception of the allowable shut down time indicated above. Contractor shall maintain adequate water pressure and service at all times to the Citgo Refinery West Plant located on the east side of the project area with no shut down allowed. 1.04 OWNER ASSISTANCE (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 013500-2 11-25-2013 0140 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-1 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-4 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; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-5 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 1.11.6.5 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-6 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. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• Quality Management Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-7 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 Quality Management Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015000-1 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 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 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015000-3 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 Facilities and Controls Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015000-4 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015700-1 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 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015700-2 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015700-3 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015700-4 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, Tule Lake in the Inner Harbor Drainage Basin. 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 the 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) 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. Temporary Controls Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015700-5 11-25-2013 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 015700-6 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 017000-1 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 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 0133 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 Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 017000-2 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 Execution and Closeout Requirements Southern Minerals Road — Up River Road to IH -37 (Bond 2014), E13095 017000-3 11-25-2013 PART S STANDARD SPECIFICATIONS CITY OF CORPUS CHRISTI SOUTHERN MINERALS ROAD UP RIVER ROAD TO IH -37 (BOND 2014) CITY PROJECT NO. E13095 PART S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments 021 SITE PREPARATION 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022 EARTHWORK 022020 Excavations and 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 025 ROADWAY 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025418 Surface Treatment 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words and Emblems 025816 Raised Pavement Markers 025818 Reference — TxDOT DMS -4200 Pavement Markers (Reflectorized) 025828 Reference - TxDOT DMS -6130 Bituminous Adhesive for Pavement Markers Index of Standard Specifications Page 1 of 2 026 UTILITIES 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe - AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027 WASTEWATER AND STORM WATER 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 027611 Cleaning and Televised Inspection of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding 028040 Sodding 028300 Fence Relocation 028320 Chain Link Fence 030 CONCRETE, GROUT 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050 METALS 055420 Frames, Grates, Rings and Covers Index of Standard Specifications Page 2 of 2 SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 3'/2" anchor rod to be provided by the City. b) Concrete: Class A, in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 3'/2 feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off -set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk (provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor. Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid, which price shall constitute full compensation for all work, materials, labor, equipment, tools and incidentals required to install the survey monuments complete in-place. 020100 Page 1 of 2 Rev. 10-30-2014 TOP ELEV. APPROX. 1 ABOVE NATURAL GROUND SILVER . SOLDER 1/2" O.D. X .065 14B.aS.GA. BRASS TUBING 3J4" DISC DETAIL N.tS. PLAN 2" A 1 "CHAMFER O REBAR 2" CLEAR NO. 5 REBAR 31-6" LONG CLASS 'A' CONCRETE SECTION A -A SURVEY MARKERS DETAIL 020100 Page 2 of 2 Rev. 10-30-2014 SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame -cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4of4 Rev 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of fmish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right -of -Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right -of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically -stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre -approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18 -kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway - legal rubber -tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 SECTION 022060 CHANNEL EXCAVATION 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Trees, stumps, brush and other vegetation shall be removed and hauled away. Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the drawings, and no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured at right angles to the slope. In no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded. The bottom and sides of the ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding, sodding, or slope protection, as indicated on the drawings. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with City Standard Specification Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings, or as directed, and the completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. Unsuitable channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed of. 3. SELECTION OF MATERIALS Where shown on the drawings, selected materials shall be utilized in the formation of embankment or to improve the roadbed, provided that the material meets the requirements specified in City Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately and deposited in the roadway within the limits and at elevations required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, channel excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas, or by linear foot of channel or drainage ditch, as specified. Channel excavation shall include, but not be limited to, clearing and removal of vegetation, excavation, de -watering, embankment, compaction, hauling, and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or slope protection. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. 022060 Page 1 of 1 Rev. 3-25-2015 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev. 10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10-30-2014 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 %2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10 -inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re -compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 Rev. 10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type 'A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture -density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev 3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE -P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025412 Page 1 of 2 Rev. 10-30-2014 Prime shall be applied at a temperature within the recommended range per City Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately, but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev. 3-25-2015 SECTION 025418 SURFACE TREATMENT 1. DESCRIPTION One -course surface treatment shall consist of a wearing surface or underseal composed of a single application of asphalt material covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Two -course surface treatment shall consist of a wearing surface or underseal composed of two applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Three -course surface treatment shall consist of a wearing surface or underseal composed of three applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. 2. MATERIALS 1) Asphalt Materials. The asphalt material used shall be AC -5 (AC -3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions". 2) Aggregate. The aggregate used shall be Type PE pre -coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One -Course: Two -Course: Three -Course: Grade 4 Grade 4 — 2nd course (top) Grade 3 —1St course (bottom) Grade 4 — 3rd course (top) Grade 3 — 2nd course (middle) Grade 3 —1St course (bottom) 3. CONSTRUCTION METHODS Allow sufficient time for the prime coat to cure properly before applying the surface treatment binder. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of the asphalt material. 025418 Page 1 of 3 Rev. 3-25-2015 Asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphalt material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphalt material may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied asphalt material. Asphalt material shall not be applied until immediate covering is assured. Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the Engineer in writing. Surface treatment shall not be applied when the air temperature is below 60° F and is falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified: 1st Course 2nd Course 3rd Course Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd. Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd. The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the Engineer. Where multiple courses are specified, each course shall be applied in the manner specified for one course surface treatment. The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts the work. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt materials shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt materials with foreign material. It 025418 Page 2 of 3 Rev 3-25-2015 shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will select the temperature of application based on the temperature -viscosity relationship that will permit application of the asphalt within the limits recommended in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that being 220 to 300 degrees F for AC -3, and 275 to 350 degrees F for AC -5. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, surface treatment as an integral part of the final structural pavement section shall be measured in place by the square yard of surface area to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and place the type of surface treatment called for. Surface treatment for temporary pavements shall not be measured and paid separately, but shall be subsidiary to the construction in which the surface treatment is used. 025418 Page 3 of 3 Rev 3-25-2015 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable 025424 Page2of8 Rev. 3-25-2015 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No.200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page3of8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page4of8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 'off b -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the ' o� b -mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page5of8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page8of8 Rev. 3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 "Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of "Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev. 3-25-2015 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast -in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev. 3-25-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev. 3-25-2015 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or 11 cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev. 3-25-2015 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev. 3-25-2015 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev. 3-25-2015 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slump Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (1'/2") The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -MD( PLANTS The requirements for ready -mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." o. Example Blue Sign 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, 025802 Page 2 of 3 Rev. 10-30-2014 equipment, materials, personnel, and incidentals necessary to provide a safe condition during construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3 of 3 Rev. 10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an adhesive -backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low -beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight.80 feet (approximate) 24 inches Curve < 80 feet (maximum) 24 inches Curve > 2 40 feet (maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. 025805 Page 1 of 2 Rev. 10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev. 10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS -8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear -out edges without running of 025807 Page 1 of 3 Rev. 10-30-2014 spattering and within the limits for straightness set forth herein. Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of 025807 Page 2 of 3 Rev. 10-30-2014 the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev. 10-30-2014 SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE -CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic," and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings" and City Section 025807 "Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev. 3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) (8) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non -integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I -A One face shall reflect amber light and the body other than the reflective face shall be yellow. I -C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I -R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red on the side that reflects red light. II -A -A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II -B -B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) II -C -C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rev. 10-30-2014 II -C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev. 10-30-2014 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East 11th Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use; and • Test results from the National Transportation Product Evaluation Program (NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12 -month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot -mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full -access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four -lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot -mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12 -month NTPEP test results for the pre -qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re -installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12 -month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex -842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12 -month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre -qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre -qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre -qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department -initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department -Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex -729-I) and testing on pre -qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re -Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I -A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I -C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver -white. • Type I -R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver -white. • Type II -A -A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5 —7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) • Type II -C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 20° 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex -434-A, the minimum strength of five markers must be 2,000 lb. with none exhibiting a deformation of more than 0 125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex -434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 lb. load. The following equation is used to determine the quality index value: QL=(X—LSL)/s Where: QL = quality index value X = average result from test LSL = lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no subjected to the requirements of Tex -846-B marker in a vertical position. The SI of the pavement marker must not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEPARTMENT OF TRANSPORTATION 6 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2 -in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7 — 7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71 °C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa -s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 .tm (No. 325) 75 -- Section 6130.4. 75 µm (No. 200) 95 -- 100 -- 150 pm (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2 — 3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 µm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 µm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 601b.) and must weigh within 1 kg (21b.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 3 LAST REVIEWED: SEPTEMBER 2014 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = S D (P)'/2 or L = N D (P)�'2 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(PP 4,000 PVC Pipe - Uni-bell equation 99 L=ND(P)1/2 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX - RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push - on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev. 10-30-2014 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev. 3-25-2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20 -ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20 -ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev. 3-25-2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16 -inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16 -inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev. 3-25-2015 from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev. 3-25-2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev. 3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-'/2" & 2" sizes 026404 Page 1 of 2 Rev 3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev. 3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement -stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev. 3-25-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with non -rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation — lay over. 4) Stem seals shall be the 0 -ring type on valves through 12 -inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev 3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement - stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev 3-25-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-'/2") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one -half-inch (2-%2") National Standard thread (7-'/2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i) Nozzle Cap Gaskets - Required. j) Drain Openings - Required. 026416 Page 1 of 3 Rev. 3-25-15 k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O" -ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O" -ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O" -ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev. 3-25-15 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O" -Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O" -ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6 -inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev. 3-25-15 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z 1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. 027202 Page 2 of 3 Rev. 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev. 3-25-2015 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev 3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre -formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev 3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 11/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs 11/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev 3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev 3-25-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev 3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev 3-25-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev 3-25-2015 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev. 3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control / By -Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation — Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City -approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev. 3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs / Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan -and - tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City -approved computer -software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3of8 Rev 3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer -software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole material condition of ring / cover condition of walls condition of pipe mouths condition of invert above invert penetrations 2.8 CCTV Set-up: manhole diameter depth of manhole evidence of infiltration presence of inflow inhibitor presence of coatings location: street / easement a. A CCTV set-up includes all of the work, equipment, supervision, personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev 3-25-2015 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de -watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre -Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5 of 8 Rev 3-25-2015 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software -generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Contractor Date Pipe Size Street Name Upstream MH # Survey / Post / New Material Tape Number Downstream MH # Work Order # Project # c. Inspection Reports: inspection reports are to be from City -approved and software -generated formats on 81/2" x 11" paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre -CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6 of 8 Rev 3-25-2015 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set -Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev 3-25-2015 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-up and ou Inspection Report] City's Project Name City's Project Number Contractor/Operator Date /Time Televised DVD Number Upstream MIL Location Downstream Mf -I Location Upstream MH Number Downstream MH Number Upstream MH Depth Downstream ME Depth Pipe Size Pipe Material Pre -Rehab TV Y N Evaluation TV Y N Post -Rehab TV Y N Reverse Set-up Y N DISTANCE FROM ENTRY POINT OBSERVATIONSICOMMENTS DVD LABELING REQUIREMENTS [On each DVD] City Project Name Upstream Manhole No. City Project No. Downstream Manhole No, Street Name Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev 3-25-2015 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 Sideoats Grama (premier) Bouteloua Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 Bermudagrass (Unhulled) Cynodon Dactylon 30.0 K -R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides 4.2 Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture - B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev. 3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 4001b/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt -water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev. 3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev. 3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: Sod: Water: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 -inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev. 3-25-2015 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its fmished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 SECTION 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2 -inch mesh hot -dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class I. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 12'/2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2 -inch nominal diameter steel pipe. 2. 1'/8 -inch 21/4 -inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 21/2" nominal diameter steel pipe. 2. 21/2" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev. 10-30-2014 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square O.D. Nominal) (Tubular) Gate Length 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4 -foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. Use and Section Frame for fabric 6' and less, and leaf widths not exceeding 8' O. D. or Dimensions, Nominal Round Square 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8' width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev. 10-30-2014 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid -height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than #7 gage and shall conform to ASTM Designation: A116, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Height Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev. 10-30-2014 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0 25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/4 In. 2 In. 1-1/4 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/4 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 Oto 5 Oto 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes 'A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water - reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given 030020 Page 4 of 13 Rev. 10-30-2014 consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no 030020 Page 6 of 13 Rev. 10-30-2014 substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water - reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the cement 030020 Page 8 of 13 Rev. 10-30-2014 specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not be 030020 Page 10 of 13 Rev. 10-30-2014 placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one-fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14,#18 10d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Pion Dimen. t 3 7/8" Bar or Smaller --Plan. Dimen. • I/2." Bar or Larger --Pian_ Dimen. * !» 3/4 H= over 6"--Dimen.• Zero or -4/2» H : 6" and leas-flinsen. • Zero or -1/4" t; 1 7/8" Bor or Smaller—Plan Dimon.* 1/26. I" Bar or Larger — Plan Dienen. *1" Spiral or Circular Tie Tit or Stirrup Plan Dineen.=1/24 5. STORING !Plain Dames i. * i/2' Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton 032020 Page 5 of 6 Rev. 10-30-2014 mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 401b./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch (1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev. 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev. 3-25-2015 PART T TECHNICAL SPECIFICATIONS CITY OF CORPUS CHRISTI SOUTHERN MINERALS ROAD UP RIVER ROAD TO IH -37 (BOND 2014) CITY PROJECT NO. E13095 PART T - TECHNICAL SPECIFICATIONS T026412 Temporary Line Stop for 24" Waterline Item 540 Metal Beam Guard Fence (TxDOT) Index of Technical Specifications Page 1 of 1 SECTION T026412 Temporary Line Stop for 24" Waterline TECHNICAL SPECIFICATION SECTION T026412 TEMPORARY LINE STOP FOR 24" WATERLINE 1. DESCRIPTION This Specification shall govern all work for Temporary Line Stop for 24 -inch Waterline required to complete the project. 2. MATERIAL A. 24 -inch diameter carbon steel line stop for use on 24 -inch diameter ductile iron or cast iron water pipe. Include 4 -inch diameter fitting for blow down and filling. B. All other parts, materials and components needed to complete the work. 3. CONSTRUCTION METHODS A. After new 24" ductile iron waterline has been installed and made ready for connection to the existing 24" waterline, excavate and expose existing 24" waterline at the location indicated on the drawings. B. Measure the outside diameter of the existing waterline. C. Install properly sized concrete thrust blocking. D. Install line stopping sleeves and completion plugs. E. Connect new 24" ductile iron waterline to existing waterline. F. Perform sterilization test in accordance with Standard Specification Section 026402 "Waterlines". G. Perform hydrostatic pressure testing in accordance with Standard Specification Section 026202 "Hydrostatic Testing of Pressure Systems". Do not dispose of highly chlorinated water into wetlands. H. Remove temporary line stopping apparatus. I. Backfill excavation in accordance with Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, temporary line stop for 24" waterline shall be measured by the lump sum complete in place. Payment shall be full compensation for all labor, equipment, tools and materials for excavation, backfill, compaction, dewatering, concrete thrust blocks, concrete encasement, completion plugs, valve and fittings for line stop, pressure test, disposal of highly chlorinated water, and incidentals required to complete the work. T026412 Page 1 of 1 ITEM 540 Metal Beam Guard Fence (TxDOT) 540 Item 540 Metal Beam Guard Fence ioTexas Department f Transportation 1. DESCRIPTION Furnish, install, replace, or adjust metal beam guard fence consisting of metal beam rail elements, hardware, blocks, and support posts. 2. MATERIALS Provide samples of metal beam rail elements, terminal sections, bolts, and nuts for compliance testing according to Tex -708-I and Tex -713-I to verify physical and chemical properties meet AASHTO M 180 when directed. Obtain materials at the locations shown on the plans when the plans designate that the Department will furnish materials. 2.1. Metal Beam Rail Elements. Furnish new metal beam rail elements, transitions, anchor sections, and terminals that meet the requirements of Table 1 and are from a manufacturer on the Department's MPL of rail element manufacturers. Type I or II is required, unless otherwise shown on the plans. Base metal for metal beam rail elements must not contain more than 0.04% phosphorous or more than 0.05% sulfur. Warped or deformed rail elements will be rejected. Table 1 Rail Element Requirements Specification AASHTO M 180 Class A— Base metal nominal thickness 0.105 in. B— Base metal nominal thickness 0.135 in. Type I— Zinc -coated 1.80 oz. per square foot minimum single -spot. 11— Zinc -coated 3.60 oz. per square foot minimum single -spot. IV— Weathering Steel (required when shown on the plans). Shape W -Beam Thrie Beam W -Beam to Thrie Beam Transition Markings Permanently mark each metal beam rail element with the information required in AASHTO M 180. In addition, permanently mark all curved sections of metal beam rail element with the radius of the curved section in the format 'R=XX ft." Markings must be on the back of the metal beam rail section away from traffic and visible after erection. 2.2. Posts. Furnish new round timber, rectangular timber, or rolled steel section posts in accordance with details shown on the plans and the following requirements: 2.2.1. Timber Posts. Meet the requirements of DMS -7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 2.2.2. Steel Posts. Provide rolled sections conforming to the material requirements of ASTM A36. Drill or punch posts for standard rail attachment as shown on the plans. Galvanize according to Item 445, "Galvanizing." Low -fill culvert posts may be fabricated as galvanized "blanks" with the rail hole and the final height field 743 540 fabricated. Treat all exposed post surfaces caused by the field fabrication in accordance with Section 445.3.5., "Repairs." 2.3. Blocks. Furnish new rectangular timber or composite blocks in accordance with details shown on the plans and the following requirements: 2.3.1. Timber. Meet the requirements of DMS -7200 "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 2.3.2. Composite. Meet the requirements of DMS -7210 "Composite Material Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer on the Department's MPL of composite material blocks and posts. 2.4. Fittings. Furnish new fittings (bolts, nuts, and washers) according to the details shown on the plans and galvanized according to Item 445, "Galvanizing." 2.5. Terminal Connectors. Furnish new terminal connectors, where required, meeting the material and galvanizing requirements specified for metal beam rail elements. 2.6. Concrete. Furnish concrete for terminal anchor posts meeting the requirements for Class A concrete as required in Item 421, "Hydraulic Cement Concrete." 2.7. Curb. If indicated in the details, furnish the curb shown with metal beam guard fence transition as required by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 2.8. Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication according to Item 445, "Galvanizing." 2.9. Driveway Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication according to Item 445, "Galvanizing." 2.10. Downstream Anchor Posts. Furnish new terminal anchor posts consisting of new rectangular timber and new steel foundation tubes according to details shown on the plans. 2.11. Downstream Anchor Hardware. Furnish new hardware (brackets, plates, struts, cable, etc.) according to the details shown on the plans and galvanized according to Item 445, "Galvanizing." 2.12. Controlled Released Terminal (CRT) Posts. Furnish new CRT posts according to the details shown on the plans and conforming to the requirements of DMS -7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 3. CONSTRUCTION Install posts and rail elements according to details shown on the plans. 3.1. Posts. Install posts by either drilling or driving. 3.1.1. Drilling. Drill holes and set posts plumb and firm to the line and grade shown. Backfill posts by thoroughly compacting material to the density of adjacent undisturbed material. 3.1.2. Driving. Drive posts plumb with approved power hammers (steam, compressed air, vibratory, or diesel) or gravity hammers to the line and grade shown while preventing damage to the post. Use pilot holes when required and approved. Determine the size and depth of pilot holes based on results of the first few posts 744 540 driven. Thoroughly tamp loosened soil around the post, fill voids with suitable material, and thoroughly compact to the density of adjacent undisturbed material. 3.2. Rail Elements. Erect metal beam rail elements to produce a smooth, continuous rail paralleling the line and grade of the roadway surface or as shown on the plans. Bolt rail elements end-to-end and lap splices in the direction of traffic. Field -drill or punch holes in rail elements for special details, only when approved. 3.3. Short Radius. Special rail fabrication with a required radius must be as shown on the plans. 3.4. Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 3.5. Galvanizing Repair. Repair all parts of galvanized steel posts, washers, bolts, and rail elements after erection where galvanizing has become scratched, chipped, or otherwise damaged. Repair in accordance with Section 445.3.5., "Repairs." 3.6. Guardrail Adjustment. Work includes vertical adjustment, horizontal shift, and overlap of the rail element to meet the detail shown on the plans. 3.7. Curb. If indicated in the details, construct the curb shown with metal beam guard fence transition as required by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 3.8. Driveway Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 4. MEASUREMENT 4.1. Guard Fence. Measurement will be by the foot of fence. Fence will be measured on the face of the rail in place, from center -to -center of end splice locations. 4.2. Terminal Anchor Sections. Measurement will be by each section, complete in place, consisting of a terminal anchor post and one 25 -ft. section of rail element. 4.3. Transitions. Transitions for rail connection will be measured by each transition. 4.4. Short Radius. Measurement will be by the foot to the nearest whole foot along the face of the rail in place, from beginning of radius (first CRT post) to the end of radius. 4.5. Driveway Terminal Anchor Section. Measurement will be by each section, complete in place, consisting of a driveway terminal anchor post and one 6 -ft. section of rail element. 4.6. Downstream Anchor Terminal. Measurement will be by each section, complete in place, consisting of one W -Beam end section, 2 downstream anchor posts, and one rail section. 4.7. Long Span System. Measurement will be by the foot of fence. Fence will be measured on the face of the rail, in place, between the first CRT and last CRT posts in the system. 5. PAYMENT The work performed and material furnished in accordance with this Item and measured as provided under "Measurement" will be paid at the unit price bid for "Metal W -Beam Guard Fence" of the post type specified; "Metal Thrie Beam Guard Fence" of the post type specified; "Terminal Anchor Section"; "Metal Beam Guard Fence Transition" of the type specified; "Metal W -Beam Guard Fence Adjustment"; "Metal Thrie Beam Guard Fence Adjustment"; "Terminal Anchor Section Adjustment"; "Transition Adjustment"; "Short Radius"; "Driveway Terminal Anchor Section; "Downstream Anchor Terminal"; or "Metal Beam Guard Fence (Long Span System)." When weathering steel is required, Type IV will be specified. 745 540 Samples furnished to the Department for testing purposes, special backfill materials, and concrete curbs will not be paid directly but are subsidiary to this Item. 5.1. Guard Fence. The price bid for "Metal W -Beam Guard Fence" or "Metal Thrie Beam Guard Fence" is full compensation for materials, hauling, erection, setting posts in concrete, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.2. Terminal Anchor Section. When a separate bid item is specified, the price bid for "Terminal Anchor Section" is full compensation for furnishing the rail element, anchor assembly, terminal anchor post, and foundations; installing the rail element anchor assembly and the terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.3. Transition. The price bid for "Metal Beam Guard Fence Transition" is full compensation for furnishing nested sections of Thrie Beam; nested sections of W -Beam; Thrie Beam to W -Beam transitional rail piece, posts, concrete, curb, and connections to W -Beam guard fence and bridge rails; Thrie Beam terminal connectors; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.4. Guardrail Adjustment. The price bid for "Metal W -Beam Guard Fence Adjustment," "Metal Thrie Beam Guard Fence Adjustment,""Terminal Anchor Section Adjustment," and "Transition Adjustment" is full compensation for furnishing materials not supplied by the Department, drilling holes in posts, hauling, erection, blocks, excavation, backfill, cleaning, salvaging materials, setting rail element anchor assembly and terminal anchor post, removal of rail element, concrete, curb, equipment, labor, tools, and incidentals. 5.5. Short Radius. The price bid for "Short Radius" is full compensation for furnishing special rail fabricated metal beam guard fence, CRT posts, steel posts, sand barrels, end terminal, cable anchor, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.6. Driveway Terminal Anchor Section. The price bid for "Driveway Terminal Anchor Section" is full compensation for furnishing the rail element, driveway anchor assembly, driveway terminal anchor post, and foundations; installing the rail element anchor assembly and the driveway terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.7. Downstream Anchor Terminal. The price bid for "Downstream Anchor Terminal" is full compensation for furnishing the rail element, W -Beam end section, guardrail anchor bracket, shelf angle bracket, channel strut, downstream anchor posts, breakaway cable terminal (BCT) cable anchor assembly, and foundations; installing the BCT cable anchor assembly and the downstream anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.8. Long Span System. The price bid for "Metal Beam Guard Fence (Long Span System)" is full compensation for furnishing the rail element, CRT posts, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 746 APPENDICES APPENDIX A GEOTECHNICAL REPORT May 2, 2014 LNV, Inc. 801 Navigation Boulevard, Suite 300 Corpus Christi, Texas 78408 Attention: Mr. Norman Ramirez • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUPLEMENT NO. 1 SUBSURFACE INVESTIGATION, LABORATORY TESTING AND PROVISION OF PAVEMENT RECOMMENDATIONS FOR THE PROPOSED SOUTHERN MINERALS ROAD — UP RIVER RD. TO IH 37 (BOND 2014) City of Corpus Christi Project No. E13095 Corpus Christi, Texas RETL Job No. — G114117 Dear Mr. Ramirez, RETL is issuing this "SUPPLEMENT NO. 1" to clarify the use of salvaging and recycling the existing pavement constituents. The recommendations provided herein supersede any conflicts in the recommendations included in the original report dated April 14, 2014. An electronic copy of this supplement of which is being transmitted to LNV, Inc. Replace the first sentence of the first paragraph after the "Recommended Pavement Sections" tables found on pages 10 and 11 of the original report with the following sentence: *The existing pavement constituents when properly salvaged, stockpiled and replaced in accordance with 2004 TxDOT Specification Item 305; Salvage, Stockpile and Replace may be used in lieu of the pavement constituents indicated in the table above and shall be placed at the same minimum thickness indicated. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL) would be pleased to continue its role as Geotechnical Engineer during the project implementation. ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 681 7 LEOPARD STREET ° CORPUS CHRISTI, TEXAS, 78409-1703 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 10856 VANDALE ST. SAN ANTONIO, TEXAS 78216-3625 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 May 2, 2014 LNV, Inc. Attn: Mr. Norman Ramirez Supplement No. 1; SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions. or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations 2 of 2 April 14, 2014 LNV, Inc. 801 Navigation Boulevard, Suite 300 Corpus Christi, Texas 78408 Attention: Mr. Norman Ramirez • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING AND PROVISION OF PAVEMENT RECOMMENDATIONS FOR THE PROPOSED SOUTHERN MINERALS ROAD — UP RIVER RD. TO IH 37 (BOND 2014) City of Corpus Christi Project No. E13095 Corpus Christi, Texas RETL Job No. — G114117 Dear Mr. Ramirez, In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted to LNV, Inc. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL) would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 10856 VANDALE ST. SAN ANTONIO, TEXAS 78216-3625 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 SUBSURFACE INVESTIGATION, LABORATORY TESTING AND PROVISION OF PAVEMENT RECOMMENDATIONS FOR THE PROPOSED SOUTHERN MINERALS ROAD — UP RIVER RD. TO IH 37 (BOND 2014) CITY OF CORPUS CHRISTI PROJECT NO. E13095 CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G114117 PREPARED FOR: LNV, INC. 801 NAVIGATION BOULEVARD, SUITE 300 CORPUS CHRISTI, TEXAS 78408 APRIL 14, 2014 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF ENGINEERS FIRM REGISTRATION NO. - 2101 • MARK C. ROCK i 1. 71395 114Ae;.* CGIST• s�oiu.4i:..N Mark C. Rock, P.E. Vice President of Operations �1OFTE • 1� ff CHRISTOPHER A.•ROCK ...; 6......95866 `'�: I 'rF'••�E!:IS•• G▪ AS Christopher A. Rock, P.E.,�‘����N�.,,�` Vice President Corpus Christi TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 4 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 5 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 6 Groundwater Observations 7 OSHA Soil Type Classification 8 PAVEMENT RECOMMENDATIONS 9 Routine Maintenance of Rigid and Flexible Pavement Systems 13 Earthwork and Foundation Acceptance 14 Dewatering Construction Considerations 14 GENERAL COMMENTS 16 APPENDIX Boring/Core Location Plans Boring Logs B-1 through B-6 Key to Soil Classifications and Symbols April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 INTRODUCTION This report presents the results of a soils exploration for the proposed Southern Minerals Road with project limits between Up River Road and IH 37 to be constructed in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and LNV, Inc. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P103013C dated October 31, 2013. The scope of work was approved, proposal signed by LNV, Inc. and returned to RETL via e-mail. Purpose and Scope Based on information provided to RETL, the proposed project will include modifying Southern Minerals Road from a 2 travel lane roadway to a 2 travel lane roadway with a continuous center turn lane. It is understood that the profile grade line of the roadway will remain the same. In addition, new utility lines will be installed approximately 10 to 15 -feet below finished pavement. RETL performed the following: • Evaluation of the subsurface soils within the limits of the proposed roadway rehabilitation project by obtaining information on the in-situ soils and groundwater conditions to provide flexible and rigid pavement sections suitable for a 20 and 30 -year pavement designs. • Provision of recommendations on the suitability of recycling the existing asphalt roadway to be re -used as base material for either a flexible or rigid pavement section. If the material is suitable, RETL will provide recommendations suitable for 20 and 30 - year pavement designs utilizing the recycled existing pavement. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide the recommendation in this report. • Provide soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. In addition, prospective contractors will utilize the information provided in this report during the bidding process. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. No other representations are expressed or implied, and no warranty or guarantee is included or intended. 1 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to assist the design engineer in selecting suitable pavement sections for the proposed street rehabilitation project and to provide the contractors with information to assist with bidding and design of trench excavation protection. The information submitted for the proposed project is based on project details provided by LNV, Inc. and the soil information obtained at the sample locations. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics and engineering geology. No warranties are expressed or implied. This report has been prepared for the exclusive use of LNV, Inc. and the City of Corpus Christi for the specific application for the proposed Southern Minerals Road with project limits between Up River Road and IH 37 to be constructed in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included performing the soil borings and determining strength and classification of the subgrade soils samples obtained. A summary of the field investigation performed for the Southern Minerals Road between Up River Road and IH 37 is provided in the table below: 2 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 SOUTHERN MINERALS ROAD UP RIVER ROAD TO IH 37; CORPUS CHRISTI, TEXAS Boring/Core Number(ft) Boring Depth Location Depth of HMAC (in) Depth of Base (in) B-1 20 N 27° 49.081' W 97° 30.157' Southern Minerals Road; 100' S from Up River Rd.; 7' from west edge of pavement; SBL 11.25 0.00 B-2 5 N 27° 49.009' W 97° 30.157' Southern Minerals Road; 600' S from Up River Rd.; 6' from east edge of pavement; NBL 4.50 6.00 B-3 5 N 27° 48.930' W 97° 30.158' Southern Minerals Road; 1,850' S from Up River Rd.; 6' from west edge of pavement; SBL 3.00 7.00 B-4 20 N 27° 48.851' W 97° 30.163' Southern Minerals Road; 1,550' S from Up River Rd.; 6' from east edge of pavement; NBL 3.50 10.00 B-5 5 N 27° 48.767' W 97° 30.161' Southern Minerals Road; 2,000' S from Up River Rd.; 6' from west edge of pavement; SBL 2.50 12.00 B-6 20 N 27° 48.704' W 97° 30.158' Southern Minerals Road; 2,300' S from Up River Rd.; 6' from east edge of pavement; NBL 2.00 16.00 C-7 --- N 27° 49.042' W 97° 30.165' Southern Minerals Road; 350' S from Up River Rd.; 6' from east edge of pavement; NBL 3.00 10.25 C-8 --- N 27° 48.973' W 97° 30.157' Southern Minerals Road; 800' S from Up River Rd.; 6' from west edge of pavement; SBL 2.50 13.00 C-9 --- N 27° 48.891' W 97° 30.158' Southern Minerals Road; 1,300' S from Up River Rd.; 6' from east edge of Pavement; NBL 2.50 12.75 C-10 --- N 27° 48.806' W 97° 30.160' Southern Minerals Road; 1,800' S from Up River Rd.; 6' from west edge of pavement; SBL 2.50 12.50 C-11 --- N 27° 48.739' W 97° 30.159' Southern Minerals Road; 2,150' S from Up River Rd.; 6' from east edge of pavement; NBL 1.75 10.25 C-12 --- N 27° 48.704' W 97° 30.158' Southern Minerals Road; 2,155' S from Up River Rd.; 6' from west edge of pavement; SBL 1.50 12.00 Average Thickness of Existing Pavement Constituents (in)* 2.75 11.00 *These values were rounded to the nearest %-inch. The average values provided neglect boring B-1 given that it appears to be an outlier. 3of16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez Where: NBL = North Bound Lane SBL = South Bound Lane SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 The borings performed for this project were used to determine the classification and strengths of the in-situ soils and thickness of existing pavement constituents. The information obtained on the boring logs includes boring location, boring depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test results and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. Drilling and Sampling Procedures At each boring location, pavement cores were performed to provide access to the subsurface soils. The pavement cores were obtained using a coring machine equipped with a diamond bit to penetrate the existing pavement constituents to a depth the subgrade soils were encountered. Once the pavement constituents were penetrated and the existing pavement constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Penetration Tests — During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is obtained by adding the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. 4 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — The ground surface elevations were provided to RETL by LNV, Inc. and are provided on the boring logs included in the Appendix. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the pavement systems for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs and test reports provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of 3 - months after issuance of this report. 5of16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the design parameters recommended for use when designing braced excavations are provided in the following tables: Soil Profile Table; Borings B-1, B-2 and B-3 D Description LL PI C 4) re Ka Kp 0-0.9 Ex. HMAC Pavement Not Applicable 0.9-9 Lean CLAY & CLAYEY Sand 30-45 18-30 1,000 0 120 0.50 2.0 9-13 Lean CLAY 39 25 500 0 55 0.55 1.8 13-20 Poorly Graded SAND --- --- 0 28 50 0.36 2.8 Soil Profile Table; Boring B-4, B-5 and B-6 D Description LL PI C 4) re Ka Kp 0-0.9 Ex. HMAC Pavement Not Applicable 0.9-12 Fat/Lean CLAY FILL 50-67 34-46 1,900 0 120 0.40 2.5 12-20 Fat/Lean CLAY 86 61 1,400 0 120 0.40 2.5 It should be noted that fill was not encountered at boring location B-4. Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf Ka= Active Earth Pressure Coefficient Kp= Passive Earth Pressure Coefficient 6 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 It should be noted that fill soils were placed along Southern Minerals between Up River Road and IH 37 as evidenced in borings B-5 and B-6. The fill soils were likely placed in order to achieve the desired profile grade line of the roadway and as evidenced by our investigation the fill soils were not placed contiguously along the roadway. Therefore, it is RETL's opinion to assume that the subgrade soils are highly plastic unless additional borings are performed in order to delineate areas of highly plastic subgrade soils versus lower plasticity soils. Two base samples were subjected to Atterberg limits tests to determine the plasticity. The liquid limits (LL) were 33 and 39 -percent and the plasticity index (PI) ranged from 12 to 21. The trench protection should be designed to provide the most conservative design given the design parameters provided in the tables above. It should be noted that the values for the design of braced excavations provided in the tables above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN", written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and (1)-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-1 11' GW at 9' and Caved at 10.5' B-2* Dry Dry and Open B-3* Dry Dry and Open B-4 Dry Dry and Open B-5* Dry Dry and Open B-6 Dry Dry and Open *Borings were terminated at a depth of 5 -feet. 7 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 Based on measurements made in the field and moisture contents obtained in the laboratory, it appears that groundwater at this site, during the time of our field investigation, will be encountered near the 9 to 11 -foot depth closer to Up River Road and at depths greater than 20 - feet, closer to IH 37. The groundwater readings provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: D DESCRIPTION OSHA Soil Type Classification 0-9 Stiff Clay Above Water Table Type B 9-13 Firm Clay Below Water Table Type C 13-20 Loose Sand Below Water Table Type C It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4 Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 11/2 Horizontal : 1 Vertical 8of16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. PAVEMENT RECOMMENDATIONS The proposed roadway rehabilitation will include will include modifying Southern Minerals Road from a 2 travel lane roadway to a 2 travel lane roadway with a continuous center turn lane. It is understood that the profile grade line of the roadway will remain the same. In designing the proposed roadway, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements, or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon local experience and soil classification, the estimated CBR and K values for the predominate in-situ fat clay soils encountered at this site is, 3 and 90 pci, respectively. The Average Daily Traffic (ADT) numbers utilized for this project were provided by the City of Corpus Christi. Given the ADT counts provided the 2035 and 2045 traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations: • 50/50 Directional Traffic Distribution • 100% Design Lane Traffic Distribution • Terminal Serviceability Index — 2.5 • Most Recent ADT Provided by City of Corpus Christi — 1,626 (2013) 9of16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 If the owner or consultant provides considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental recommendations are warranted. ADT numbers provided and calculated for 20 and 30 -years, calculated 18 -kip Equivalent Single Axle Loads (ESAL) and calculated required structural number are provided in the table below for 20 and 30 -year pavement designs: SOUTHERN MINERALS ROAD (Up River Rd. to IH 37) Pavement Constituent 20 Year Design (2035) 30 Year Design (2045) ADT Year (11/7/13) (Bi -Directional) 1,626 1,626 Design Lane ADT (1.7% growth; 50/50 Traffic Distribution) 1,178 1,395 Percent Trucks 16% 16% Calculated Flexible ESAL's 1,175,284 2,072,280 Calculated Rigid ESAL's 1,504,678 2,651,935 Minimum Required Structural Number 4.7 5.1 Rigid Pavement Thickness (in) 7" 8" 2013 ADT, percent growth and percent trucks were provided by the City of Corpus Christi. Recommended Pavement Sections — Southern Minerals Road (Up River Rd. to IH 37) 20 -Year Design Life — Required SN20 = 4.70 Pavement Constituent Flex. Pvmt. No. 1 Flex. Pvmt. No. 2 Flex. Pvmt. No. 3 Flex. Pvmt. No. 4 Rigid Pvmt. No. 1 Rigid Concrete Pavement N/A N/A N/A N/A 7" HMAC Type D 2" 2" 4" 2" 1" HMAC Type B 4" 4" --- 3" --- Limestone (Type A Gr. 1) 11" 11" 11" 12" 6"* Tensar Geogrid TX -5 No No TX -5 TX -5 No Tensar Geogrid BX1100 No BX1100 --- --- No Lime Stabilized Subgrade (5%) 8"* --- 8"* --- --- Calculated SN 4.70 4.70 4.69** 4.69** N/A **It is RETL's opinion that Flexible Pavement Section No. 3 and No. 4 should perform as intended even though the calculated structural number is 0.01 deficient of the minimum required SN of 4.70. 10 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 Recommended Pavement Sections — Southern Minerals Road (Up River Rd. to IH 37) 30 -Year Design Life — Required SN30 = 5.10 Pavement Constituent Flex. Pvmt. No. 5 Flex. Pvmt. No. 6 Flex. Pvmt. No. 7 Flex. Pvmt. No. 8 Rigid Pvmt. No. 2 Rigid Concrete Pavement N/A N/A N/A N/A 8" HMAC Type D 2" 2" 2" 2" 1" HMAC Type B 4" 4" 3" 4" --- Limestone (Type A Gr. 1) 14" 14" 11" 12" 6"* Tensar Geogrid TX -5 No No TX -5 TX -5 No Tensar Geogrid BX1100 No BX1100 No No No Lime Stabilized Subgrade (5%) 8"* --- 8"* --- Calculated SN 5.12 5.12 5.11 5.11 N/A *The existing pavement constituents when properly salvaged, stockpiled and replaced in accordance with 2004 TxDOT Specification Item 305; Salvage, Stockpile and Replace may be used in lieu of the constituents indicated in the table above. If the existing salvaged pavement constituents are utilized in the Rigid Pavement Section No. 1 and Rigid Pavement Section No. 2 provided above, then the salvaged pavement constituents will require cement stabilization in accordance with 2004 TxDOT Specification; Item 275; Cement Treatment (Road Mixed) with a minimum of 4 -percent cement based on the maximum dry unit weight of the raw salvaged base, as determined by the standard Proctor (ASTM D698), and then compacted in place to a minimum density of 98 -percent of the standard Proctor (ASTM D698) and within 11/2 -percent of the optimum moisture content. A full HMAC pavement section was encountered at boring location B-1, the sample location closest to Up River Road, and should be removed and disposed of. The exact distance where the transition between a full HMAC section to a HMAC and base section has not been determined but appears to occur somewhere between 100 -feet and 350 -feet south of Up River Road. The existing pavement section encountered elsewhere is of thickness that when the existing HMAC is scarified and mixed in with the upper 5 -inches of base material (approximate scarify and mix depth from surface of 8 -inches) should result in suitable salvaged base material for cement stabilization or as a replacement for lime stabilization where specified in the table above and still achieve a maximum amount of HMAC allowed in accordance with 2004 TxDOT Specification; Item 275; Cement Treatment (Road Mixed) of 50 -percent, or less HMAC. Salvage operations shall be performed in order to minimize problems associated with contaminating the base material with subgrade soils. If the thickness of the salvaged material requires additional base material to achieve the specified minimum thickness, then RETL recommends that additional crushed limestone base material meeting the requirements for TxDOT Item 247; Type A Grade 1 crushed limestone base material be added to the salvaged base to assure minimum thickness of salvaged base material is achieved. 11 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 If salvaged base material is utilized in lieu of lime stabilized subgrade soils then the salvaged base material shall be compacted to a minimum density of 98 -percent of the maximum dry density of the salvaged base material, as determined by the standard Proctor (ASTM D698), and within 11/2 -percent of the optimum moisture content. After all surface organics, deleterious materials and existing roadway materials have been removed to the desired subgrade elevation, the upper 12 -inches of exposed raw subgrade shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Any soft areas identified shall be removed and properly recompacted in place. Where specified in the tables above, lime placement and mixing operations should be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED). " Lime shall be mixed with the natural in-situ soils at a rate of 5 -percent based on the maximum dry unit weight of the raw subgrade soils, as determined by the standard Proctor (ASTM D698). After proper curing time, usually 48 to 72 hours, the lime stabilized soils should be remixed and compacted to a minimum density of 95 - percent of the maximum dry unit weight of the lime stabilized subgrade soils, as determined by a standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. Where specified in the tables above; upon completion of the subgrade preparation a layer of the specified geogrid shall be placed on the properly prepared subgrade and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the project engineer or manufacturer, whichever is greater. The geogrid shall be placed in accordance with the manufacturer's recommendations. The flexible base materials utilized shall meet the minimum physical requirements for TxDOT Item 247, Type A, Grade 1. Base materials in flexible pavement areas should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the modified Proctor test (ASTM D1557), and within 11/2 -percent of the optimum moisture content. Note that the compaction requirement for the Type A Grade 1 crushed limestone base material in the Rigid Pavement Section No. 1 and Rigid Pavement Section No. 2 shall require that the base material be compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698), and within 11/2 -percent of the optimum moisture content. RETL recommends placing a single course seal coat or a prime coat (MC -30 or AE -P) on the finished base material prior to placing the HMAC surface courses. A single course surface treatment shall be applied after the base material has been primed. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D and Type B surface and base courses, respectively. Minimum and maximum thickness of HMAC placement for the types of HMAC recommended are provided in the following table: 12 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 Minimum/Maximum Recommended HMAC Compacted Lift Thickness HMAC Mixture Type Minimum Compacted Lift Thickness Maximum Compacted Lift Thickness Type B HMAC 2.5" 5" Type D HMAC 1.5" 3" Any other pay items not specifically referenced shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2004 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES." Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a mean concrete modulus of rupture of 620 psi (4,000 psi compressive strength concrete). Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based on 18 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. 13 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez Earthwork and Foundation Acceptance SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and the pavement, utilities, boxes and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. Backfill materials should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content should be maintained within —1 to +3 - percent of the optimum moisture content. The Geotechnical Engineer or his designated representative should monitor the placement of roadway constituents, bedding material, backfill and backfill behind the curb. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it appears that dewatering will be required, when installing the proposed underground utility lines to depths near 10 to 15 -feet. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions; therefore, it should be made the responsibility of the contractor to verify depths to groundwater. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive method for lowering the groundwater table a slight distance. The interceptor ditch has to penetrate deeper than the elevation of the work area. Water collecting in such ditches normally has to be pumped out of the ditch for disposal. Since gravity flow is relied upon to bring the water to the ditch, the continued inflow is dependent on the water level in the ditch being kept low. With this method, it is common to construct small pits in the ditch, termed sump pits, for locating the necessary pumps (sump pumps). 14 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 The drawing down of the water table can also be accomplished by constructing a series of sump pits, or, if greater depth is required, some type of drainage wells around the construction area and pumping the water from these pits or wells. For dewatering to intermediate depths (to about 30 -feet but more if sufficient area is available for installing the necessary equipment) well -point systems are normally used. To dewater an area, a series of well points is installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well -point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10 -feet. With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20 -feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two-stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lower the water table to the additional depth necessary to complete the excavation in dry conditions. Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. 15 of 16 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 16 of 16 APPENDIX BORING/CORE LOCATION PLAN April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez SOUTHERN MINERALS ROAD Up River Rd. to IH 37; CorpusChristi, Texas RETL Job No.: G114117 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 April 14, 2014 LNV, Inc. Attn: Mr. Norman Ramirez BORING/CORE LOCATION PLAN SOUTHERN MINERALS ROAD Up River Rd. to IH 37; Corpus Christi, Texas RETL Job No.: G114117 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 LOG OF BORING B-1 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: LNV Engineering, Inc. PROJECT: Prop. Southern Minerals Road Project LOCATION: Southern Minerals Rd.; Corpus Christi, TX NUMBER: G114117 DATE(S) DRILLED: 03/31/14 - 03/31/14 FIELD DATA LABORATORY DATA 0 00 2 0 E a w SAMPLE NUMBER U) w aa.. a z 0 17 - CC w II0o0 UV zn:i-o-a MOISTURE CONTENT (%) A TTERB LIMIT ERG S w z U y 0 PI I= (LIQUID LIMIT PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT COMPRESSIVE LL Z (75 V3 w Z IX z 0 Wit✓ MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 11' during drilling operations. GW at 9' and caved at 10.5' upon completion of drilling operations. SURFACE ELEVATION: 12.91' DESCRIPTION OF STRATUM LOG OF BORING G114117 SOUTHERN MINERALS.GPJ ROCK_ETL.GDT 4/11/14 5 10 - 15 - 20 - SS S-1 SH S-2 SH S-3 SH S-4 SS S-5 ss S-6 SS S-7 ASPHALT (11.25") 1 1 1 N= 7 17 P= 2.0 17 P= 1.0 17 32 13 19 45 CLAYEY SAND, dark gray, moist, firm. (SC) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray and brown, stiff. Same as above, firm. V P= 0.25 20 N= 8 2 23 39 14 25 104 0.4 51 SANDY LEAN CLAY, brown, moist, very soft. (CL) Same as above, stiff. Sand seam encountered. L N= 8 N= 11 20 16 7 POORLY GRADED SAND with silt, brown, moist, loose. Same as above, medium. Clay seam encountered. Boring was terminated at a depth of 20 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore. Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 49.081' W 97° 30.157. Boring Location: Southern Minerals Road; 100' S from Up River Rd.; 7' from west edge o pavement; South bound lane LOG OF BORING B-2 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: LNV Engineering, Inc. PROJECT: Prop. Southern Minerals Road Project LOCATION: Southern Minerals Rd.; Corpus Christi, TX NUMBER: G114117 DATE(S) DRILLED: 03/31/14 - 03/31/14 FIELD DATA LABORATORY DATA SOIL SYMBOL SAMPLE NUMBER J o- 2 \N/ z 0 zz >0 WW > 0 V300D 0ZZWd UY 00I -I -w0 zaI-o-o MOISTURE CONTENT (%) ATTERB LIMIT ERG S w w 0 z U 0 PI LIQUID LIMIT PLASTIC LIMIT LL PL DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 17.79' DESCRIPTION OF STRATUM 0 sr a F- 0 J H w 0 0 0 K O 5 C7 0 mi 0 0 SS - S-1 - ss S-2 ASPHALT (4.50") N= 16 N= 16 14 17 45 15 30 51 BASE MATERIAL (6.00") SANDY LEAN CLAY dark gray, dry, very stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray, moist. Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION P - POCKET PENETROMETER T - POCKET TORVANE SHEAR TES RES STR T RESISTANCE (STANCE ENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 49.009' W 97° 30.157'. Boring Location: Southem Minerals Road; 600' S from Up River Rd.; 6' from east edge of pavement; North bound lane LOG OF BORING B-3 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: LNV Engineering, Inc. PROJECT: Prop. Southern Minerals Road Project LOCATION: Southern Minerals Rd.; Corpus Christi, TX NUMBER: G114117 DATE(S) DRILLED: 03/31/14 - 03/31/14 FIELD DATA LABORATORY DATA SOIL SYMBOL w SAMPLE NUMBER N w a \(0/ z Loaccm oz Z W d UU °°00o Zn:1=ate MOISTURE CONTENT (%) ATTERB LIMIT ERG S w z U a PI I= ILIQUID LIMIT PLASTIC LIMIT PL MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 24.87' DESCRIPTION OF STRATUM SS S-1 SS S-2 N= 13 N= 18 15 21 30 12 18 70 \ASPHALT (3.00"1 r ABASE MATERIAL (7.00") LEAN CLAY with sand, gray and brown, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown, very stiff. (CL) Sand seam encountered. Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENETRAT PENETROME TORVANE SH ION TER EAR TES RESI STR TR STA ENG ESISTANCE NCE TH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 48.930' W 97° 30.158'. Boring Location: Southern Minerals Road; 1,850' S from Up River Rd.; 6' from west edge of pavement; South bound lane LOG OF BORING B-4 SHEET 1 of 1 P�a04 �� G`AO' sr� Rock Engineering & Testing Lab., Inc. Co TTX 78409 <, OC .0 Corpuss Christi, qeo if Telephone: (361) 883-4555 r °�,e° Fax: (361) 883-4711 9)..„1. CLIENT: LNV Engineering, Inc. PROJECT: Prop. Southern Minerals Road Project p681phard LOCATION: Southern Minerals Rd.; Corpus Christi, TX NUMBER: G114117 DATE(S) DRILLED: 03/31/14 - 03/31/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 27.53' LL PL PI DESCRIPTION OF STRATUM ASPHALT (3.50") — �•�� BASE MATERIAL (10.00") FAT CLAY, with sand, dark gray, dry, very stiff. Presence of �j- %j- - 5 - - - 10 - - 15 - - SH S-1 SH S-2 SH S-3 SH S-4 SS S-5 SS S-6 SH S-7 I P= 4.5+ IP= 4.5+ I P= 2.0 P= 3.0 N= 2 N= 3 — 1 P= 3.0 17 21 24 24 31 34 31 67 86 21 25 46 61 101 3.4 85 100 lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, dark gray and brown, moist. (CH) Same as above, stiff. FAT CLAY dark gray and brown, moist, very stiff. Same as above, dark gray, soft. Same as above, brown. (CH) FAT CLAY greenish gray and brown, moist, very stiff. i 20 - Boring was terminated at a depth of 20 -feet. i N - STANDARD PENETRATION TEST RESISTANCE i ' P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 48.851' W s7° 30.163'. Boring Location: Southern Minerals Road; 1,550' S from Up River Rd.; 6' from east edge of pavement; North bound lane LOG OF BORING B-5 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: LNV Engineering, Inc. PROJECT: Prop. Southern Minerals Road Project LOCATION: Southern Minerals Rd.; Corpus Christi, TX NUMBER: G114117 DATE(S) DRILLED: 03/31/14 - 03/31/14 FIELD DATA LABORATORY DATA SOIL SYMBOL 00 w SAMPLE NUMBER •••. • ••. •• •�• •• • •• • ••• ••• •• O• • •• O• •• ••. • • LOG OF BORING G114117 SOUTHERN MINERALS.GPJ ROCK_ETL.GDT 4/11/14 5 ss S-1 SS S-2 V) w a \ cry MOISTURE CONTENT (%) ATTERBERG LIMITS Lu I- z_ g g 7 o- o PI I= (LIQUID LIMIT PLASTIC LIMIT PL H LL (7 Z V) w 0 0 2 0 0 0 0- w y = U LLICC z 0 y 0-wz 0o viOi t MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 34.41' DESCRIPTION OF STRATUM \ASPHALT (2.50") BASE MATERIAL (12.00"1 N= 7 N= 12 23 19 50 16 34 71 FAT CLAY with sand, brown, moist, firm, possible fill. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown and dark gray, stiff. Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENE PENETRO TORVAN TRAT ME E SH ION TER EAR TES RESI TR TSTA ENG ESISTANCE NCE TH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 48.767' W 97° 30.161'. Boring Location: Southem Minerals Road; 2,000' S from Up River Rd.; 6' from west edge of pavement; South bound lane LOG OF BORING B-6 SHEET 1 of 1 G d `a0- ss. Rock Engineering & Testing Lab., Inc. `- 1 0 C .Q Co681ps hard TXt. Corpus Christi, (361) 78409 Q@� Ppt� Telephone: 883-4555 Agro c° Fax: (361) 8834711 er `a a 7 '/ 5 r; CLIENT: LNV Engineering, Inc. PROJECT: Prop. Southern Minerals Road Project LOCATION: Southern Minerals Rd.; Corpus Christi, TX NUMBER: G114117 DATE(S) DRILLED: 03/31/14 - 03/31/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 49.56' LL PL PI DESCRIPTION OF STRATUM -•-•-. 3, - \ASPHALT (2.00") r BASE MATERIAL (16.00") :;•; ;�; • *A •••; - �•�•• ••' 5 ••• ••SH •••• SH S 2 S-3 P= 1.0 P= 1.25 P= 1.25 26 28 27 62 62 19 22 43 40 92 82 FAT CLAY brown, moist, firm, possible fill. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Same as above, with sand, gray and brown. (CH) ;•• v A. S 4 P= 1.0 30 LEAN CLAY brown, moist, firm, possible fill. Same as above, brown and gray, stiff. ••• S 5 P= 1.75 19 . -SH I 15 - ; i i - I - i - S-6 SH S7 P=20 P=3.0 16 19 111 2.0 LEAN CLAY dark gray, moist, stiff. FAT CLAY, brown, moist, very stiff. 20 Boring was terminated at a depth of 20 -feet. o N - STANDARD PENETRATION TEST RESISTANCE - ` P POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 48.704' W 97° 30.158'. Boring Location: Southern Minerals Road; 2,300' S from Up River Rd.; 6' from east edge a 1 - of pavement; North bound lane Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM Major Divisions Letter Symbol Hatching Color NAME TERMS CHARACTERIZING SOIL STRUCTURE COARSE GRAINED SOILS FINE GRAINED SOILS GRAVEL AND GRAVELLY SOILS SAND AND SANDY SOILS SILTS AND CLAYS LL < 50 GW GP TVIT 1 � Q w cc Well — graded gravels or gravel — sand mixtures, little or no fines Poorly -graded gravels or gravel — sand mixtures, little or no fines GM GC SW SP SM SC O J J w >- 0 w Silty gravels, gravel — sand — silt mixtures Clayey gravels, gravel - sand — clay mixtures Well - graded sands or gravelly sands, little or no fines Poorly —graded sands or gravelly sands, little or no fines ML CL A OL z w w o' O 0 J J w } Silty sands, sand — silt mixtures Clayey sands, sand — clay mixtures Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SLICKENSIDED — having inclined planes Of weakness that are slick and glossy in appearance FISSURED — containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED)— composed of thin layers of varying color and texture, usually grading from sand or silt at the bottom to clay at the top. CRUMBLY — cohesive soils which break into small blocks or crumbs on drying CALCAREOUS — containing appreciable quantities of calcium carbonate, generally nodular. WELL GRADED — having wide range in grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) SYMBOLS FOR TEST DATA Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays Organic silts and organic silt -clays of low plasticity SILTS AND CLAYS LL > 50 HIGHLY ORGANIC SOILS MH CH OH P: st w J 0 z 0 Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts Peat and other highly organic soils M/C = 15 — Natural moisture content in percent. y = 95 — Dry unit weighl in lbs/cu ft. Qu = 1.23 — Unconfined compression strength in tons/ sq ft. 51 — 21 — 30 — Liquid limit, Plastic limit, and Plasticity index. 30% FINER — Percent finer than No. 200 mesh sieve 30 B/F — Blows per foot, standard penetration test. ♦ — Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (2) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS/ FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very loose Loose Firm (medium) Dense Very Dense 0-4 4-10 10-30 30 — 50 over 50 Very Soft Soft Plastic (med. Stiff) Stiff Very Stiff Hard <2 2-4 4-8 8-15 15-30 over 30 < 0.25 0.25 — 0.50 0.50-1.00 1.0 — 2.00 2.00 — 4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. APPENDIX B S.U.E. REPORT Hydro Ejx SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES Submitted To: LNV engineers 1 architects I contractors SOUTHERN MINERALS RD S.U.E OLIVO HYDRO -EX, LLC— Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 P: (361)452-1375 F: (361)452-1376 Hydro Ex SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES Date: July 8, 2014 Memo To: Mr. Dennis L. Miller, P.E., CFM Senior Project Manager LNV, INC. From: Subject: Daniel Olivo, V.P. Hydro Ex, LLC Southern Minerals Rd — S.U.E Dear Mr. Miller: Hydro Ex is pleased to submit a competed deliverable for the Southern Minerals Rd - S.U.E. I have included all test hole data sheets and pictures. Thank you for the opportunity to work together on this project. If you need any additional information please contact me. OLIVO HYDRO -EX, LLC — Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 ` P: (361)452-1375 F: (361)452-1376 Hydro Ex SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES TEST HOLE DATA SHEETS AND PICTURES OLIVO HYDRO -EX, LLC — Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 P: (361)452-1375 F: (361)452-1376 1 Ex Ikjdro SURVEYING AND Project # Test Hole # HYDRO EXCAVATION City/County: 5 L'�+Ltc,Ltl'Q._ Utility' OAF, (361) 452-1375 Roadway Name: SlaAert' Mier/A.5 gi Date. 802 Navigation, Suite 102 ii�ef they: Corpus Christi, Texas 78408 LimitslrtltL2=•�'1•inivilv`y` lilrner�,5 t�ci F uP Ri�e� iZci to I i7 TBPLS REG# 10193804 TEST HOLE DATA SHEET Measured Depth of Hole: SurfaceElev.: 12, 60 F.lev@Top of Utility l c '' Elev@Bottom of Utility Size of Utility. 2" Utility Material' Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: l.) s tiption of Soil: Bench Mark Data BM.• 1' ty fU Mew ell, 26 Inscription• 5/A° l rand Northing: 17185193.3°G pasting. 130 6G 'f 1, Z23 Approx. Sta. : `Offset• AREA 01 f vC.AVIN:1 1014 NI: I-18-7945.628 Ct 130!oGit,, O50 ELEV. i0,(13 TUP GAS Li NZ 2" t11.16/ • cr uJ z 0 -0- "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. Al! other underground utilities are noted from Information of record provided by the client and/or the Texas One•Cuti System." 1 f/,/1rlf:''.,`tf' HYDRO EX REPRESENTATIVE Fkjdro Ejx SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBP LS REG# 10193804 TEST HOLE DATA SHEET Project J1 Test 1loie # t`t G9.11 City/County:..ccpoafisrh/Ntl,eees (.Q` Utility. Dig t>t�t�H 111'rAef�%5 Date. We'ulter: Limits..lateiLffat 1"FtnetPsl5 R1,re3 157 Roadway Name: Sa Measured Depth of Hole' 1. q L1 Surface Elev.: 19.25 Elev®Top of Utility. \7_ Elev@Bottom of Utility Size ofUtility ," Utility Material. Utility Condition: Thickness of Pvnrt.: Type of Pvmt. Base etc.: D'criptioa of Soil• Bench Mark Data BM.. C P'`� lU Elev.: 417, 26 Description• 5 /8 l rGA Rod Northing. 17185 /93. 30G Easing: 130 (off LI 1, 223 Approx. Sta. : \Office: 1 EME- aF PAVEMENT N: 1-1 1137'(1o,780 ELE_v 12.31 TOSS' PIPCUtJ( 7" ENERr lnl (6(,70 /.29.' U� RIuitR ts(�, -O- gip; [f. `The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and for the Texas One. Call Syatem:' HYDRO EX REPRESENTATIVE ... ' - ...,-..._ - s ,k . - , • - '44i I - 2 , , 11. , imp ‘ ":'.1141Plier" J HdroE SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project if TEST HOLE DATA SHEET 2 'rest Hole # J City/County,(; -9.) ekisr i peces (n, Roadway Name: -SrIc 4rern Ititefst5_ 2, _ LimitsJniet m n{ i , 2 N'/Irn Utility 'TeX STAP- Date. %Witcher erns 12ri, . uP Ri,re,j-d, +0 137 Measured Depth of Hole: 2.'1)1 Surface Elev.: 111 23' Elev a@Top of Utility. I I , 21 EIcv@Botlom of Utility Size of Utility. Utility Material Utility Condition: Thickness of Pvmt.: Type of Pvi t. Base etc.: Description of Soil: lo" Bench Mark Data BM..CP?`/10 Elev.: 7,26 bA Description' 5 /p 1►'Gn Northing. 17185193.30G Fasting: 130 <GG41, 223 `3 Approx. Sta. : `Offset• N; 17187LloLf, 3GLI E. 1306682,1V/9 ELEV=11,2.1-) TOP ('IPE LIW 10" •1t -)t 5T/AR !(.0 .601 /- 30.2S� -Q- Z "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas One•Catl System." V�Ct 5 A/lCl HYDRO EX REPRESENTATIVE 10" Tex star Pipeline Depth of cover: 2.99' Hdro Ex SURVEYING AND Project # Test 11o1e # r► HYDRO EXCAVATION Cify/Cot�nry•. iyro_CI Li/i�I iffes CA, Utility• {'\i' uc`vAbt: (361) 452-1375 Roadway Name:—� f+ 1` tine(45 lyz Date• 802 Navigation, Suite 102 Weather: Corpus Christi, Texas 78408 Limitsietc=a131-DLSwitton filinemiS Ri. uP Rise, 1?(1, -Fc) 1,57 TBPLS REG# 10193804 TEST HOLE DATA SHEET 1 Measured Depth of Hole: (2.q9 Surface Elev• L1, la EIcvcTop of Utility: )1. I cl Elcv@Bottom of Utility i7tr Size of Utility. CJ Utility Matctial• Utility Condition: Thickness of Pvmrt.: Typo of Pvntt. Base etc.: Description of Soil: Bench Mark Data UM.: CP "to Elev.— �l7, 26 Description 5 /p" 1 roYt ltipd Northing: 17185/93.30G Ewing: 130(G>(o&II, 223 Approx. Sta. : \Offset• �D+;E o p PAVEMENT N:1718-71-101,956 U '1306680, 707 I t E V= 11.1'1 10P PIPE LINE 8" FllRDow bE 168.9(,' —�. P RrVR -Cr Cj t FENCE LINE AREA OF EXCAVATIO(I DIRECT/0 fr OF PIPE LINE. "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. Ail other underground utilities are noted from Information of record provided by the client and/or the Texas One•CaII System" CtA/lira-nC HYDRO EX REPRESENTATIVE I ( NOM EX TEST HOLE DATA SHEET SURVEYING AND Project # Test Hole # HYDRO EXCAVATION City/County: rrrr,nris+; l` e s Utility. Wo_1c1r l_,nC (361) 452-1375 Roadway Name:—SSt�i%r� Mrnefs�5 ! Date: 802 Navigation, Suite 102 Wi tttlte r•. Corpus Christi, Texas 78408 LimitslalaTamtoLS�1 TBPLS REG# 10193804 Measured Depth of Hole: 3 II') Surface Elev.: I� Elcv@a Top of Utility. , 52 EIev@Bottom of Utility n I I rt Size of Utility. Utility Material. Utility Condition: Thickness of rvmt.: Type of Pvml. Base eta: Dcaetiption of Soil: Bench Mark Data um• CP/ifs Efcv.: `17 26 Description. 5 /8" Iry Rad Noshing• 17185 193.30{0 Easling• 1340 6G+ 1, 22 3 Approx. Sta. : Offset• PAvEMENT N:17/87385,610 G 1306675. 397 a1.17v =X3,52 TOP V./ATEA UtJE 2y" -0- 185.1,3, " (,— 22.77 LE - CJ 1,11 'The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas One -Call System. - /1r I f> ystem" /1rIf> Anlifoc HYDRO EX REPRESENTATIVE ( tilLidro Ex TEST HOLE DATA SHEET SURVEYING AND Project ll Test Hole # 6 HYDRO EXCAVATION City/County: il,ri ���ye(�s Utility: i\ IT (361) 452-1375 Roadway Name:—SDA-M411;481'15 RA Date. 802 Navigation, Suite 102 Welber: Corpus Christi, Texas 78408 Limits.nte. of n ('�rneok15 R. t (R_Elea PA, * 137 TBPLS_REG#10193804 Measured Depth of Bole: Surface FIev. 13 . G 5 Elcv®Top of Utility. 1O . 6,3 Elev©Bottom of Utility Size of Utility. Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: filar riprion of Soil: 3.02. r Bench Mark Data BM: C P t'r� Efev.: 417, 26 Description•5 ° l ran 1�fJ Northing: 17185 ) 93. 3D a Eastinn: 30 rocs 1, 22 3 Approx. Sta. : Offset: —� 4- 1411 r N; 17/87378,381 != : 13c6672,157 Lt_1`V 10,63 FIk,E.R omit: Arr 2u 192,28�� -O- G R FENCE UNE AREA OF ExCAVATro N 'The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Teras One -Call System" C1,1rIfs A061tet(.!. HYDRO EX REPRESENTATIVE f Hydro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project it Test Hole it 9 City/County: Coque. Ct.tr; i -r /frt s Co. Utility. Roadway Name: OL t'err, Meter is Date. Weather: Limits fr,tcrse'r;-;r+'n e4 StwJiikaffil Mineral- t<1 Ut'Rh,, Pd, tU - ].'i 31 Measured Depth of Hold Surface Eley 17, 75 Elcv r@Top of Utility: EIev(§13ottom of Utility Sizc of Utility: Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: d 0 ILAte Bench Mark Data BM.: C P `!U Elcv.: 1/7 26 Description. 5�t✓ it /tort /cc Northing- 17) B 19 3 Easting: 13 WM ), 2 Z3 Approx. Sta. : .011 -set: EDGE of PAvEMcNT 1T1: 171$6925.'485 E : 13066 a l , 753 ELEV= FIBER OPTIC. ATT 2." L 643,9 4: IZ sIS Up RIVER p. FENCE LINE "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas One -Call System." C HYDRO EX REPRESENTATIVE ..._ Hdro SURVEYING AND Project if Test Hole 11 e HYDRO EXCAVATION City/County: Certs (t;c•t: /h►ue"5 CO. Utility CAPS LU'. (361) 452-1375 Roadway Name: 6e,,,4.0.: fitinrf,.i; t"i,c1 Date. 802 Navigation, Suite 102 Weather Corpus Christi, Texas 78408 Limits 10',e(sec4;r, 01' E,r„tal,t,tt. ftl;&CC?,1'. RA C UP giver Stci •(c. :1.s;:'I TBPLS REG# 10193804 TEST I -IDLE DATA SHEET llcasurcd Depth of Hole- 1, y t_I Surface Elev.: (7 82. Elev©Top of Utility: ICO , 3R Elcv©Bottom of Utility Size of Utility. 2 r t Utility Mlaierial• Utility Condition: Thickness of I'vmt.: Type of Mut. Base etc.: Description of Soil: Bench Mark Data BM.: CP (0 Elev.: 417i 2C-, Description' Northing. Easting: 5/R" 17tF;yOS. .?(1C, 13e c,411,2 Approx. Sta.: t 0ffsct: AREA or G'm OF PAVE !9EJJ r r Z. 1 N:1718051,302, L'.130'�G 19, LiGe E LEV .: 16, 3g GPs LINE 2r' "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System?' Ande4,Je HYDRO EX REPRESENTATIVE G 18,06' /13.30' cf SouTH&RN. MNNJERALS k� Up fZty R,0 .t/ rENC E L//../E Hydro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REGI 10193804 TEST HOLE DATA SHEET Project #/ Test Hole # 9 City/County: Crrs 0,45+; A1li.rYP4., Co, Utilityw tte c Lv c Roadway Name: &titiaerrk l`ri;RecAk RADate Weather: +rt Limits 4. Sav�l,ccn ivlinFra�g tZci t)PRjs,r_� 'tYL to ' Jl 3'7 Measured Depth of Hole: 5-.6n Surface Elcv• 19. '70L) EIcv@Top of Utility. 13,79 EIev@Bottom of Utility r Size of Utility. 2 L Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: Bench Mark Data BM.: CP`/O Elev.: X17 2.6 Description. 5/8 /ran Rod Northing' ) 7)85153, 306, Fasting. 36664), 2 Z3 Approx. Stn. : Offset: ----- EDGE of PAvtEVIENT Ni: 1 718G85i,o7t 1.::I3oGG8J,137 - .--.... E t_E v = 13.'79 To rr WATEh LiclE 2'1" uf, RruER -0- FE NCE LINE MFA OF ExCA`,AT cont DIRECTIUi'1 of WATLR Ll,JE `The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One•CallSystem" r A ,,A C6. (-) HYDRO EX REPRESENTATIVE 24" Water Line Depth of cover: 5.60' Hydro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project If Test Hole if I C ri C°, Utility• fi her Op 1; r. r�tl.ern 1"l;neco.k5 gc), Date: Weather Limits !rlfelge<.f (al of Sr,tAiftrr iylir L ticI U P Riar-r 1N., fio • J` 3r7 City/County: e. Roadway Name: 1 ► i Measwed Depth of Holc• 2. • Surface Elcv• 60 E1cvQTopofUtility. 16,.1?) Elcv@Bottom of Utility I Size of Utility. Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc • Description of Soil: 7 li al Bench Mark Data C P /O Elcv • 2l7 2( Description. 5/8 a /rc» Re d Northing. 1718 S I9 3 , 306, Fasting. 1366 CA 1. 2 Z3 Approx. Sta. : Offset: ------ N: 17186gt-15.219 E; i 3UGG81, List C LEV 16.9s TC FtkLR op -CIC AlT 2 rt 725.'12' FENCE LINE ARL/1 or EXCAVATiC J The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas one -call System$ C1r\(jS firtClCGiG E' HYDRO EX REPRESENTATIVE 2" ATT FIBER OPTIC Depth of cover: 2.8' marlIP"' 41triko ••'". 46- • t • • , .- - .4E4;0- 1;01,k e - Amy 7 TEST HOLE DATA SHEET Project tt Test Hole ft 11 City/County•Cory C1^rf;rti/littte4 CO. Utility. e/ Pio ?if -at -we. Roadway Name: xovtkern nateco.Es R-1.Date• Weather. Limits intehle--NA'n (IC SitW•on irlinack16 tR<1 U P -to jj 37 ) Ikjdro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TEIPLS REG# 10193804 Measured Depth of Hole. Z.87 Surface Elm/ • 1 C1 i ci �� Elev©Top of Utility: 15, 'G EIcv@Bottom of Utility 8 i Size of Utility. Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc. Description of Soil: O ‘7A° Bench Mark Data BM.: C P * fU Elcv. 117 ,7 Description. 5/8 if -041 Rex Northing...171B + i 3 3VG Easting• 1306641, Z Z3 Approx. Sta. : Offset: 1� ( N:17186898,627 E: 1306683 . ori 2 LLEv- 15,6 Tor^ 1'Ii E. LIrJE 8" L Pf150 OF '‘ VER 'A FENCE LINE ARCA OF EXCA /tI T',WJ DIRCCTI(-") OF PIPE Ltr.JE "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas One -Call System." Cleft; 11„C"1Cl;.0 C HYDRO EX REPRESENTATIVE 8" El Paso Pipeline Depth of Cover: 4.0' I r ` Hydro EX SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193604 TEST HOLE DATA SHEET Project it Test Hole # r), City/County: CocijNitlfes Co. Utility 6l)f.5 LI1.\[ Roadway Name: Setstl.,ern M`neco.ls .Date• Weather. Limits Gtteree;'•;r,n_j Bowan UPRi,,r-, 32 3'7 Measured Depth of Hole. 2.18 Surface Elcv • EIev@Top of Utility. Elcv@Rottont of Utility Size of Utility. Utility Material. Utility Condition: Thickness of Pvmt.: Type ofPvmt. Ease etc.• Description of Soil: Bench Mark Data BN. CP #/0 Elcv • 417 2a '' Description. 5 / /Q)» Rod Northing. } )6I'7 3 . 3(1(� Ewing. )3O66,44), 2 23 Approx. Sta. : Offset' 1— EDGE OF PAvGr NT N: Ii1B682'.62'l E : 13000x30, 22.7 ELEV= )3, Ga 1, Gt\SI_tNE '� '1RrrA of CXCAVATI()P •/riy.N3 a 4: I 1.7 i 1") R1vER -t} FNCE LINE L "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." Ckri`' ACIr ck' HYDRO EX REPRESENTATIVE I I TEST HOLE DATA SHEET Project ##/ Test Hole # City/County: Cornua CLr; Si-; lJi/gre: Co, Utility. Nt p r2.LS PL. Roadway Name: &A- „ NZiDate' Weather. Limits yv+tersee4;(M Qf 5 •n, l"lr,,,,ed5 Pd, L)? Billet Rel. FA 13'7 J ItdroE x SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Measured Depth of Hole. Surface Elcv • 26 ,L1-,9,) Elev®Top of Utility. 7 I . S� EIcv@Bottom of Utility Size of Utility.U Utility Material. Utility Condition. Thickness of Pvntt.: Type of Pvmt. Base etc • Description of Soil: Bench Mark Data BM. CP IO Elev.: 47,26 Description. 5/8" iron Rod Northing. 1-W.15193,306 Easting• 13°664I.223 Approx. Sta. : Offset: UIREC-1lot) or PIPE Li1JG N'. 171#;61(,7, 55U !306633.513 L" LEV = 2 I. 50 TOP ['We LIf0C 3" E'!1LRPRi;,L E"06E OF PAveriErrT $RItGE AT I37 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System" C k( .5 A(lel (ci—ej HYDRO EX REPRESENTATIVE 8" Enterprise Pipeline Depth of Cover: 4.93' ""‘.71;6•77,7, 7 5 =..77 • • • , • " ." . • • '.e.ei,/ • • • • • • • • , • 1114100 y Nr.0.47.4+ • ‘. AL, / J H4dro SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project 11 Test Hole # City/County. Coraur 5 CLrist LNr a e5 Co, Utility: 7 Roadway Name:--5m2±1-2.65--Eli(cite—A-14— Date. Weather: ttinfic��ct.��vYt of �dzti�m�jin���`�� tiUlc Rc�. hn I3`t �-I 1 Limits •Zrr MctsuredDepth ofHole. (2.1i). Surface Elcv• 26,60 Elev©Top of Utility. 2.ri, 32 EIev@Bottom of Utility ,)I t c Size of Utility. Utility Material. Utility Condition: Thickness of Plant.: w)L3 Type of Pvmt. Base etc • Description of Soil: Bench Mark Data aMt.: Ci'#lo Elev • 47, 26 Description. 5/ F3u Iron Rod Northing..131 5193, 306 Easting: ia6 g 1, 223 Approx. Sta. : Offset: APF -it GF EWA //1TIoto 16,38 UIRLCTIO1.1 OF GAS LI MC { 1 P `187,09 ti N:1718056,9)2q E : 1306635, 9 �tcl E. Lay z9 32. TOP lilts Lo. r.2" E'aGE OF PAVEMENT BRIDGE AT "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client andfor the Texas One•Call System." cI(G.c '. HYDRO EX REPRESENTATIVE 2" City Gas Depth of Cover: 2.28' Hydro Ejx SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # - Test Hole # 15 City/County: /lii,k ?s Co, Utility. 1..1rx1er tine Roadway Name: S�u31 Ncri ili�er��s +„�. Date• Weather. Limits— 5cc+knn of SN,rl,er,, (Yfi ijkc +-n 13'l Measured Depth of Hole. "LIG Surface Elcv• 21:5•00 EIcv©Tap of Utility. 20, g4 Elev@Bottom of Utility Size of Utility. 211'1 Utility Material. Utility Condition: Thickness ofPvmt.: Type of Pvmi. Base etc • Description of Soil: 0 ‘) Bench Mark Data CP`la Elev.: 7, 26 Description: S/8 II Iran Rod Northing' fll$5I93, 306 Easting 13oGGzil.223 Approx. Sta. : Offset: t�iRLCrlbl,t of r____ GUARD l RAIL cA.0io" ,kv N:17185837, 330 E: 1306G96, <i' -I6 E L \J 20, 84 To P 1.rATER LI N Ev 2}4'r E'OGE OF PAVEMENT BRI DGE AT Z 37 `The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One•Call System." C/1 DifIf) (,AA(f 1e_ HYDRO EX REPRESENTATIVE 24" City Water Depth Of Cover: 4.16' • I&dro x SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Measured Depth of Hole: 1 5 ' 5 Surface Elev.: 13.418 TEST HOLE DATA SHEET Project # Test Hole City/County: (xp.0 Chis+ /Nue, C� Utility: I<OC: Roadway Name: Sntsf�€rtt Tr�Iner45 Date Weather p t I nem S d, t%4 R dec isd 4 1.57 # Limits rk 414 E1ev@Top of Utility: 2.08 Elev@Bottom of Utility Size of Utility. Utility Material' Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc • Description of Soil: Bench Mark Data BM.. C P 4e ic) Efev.: 7, 26 Urscription' 5/8' Iran food Northing. 17185193.30(0 Easting: 130 GE, `±'I 1, 223 Approx. Sta. : 1 Offset• J -0- 193.53 iv : 1718 73'7 7.4 I33GG8Z , 3ZB LSV—2,O81O 1:00 -1 Cor, "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. M other underground utilities are noted from information of record provided by the client andfor the Texas One -Cell System. " (41'13 Ai�Y/GiC�� HYDRO EX REPRESENTATIVE FENCE UNe AREA OF kx(AVA T K)t) �IRECTIO N oF LoJE E 6" Koch Pipeline Depth of Cover: 15.56 l6 ; Hydro EX SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES TH# 1 17187445.628 1306610.050 10.93 CITY GL 2IN TH# 2 17187410.780 1306682.014 12.31 PL ENERFIN 21N TH4 3 17187404.364 1306682.449 11.24 PL TEXSTAR 10IN TH4 4 17187401.956 1306680.707 11.19 PL AIRLIQUIDE 8IN TH4 5 17187385.610 1306675.397 8.52 CITY WL 24IN TH4 6 17187378.381 1306672.157 10.63 FOC ATT 2IN T1-14 7 17186925.485 1306621.753 17.73 FOC ATT 2IN T1-14 8 17186951.302 1306619.468 16.38 CITY GL 2IN TH4 9 17186851.071 1306684.137 13.74 CITY WL 24IN TH# 10 17186845.219 1306681.451 16.93 FOC ATT 2IN TH# 11 17186848.627 1306683.042 15.56 PL EL PASO 8IN TH# 12 17186825.627 1306630.227 13.62 CITY GL 21N TH# 13 17186167.550 1306633.593 21.50 PL ENTERPRISE 8IN TH# 14 17186156.924 1306635.999 24.32 CITY GL 2IN T1-14 15 17185837.330 1306696.446 20.84 CITY WL 24IN TH4 16 17187377.423 1306682.328 -2.08 PL KOCH 61N OLIVO HYDRO -EX, LLC - Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 P: (361)452-1375 F: (361)452-1376 APPENDIX C RADIUS REPORT Ge Search On time. On target. In touch:" Radius Report http://www.geo-search.net/QuickMap/index.htm?DatalD=Standard0000073784 Click on link above to access the map and satellite view of current property Target Property: Southern Mineral Road from Up River Rd to IH37 1799 SOUTHERN MINERALS RD & 7201 UP RIVER RD CORPUS CHRISTI, Nueces County, Texas 78409 Prepared For: LNV Engineering Order #: 33206 Job #: 73784 Project #: 130580.000.1 Date: 03/19/2014 phone: 888-396-0042 • fax: 512-472-9967 • www.geo-search.com TARGET PROPERTY SUMMARY Southern Mineral Road from Up River Rd to IH37 1799 SOUTHERN MINERALS RD & 7201 UP RIVER RD CORPUS CHRISTI, Nueces County, Texas 78409 USGS Quadrangle: Annaville, TX Target Property Geometry: Corridor Target Property Longitude(s)/Latitude(s): (-97.502297, 27.811411), (-97.502297, 27.811411), (-97.502358, 27.813108), (-97.502661, 27.813199), (-97.502630, 27.818411) County/Parish Covered: Nueces (TX) Zipcode(s) Covered: Corpus Christi TX: 78409 State(s) Covered: TX *Target property is located in Radon Zone 3. Zone 3 areas have a predicted average indoor radon screening level less than 2 pCi/L (picocuries per liter). This report was designed by GeoSearch to meet or exceed the records search requirements of the All Appropriate Inquires Rule (40 CFR §312.26) and the current version of the ASTM International E1527, Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process or, if applicable, the custom requirements requested by the entity that ordered this report. The records and databases of records used to compile this report were collected from various federal,state and local governmental entities. It is the goal of GeoSearch to meet or exceed the 40 CFR §312.26 and E1527 requirements for updating records by using the best available technology. GeoSearch contacts the appropriate governmental entities on a recurring basis. Depending on the frequency with which a record source or database of records is updated by the governmental entity, the data used to prepare this report may be updated monthly, quarterly, semi-annually, or annually. Disclaimer - The information provided in this report was obtained from a variety of public sources. GeoSearch cannot ensure and makes no warranty or representation as to the accuracy, reliability, quality, errors occurring from data conversion or the customer's interpretation of this report. This report was made by GeoSearch for exclusive use by its clients only. Therefore, this report may not contain sufficient information for other purposes or parties. GeoSearch and its partners, employees, officers and independent contractors cannot be held liable for actual, incidental, consequential, special or exemplary damages suffered by a customer resulting directly or indirectly from any information provided by GeoSearch. GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DATABASE FINDINGS SUMMARY DATABASE ACRONYM SEARCH LOCA- UNLOCA- RADIUS TABLE TABLE (miles) FEDERAL AEROMETRIC INFORMATION RETRIEVAL SYSTEM / AIR FACILITY SUBSYSTEM BIENNIAL REPORTING SYSTEM CLANDESTINE DRUG LABORATORY LOCATIONS EPA DOCKET DATA FEDERAL ENGINEERING INSTITUTIONAL CONTROL SITES EMERGENCY RESPONSE NOTIFICATION SYSTEM FACILITY REGISTRY SYSTEM HAZARDOUS MATERIALS INCIDENT REPORTING SYSTEM INTEGRATED COMPLIANCE INFORMATION SYSTEM (FORMERLY DOCKETS) INTEGRATED COMPLIANCE INFORMATION SYSTEM NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM LAND USE CONTROL INFORMATION SYSTEM MATERIAL LICENSING TRACKING SYSTEM NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM PCB ACTIVITY DATABASE SYSTEM PERMIT COMPLIANCE SYSTEM RCRA SITES WITH CONTROLS CERCLIS LIENS SECTION SEVEN TRACKING SYSTEM TOXICS RELEASE INVENTORY TOXIC SUBSTANCE CONTROL ACT INVENTORY NO LONGER REGULATED RCRA GENERATOR FACILITIES RESOURCE CONSERVATION & RECOVERY ACT - GENERATOR FACILITIES HISTORICAL GAS STATIONS BROWNFIELDS MANAGEMENT SYSTEM COMPREHENSIVE ENVIRONMENTAL RESPONSE, AIRSAFS 0 0 BRS 0 0 CDL 0 0 DOCKETS 0 0 EC 0 0 ERNSTX 0 0 FRSTX 0 0 HMIRSR06 0 0 ICIS 0 0 Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property ICISNPDES 0 0 Target and Adjacent Property LUCIS 0 0 MLTS 0 0 NPDESR06 0 0 PADS 0 0 PCSR06 0 0 RCRASC 0 0 SFLIENS 0 0 SSTS 0 0 TRI 0 0 TSCA 0 0 NLRRCRAG 0 0 RCRAGR06 0 0 HISTPST 0 0 BF 0 0 CERCLIS 2 0 Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property Target and Adjacent Property 0.1250 0.1250 0.2500 0.5000 0.5000 GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DATABASE FINDINGS SUMMARY 1 DATABASE FINDINGS SUMMARY DATABASE ACRONYM SEARCH LOCA- UNLOCA- RADIUS TABLE TABLE (miles) COMPENSATION & LIABILITY INFORMATION SYSTEM DELISTED NATIONAL PRIORITIES LIST DNPL NO FURTHER REMEDIAL ACTION PLANNED SITES NFRAP NO LONGER REGULATED RCRA NON-CORRACTS TSD FACILITIES NLRRCRAT OPEN DUMP INVENTORY ODI RESOURCE CONSERVATION & RECOVERY ACT - TREATMENT, RCRAT STORAGE & DISPOSAL FACILITIES DEPARTMENT OF DEFENSE SITES DOD FORMERLY USED DEFENSE SITES FUDS NO LONGER REGULATED RCRA CORRECTIVE ACTION NLRRCRAC FACILITIES NATIONAL PRIORITIES LIST PROPOSED NATIONAL PRIORITIES LIST RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES RECORD OF DECISION SYSTEM NPL PNPL RCRAC RODS 0 0 0.5000 1 0 0.5000 0 0 0.5000 0 0 0.5000 0 0 0.5000 0 0 1.0000 0 0 1.0000 0 0 1.0000 1 0 1.0000 0 0 1.0000 2 0 1.0000 0 0 1.0000 SUB -TOTAL 6 0 STATE (TX) GROUNDWATER CONTAMINATION CASES HISTORIC GROUNDWATER CONTAMINATION CASES TCEQ LIENS MUNICIPAL SETTING DESIGNATIONS NOTICE OF VIOLATIONS STATE INSTITUTIONAL/ENGINEERING CONTROL SITES SPILLS LISTING TIER I I CHEMICAL REPORTING PROGRAM FACILITIES DRY CLEANER REGISTRATION DATABASE INDUSTRIAL AND HAZARDOUS WASTE SITES GWCC HISTGWCC LIENS MSD NOV SIEC01 SPILLS TIERII DCR IHW 0 0 Target and Adjacent Property 0 0 Target and Adjacent Property 0 0 Target and Adjacent Property 0 0 Target and Adjacent Property 0 0 Target and Adjacent Property 0 0 Target and Adjacent Property 1 0 Target and Adjacent Property 0 0 Target and Adjacent Property 0 0 0.2500 16 0 0.2500 GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DATABASE FINDINGS SUMMARY 2 DATABASE FINDINGS SUMMARY DATABASE ACRONYM SEARCH LOCA- UNLOCA- RADIUS TABLE TABLE (miles) PERMITTED INDUSTRIAL HAZARDOUS WASTE SITES PIHW 0 0 0.2500 PETROLEUM STORAGE TANKS PST 3 0 0.2500 AFFECTED PROPERTY ASSESSMENT REPORTS APAR 1 0 0.5000 BROWNFIELDS SITE ASSESSMENTS BSA 0 0 0.5000 CLOSED & ABANDONED LANDFILL INVENTORY CALF 0 0 0.5000 DRY CLEANER REMEDIATION PROGRAM SITES DCRPS 0 0 0.5000 INNOCENT OWNER / OPERATOR DATABASE IOP 0 0 0.5000 LEAKING PETROLEUM STORAGE TANKS LPST 3 0 0.5000 MUNICIPAL SOLID WASTE LANDFILL SITES MSWLF 1 0 0.5000 RAILROAD COMMISSION VCP AND BROWNFIELD SITES RRCVCP 1 0 0.5000 RADIOACTIVE WASTE SITES RWS 0 0 0.5000 VOLUNTARY CLEANUP PROGRAM SITES VCP 1 0 0.5000 RECYCLING FACILITIES WMRF 0 0 0.5000 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION IHWCA 10 0 1.0000 SITES STATE SUPERFUND SITES SF 0 0 1.0000 SUB -TOTAL 37 0 TRIBAL UNDERGROUND STORAGE TANKS ON TRIBAL LANDS USTR06 0 0 0.2500 LEAKING UNDERGROUND STORAGE TANKS ON TRIBAL LANDS LUSTR06 0 0 0.5000 OPEN DUMP INVENTORY ON TRIBAL LANDS ODINDIAN 0 0 0.5000 INDIAN RESERVATIONS INDIANRES 0 0 1.0000 SUB -TOTAL 0 0 TOTAL 43 0 GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DATABASE FINDINGS SUMMARY 3 LOCATABLE DATABASE FINDINGS SEARCH RADIUS TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile ACRONYM (miles) (0 - 0.02) (> TP/AP) (> 1/8) (> 1/4) (> 1/2) > 1 Mile Total FEDERAL AIRSAFS .0200 0 NS NS NS NS NS 0 BRS .0200 0 NS NS NS NS NS 0 CDL .0200 0 NS NS NS NS NS 0 DOCKETS .0200 0 NS NS NS NS NS 0 EC .0200 0 NS NS NS NS NS 0 ERNSTX .0200 0 NS NS NS NS NS 0 FRSTX .0200 0 NS NS NS NS NS 0 HMIRSR06 .0200 0 NS NS NS NS NS 0 ICIS .0200 0 NS NS NS NS NS 0 ICISNPDES .0200 0 NS NS NS NS NS 0 LUCIS .0200 0 NS NS NS NS NS 0 MLTS .0200 0 NS NS NS NS NS 0 NPDESR06 .0200 0 NS NS NS NS NS 0 PADS .0200 0 NS NS NS NS NS 0 PCSR06 .0200 0 NS NS NS NS NS 0 RCRASC .0200 0 NS NS NS NS NS 0 SFLIENS .0200 0 NS NS NS NS NS 0 SSTS .0200 0 NS NS NS NS NS 0 TRI .0200 0 NS NS NS NS NS 0 TSCA .0200 0 NS NS NS NS NS 0 NLRRCRAG .1250 0 0 NS NS NS NS 0 RCRAGRO6 .1250 0 0 NS NS NS NS 0 HISTPST .2500 0 0 0 NS NS NS 0 BF .5000 0 0 0 0 NS NS 0 CERCLIS .5000 0 0 0 2 NS NS 2 DNPL .5000 0 0 0 0 NS NS 0 NFRAP .5000 0 0 0 1 NS NS 1 GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 LOCATABLE DATABASE FINDINGS 1 LOCATABLE DATABASE FINDINGS ACRONYM SEARCH RADIUS TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile (miles) (0 - 0.02) (> TP/AP) (> 1/8) (> 1/4) (> 1/2) > 1 Mile Total NLRRCRAT .5000 ODI .5000 RCRAT .5000 DOD 1.000 FUDS 1.000 NLRRCRAC 1.000 NPL 1.000 PNPL 1.000 RCRAC 1.000 RODS 1.000 0 0 0 0 0 0 0 0 0 0 0 0 0 NS NS 0 0 0 NS NS 0 0 0 NS NS 0 0 0 0 NS 0 0 0 0 NS 0 0 0 0 NS 0 0 1 0 NS 0 0 0 0 NS 0 0 1 1 NS 0 0 0 0 NS 0 0 0 0 0 0 1 0 2 0 SUB -TOTAL 0 0 0 5 1 0 6 STATE (TX) GWCC .0200 0 NS NS NS NS NS 0 HISTGWCC .0200 0 NS NS NS NS NS 0 LIENS .0200 0 NS NS NS NS NS 0 MSD .0200 0 NS NS NS NS NS 0 NOV .0200 0 NS NS NS NS NS 0 SIECO1 .0200 0 NS NS NS NS NS 0 SPILLS .0200 1 NS NS NS NS NS 1 TIERII .0200 0 NS NS NS NS NS 0 DCR .2500 0 0 0 NS NS NS 0 IHW .2500 1 6 9 NS NS NS 16 PIHW .2500 0 0 0 NS NS NS 0 PST .2500 0 0 3 NS NS NS 3 APAR .5000 0 0 0 1 NS NS 1 BSA .5000 0 0 0 0 NS NS 0 CALF .5000 0 0 0 0 NS NS 0 GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 LOCATABLE DATABASE FINDINGS 2 LOCATABLE DATABASE FINDINGS ACRONYM SEARCH RADIUS TP/AP 1/8 Mile 1/4 Mile 1/2 Mile 1 Mile (miles) (0 - 0.02) (> TP/AP) (> 1/8) (> 1/4) (> 1/2) > 1 Mile Total DCRPS .5000 IOP .5000 LPST .5000 MSWLF .5000 RRCVCP .5000 RWS .5000 VCP .5000 WMRF .5000 IHWCA 1.000 SF 1.000 0 0 0 0 0 0 0 0 0 0 0 0 0 NS NS 0 0 0 0 NS NS 0 0 1 2 NS NS 3 0 0 1 NS NS 1 1 0 0 NS NS 1 0 0 0 NS NS 0 0 0 1 NS NS 1 0 0 0 NS NS 0 0 1 4 5 NS 10 0 0 0 0 NS 0 SUB -TOTAL 2 7 14 9 5 0 37 TRIBAL USTRO6 .2500 LUSTRO6 .5000 ODINDIAN .5000 INDIANRES 1.000 0 0 0 0 0 0 NS NS NS 0 0 0 0 NS NS 0 0 0 0 NS NS 0 0 0 0 0 NS 0 SUB -TOTAL 0 0 0 0 0 0 0 TOTAL 2 NOTES: NS = NOT SEARCHED TP/AP = TARGET PROPERTY/ADJACENT PROPERTY 7 14 14 6 0 43 GepSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 LOCATABLE DATABASE FINDINGS 3 Target Property (TP) • IHW • RRCVCP • LPST • IHWCA O PST • RCRAC Q CERCLIS NFRAP NPL • VCP © MSW LF IHWCA RCRAC Southern Mineral Road from Up River Rd to IH37 1799 SOUTHERN MINERALS RD & 7201 UP RIVER RD CORPUS CHRISTI, Texas 78409 0' 1000' 2000' 3000' SCALE: 1" = 2000' GeoSearch www.geo-search.com - phone: 888-396-0042 - fax: 512-472-9967 JOB #: 73784 - 3/19/2014 RADIUS MAP 1/2 Mile Tule Lake Channel 20 —*Target Property (TP) • IHW O RRCVCP • LPST ▪ IHWCA • PST ▪ RCRAC Q CERCLIS NFRAP NPL Q VCP © MSW LF IHWCA RCRAC Southern Mineral Road from Up River Rd to IH37 1799 SOUTHERN MINERALS RD & 7201 UP RIVER RD CORPUS CHRISTI, Texas 78409 0' 650' 1300' 1950' SCALE: 1"= 1300' GepSearch www.geo-search.com - phone: 888-396-0042 - fax: 512-472-9967 JOB #: 73784 - 3/19/2014 ORTHOPHOTO MAP 1/2 Mil 1/4 Mile 1/8 Mile P11. 17'` 1> bog Image courtesy of USGS ImagePatch-com Earthstar Geographies SIO cif r, 7:41 1 Microsoft Corporation • Target Property (TP) • IHW • RRCVCP • LPST • IHWCA O PST ▪ RCRAC Q CERCLIS NFRAP NPL • VCP © MSW LF IHWCA RCRAC Quadrangle(s): Annaville Southern Mineral Road from Up River Rd to IH37 1799 SOUTHERN MINERALS RD & 7201 UP RIVER RD CORPUS CHRISTI, Texas 78409 0' 650' 1300' 1950' SCALE: 1"= 1300' Geo Search www.geo-search.com - phone: 888-396-0042 - fax: 512-472-9967 JOB #: 73784 - 3/19/2014 TOPOGRAPHIC MAP Ref nery r 1f{ if.( jc\-7.,, .0, \ \ ,. Ran e`LI�Nts• yyi�yl 4l d` 1 1`r ____-_,,.-7- --, —;::�-- f 1/2 Mile •n+ `4t ' fight. Trailer Park Oil elis 37 Radio To r 9 r u''?gip I,. "ra.l>, • " II c oGII G 11. 0 / Q v L/� 2 --•••••• Target Property (TP) i 7f II SubstIO Quadrangle(s): Annaville Source: USGS, 1989 Southern Mineral Road from Up River Rd to IH37 1799 SOUTHERN MINERALS RD & 7201 UP RIVER RD CORPUS CHRISTI, Texas 78409 0' 1000' 2000' 3000' SCALE: 1" = 2000' GeoSearch www.geo-search.com - phone: 888-396-0042 - fax: 512-472-9967 JOB #: 73784 - 3/5/2014 REPORT SUMMARY OF LOCATABLE SITES MAP DATABASE ID# NAME SITE ID# DISTANCE FROM SITE SITE NAME ADDRESS PAGE CITY, ZIP CODE # 1 IHW 31266 0.020 SW DYNAMIC CHEMICALS INTERNTL 7203 UP RIVER RD CORPUS CHRISTI, 1 78409 2 RRCVCP 2 SPILLS 70003 0.030 S 1-37, E OF SOUTHERN MINERALS CORPUS CHRISTI, 2 RD 78409 11/3/97020 0.020 SW VICINITY OF SOUTHERN MINERALS RD. A 3 3 IHW 33881 0.080 W COASTAL AQUA CHEM 3 IHW 31312 0.060 W WELL CONTROL 7247 UP RIVER RD 7243 UP RIVER RD CORPUS CHRISTI, 4 78409 CORPUS CHRISTI, 5 78409 4 IHW 40144 0.100 W JONES FRAZIER INC. 4 IHW 40310 0.100 W ALLWASTE ENVIRONMENTAL SERVICES OF TEXAS 4 IHW 68121 0.100 W SDC SERVICES UP RIVER ROAD 7251 UP RIVER RD 7251 UP RIVER RD 7251 UP RIVER RD CORPUS CHRISTI, 6 78409 CORPUS CHRISTI, 7 78409 CORPUS CHRISTI, 8 78409 5 IHW 31287 0.120 W BROWNING -FERRIS INDUSTRIES 7255 UP RIVER RD CORPUS CHRISTI, 9 78409 6 IHW 86949 0.140 NW SOUTHWEST CONTRACTORS INC 7257 UP RIVER RD CORPUS CHRISTI, 10 78409 7 PST 7 LPST 49216 0.160 W PUTT HILL INVESTMENTS 7261 UP RIVER RD 093843 0.160 W PUTT HILL INVESTMENTS 7261 UP RIVER RD INC CORPUS CHRISTI, 11 78409 CORPUS CHRISTI, 15 78400 8 IHW 8 IHW 68714 0.180 W HIGHWAY PIPELINE TRACKS 88589 0.180 W GULFMAX ENVIRONMENTAL 7329 UP RIVER RD 7329 UP RIVER RD CORPUS CHRISTI, 16 78409 CORPUS CHRISTI, 17 78409 9 IHW 81096 0.210 W ENVIRONMENTAL EVOLUTIONS 7333 UP RIVER RD CORPUS CHRISTI, 18 78409 10 IHW 10 IHWCA 10 PST 31218 0.240 W SERVICE TRANSPORT 31218 0.240 W SERVICE TRANSPORT COMPANY 56303 0.240 W SERVICE TRANSPORT COMPANY 7349 UP RIVER RD 7349 UP RIVER RD 7349 UP RIVER RD CORPUS CHRISTI, 19 78409 CORPUS CHRISTI, 21 78409 CORPUS CHRISTI, 22 78409 11 IHW 11 IHW 82886 0.220 SW WASTE MGMT INDUSTRIAL 7410 LEOPARD ST SERVICES 41459 0.220 SW RUST INDUSTRIAL 7410 LEOPARD ST CLEANING SERVICES INC. CORPUS CHRISTI, 24 78409 CORPUS CHRISTI, 25 78409 GecoSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 SUMMARY 1 REPORT SUMMARY OF LOCATABLE SITES MAP DATABASE ID# NAME DISTANCE SITE ID# FROM SITE SITE NAME ADDRESS PAGE CITY, ZIP CODE # 12 IHW 12 IHW 78217 0.240 SW TODDS PIPE SERVICES 7414 LEOPARD ST STE B CORPUS CHRISTI, 26 78409 78280 0.240 SW TODDS PIPE SERVICES 7414 LEOPARD ST CORPUS CHRISTI, 27 78409 12 PST 12228 0.240 SW TEXAS STEEL 7414 LEOPARD ST CORPUS CHRISTI, 28 78409 13 RCRAC 13 APAR 13 IHWCA 13 LPST TXD981153711 0.290 E CITGO CORPUS CHRISTI 7350 IH 37 CORPUS CHRISTI, 32 REFINERY WEST PLANT 784092812 33763 0.290 E CITGO REFINING AND 7350 IH 37 NUECES, 78409 41 CHEMICALS CO WEST PLA 33763 0.290 E CITGO CORPUS CHRISTI 7350 IH 37 CORPUS CHRISTI, 42 REFINERY - WEST PLA 78409 097510 0.290 E CHAMPLIN REFINING & 7350 IH 37 CORPUS CHRISTI, 43 CHEMICALS INC 78469 14 CERCLIS TXD980622906 0.330 W BRINE SERVICE CO INC ACCESS IH 37 CORPUS CHRISTI, 44 MORGAN PIT 78409 14 NFRAP TXD980622906 0.330 W BRINE SERVICE CO INC ACCESS IH 37 CORPUS CHRISTI, 45 MORGAN PIT 78409 14 NPL TX0000605264 0.330 W BRINE SERVICE COMPANY NORTHEAST OF INTERSECTION AT CORPUS CHRISTI, 46 IH -37 78409 14 CERCLIS TX0000605264 0.330 W BRINE SERVICE COMPANY NORTHEAST OF INTERSECTION AT CORPUS CHRISTI, 52 IH -37 78409 15 LPST 095542 0.370 W FORMER GOLDSTON 7402 UPRIVER RD CORPUS CHRISTI, 58 CORP 78409 16 VCP 1086 0.400 W LOT 2 BLOCK 1, 1638 GOLDSTON ROAD CORPUS CHRISTI, 59 GOLDSTON ADDITION 78409 17 IHWCA 86563 0.420 SE WOOD GROUP LOGGING 6776 LEOPARD ST CORPUS CHRISTI, 60 SERVICES 78409 18 MSWLF 2135 0.420 SW ENVIROMED SOLID WASTE 7433 LEOPARD ST CORPUS CORPUS CHRISTI, 61 INCINERATION FACIL CHRISTI 78409-1904 19 IHWCA 36108 0.460 SE TUBOSCOPE VETCO 6841 LEOPARD ST CORPUS CHRISTI, 62 INTERNATIONAL 78409 INSPECTION 20 IHWCA 87163 0.500 S PROCESS SOLUTIONS 1218 SOUTHERN MINERALS RD CORPUS CHRISTI, 63 78409 21 IHWCA 34703 0.670 E BTB REFINING 6600 UP RIVER RD CORPUS CHRISTI, 64 78409 22 IHWCA T2434 0.690 W PICKET SYSTEMS 7619 UP RIVER RD CORPUS CHRISTI, 65 78409 23 IHWCA 30529 0.770 NW FLINT HILLS RESOURCES 2825 SUNTIDE RD CORPUS CHRISTI, 66 GecoSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 SUMMARY 2 REPORT SUMMARY OF LOCATABLE SITES MAP DATABASE ID# NAME DISTANCE SITE ID# FROM SITE SITE NAME ADDRESS PAGE CITY, ZIP CODE # CORPUS CHRISTI WES 23 RCRAC TXD088474663 0.770 NW FLINT HILLS RESOURCES 2825 SUNTIDE RD CORPUS CHRISTI WES 78409 CORPUS CHRISTI, 67 784092100 24 IHWCA 87411 0.800 N RESOLVE ESCO MARINE 7002 MARVIN L BERRY RD STE B CORPUS CHRISTI, 85 78409 25 IHWCA 30478 0.880 E VALERO CORPUS CHRISTI 5900 UP RIVER RD CORPUS CHRISTI, 86 REFINERY WEST PLAN 78407 GecoSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 SUMMARY 3 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 1 Distance from Property: 0.02 mi. SW FACILITY INFORMATION REGISTRATION #: 31266 TNRCC ID #: 8823 NAME: DYNAMIC CHEMICALS INTERNTL ADDRESS: 7203 UP RIVER RD CORPUS CHRISTI, TX CONTACT: BEN GALLANT PHONE: 512-2890616 BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/04/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED EPA ID: NOT REPORTED OWNER INFORMATION NAME: DYNAMIC CHEMICALS INTERNTL ADDRESS: PO BOX 4922 CORPUS CHRISTI, TX 78469 PHONE: 1-512-2890616 WASTE WASTE ID: 17096 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: YES GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 1 RAILROAD COMMISSION VCP AND BROWNFIELD SITES (RRCVCP) MAP ID# 2 Distance from Property: 0.03 mi. S ID#: 70003 TYPE: VOLUNTARY CLEANUP PROGRAM SITE ADDRESS: 1-37, E OF SOUTHERN MINERALS RD CITY: CORPUS CHRISTI COUNTY: NUECES STATE: TX ZIPCODE: 78409 ACRES: 56 STATUS: CLOSED CLEANUP STANDARDS: COMMERCIAL -INDUSTRIAL FINAL CERTIFICATION OF COMPLETION: 8/21/2008 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 2 SPILLS LISTING (SPILLS) MAP ID# 2 Distance from Property: 0.02 mi. SW INCIDENT INFORMATION UNIQUE ID: 11/3/97020 SPILL DATE: 11/3/97 SPILL LOCATION / COUNTY: VICINITY OF SOUTHERN MINERALS RD. AT IH 37, CORPUS CHRISTI / NUECES RESPONSIBLE PARTY: UNKNOWN MATERIAL SPILLED / AMOUNT: APPARENT REFINERY WASTE / UNK AFFECTED WATERWAY: GROUND WATER AMOUNT IN WATER: UNK BASIN: NUECES - RIO GRANDE COASTAL COMMENTS: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 3 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 3 Distance from Property: 0.08 mi. W FACILITY INFORMATION REGISTRATION #: 33881 TNRCC ID #: 11353 NAME: COASTAL AQUA CHEM ADDRESS: 7247 UP RIVER RD CORPUS CHRISTI, TX CONTACT: ERNIE VIELUF PHONE: NOT REPORTED BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/04/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED EPA ID: NOT REPORTED OWNER INFORMATION NAME: COASTAL AQUA CHEM INC ADDRESS: PO BOX 4638 CORPUS CHRISTI, TX 78469 PHONE: NOT REPORTED WASTE NO RECORDS Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 4 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 3 Distance from Property: 0.06 mi. W FACILITY INFORMATION REGISTRATION #: 31312 EPA ID: NOT REPORTED TNRCC ID #: 8869 NAME: WELL CONTROL ADDRESS: 7243 UP RIVER RD CORPUS CHRISTI, TX CONTACT: JERRY COX PHONE: 512-8533124 BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/24/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: WELL CONTROL INC ADDRESS: 7243 UP RIVER RD CORPUS CHRISTI, TX 78409 PHONE: 1-512-8533124 WASTE WASTE ID: 17572 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 5 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 4 Distance from Property: 0.10 mi. W FACILITY INFORMATION REGISTRATION #: 40144 TNRCC ID #: 16566 NAME: JONES FRAZIER INC. ADDRESS: 7251 UP RIVER RD CORPUS CHRISTI, TX CONTACT: EDWARD AUSTIN PHONE: NOT REPORTED BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: MERGED AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/04/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED EPA ID: NOT REPORTED OWNER INFORMATION NAME: JONES FRAZIER INC ADDRESS: NOT REPORTED PHONE: NOT REPORTED WASTE NO RECORDS GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 6 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 4 Distance from Property: 0.10 mi. W FACILITY INFORMATION REGISTRATION #: 40310 EPA ID: TXD000741710 TNRCC ID #: 16731 NAME: ALLWASTE ENVIRONMENTAL SERVICES OF TEXAS ADDRESS: 7251 UP RIVER RD CORPUS CHRISTI, TX CONTACT: RICK SHAW PHONE: 512-2659339 BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 01/05/2004 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: ALLWASTE ENVIRONMENTAL ADDRESS: 1840 SUNTIDE RD CORPUS CHRISTI, TX 78409 PHONE: 1-512-2659339 WASTE NO RECORDS Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 7 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 4 Distance from Property: 0.10 mi. W FACILITY INFORMATION REGISTRATION #: 68121 EPA ID: NOT REPORTED TNRCC ID #: 23100 NAME: SDC SERVICES UP RIVER ROAD ADDRESS: 7251 UP RIVER RD CORPUS CHRISTI, TX CONTACT: PHONE: 512-8554551 BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: LARGE QUANTITY GENERATOR GENERATOR TYPE: INDUS THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 08/21/2003 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: SDC SERVICES INC ADDRESS: PO BOX 270187 CORPUS CHRISTI, TX 78427 PHONE: 1-512-8554551 WASTE NO RECORDS GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 8 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 5 Distance from Property: 0.12 mi. W FACILITY INFORMATION REGISTRATION #: 31287 EPA ID: TXD056323314 TNRCC ID #: 8844 NAME: BROWNING -FERRIS INDUSTRIES ADDRESS: 7255 UP RIVER RD CORPUS CHRISTI, TX CONTACT: EDWARD L AUSTIN PHONE: 512-8823366 BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT A HW GENERATOR GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/04/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: BROWNING -FERRIS INDUSTRIES INC ADDRESS: PO BOX 10097 CORPUS CHRISTI, TX 78460 PHONE: 1-512-8823366 WASTE WASTE ID: 17405 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED WASTE ID: 17406 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 9 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 6 Distance from Property: 0.14 mi. NW FACILITY INFORMATION REGISTRATION #: 86949 EPA ID: NOT REPORTED TNRCC ID #: 114550 NAME: SOUTHWEST CONTRACTORS INC ADDRESS: 7257 UP RIVER RD CORPUS CHRISTI, TX CONTACT: RICHARD HAYLEY PHONE: 361-2898883 BUSINESS DESCRIPTION: GENERAL CONSTRUCTION INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: ACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/16/2004 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: RICHARD SHANE HAYLEY ADDRESS: PO BOX 10607 CORPUS CHRISTI, TX 78460 PHONE: NOT REPORTED WASTE NO RECORDS Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 10 PETROLEUM STORAGE TANKS (PST) MAP ID# 7 Distance from Property: 0.16 mi. W FACILITY INFORMATION ID #: 49216 NAME: PUTT HILL INVESTMENTS ADDRESS: 7261 UP RIVER RD CORPUS CHRISTI, TX 78409 COUNTY: NUECES REGION: 14 TYPE: RETAIL BEGIN DATE: 11/06/1989 STATUS: INACTIVE EXEMPT STATUS: NO RECORDS OFF-SITE: NO NUMBER OF ACTIVE UNDERGROUND TANKS: 0 NUMBER OF ACTIVE ABOVEGROUND TANKS: 0 APPLICATION INFORMATION: RECEIVED DATE ON EARLIEST REGISTRATION FORM: 10/09/1989 SIGNATURE DATE ON EARLIEST REGISTRATION FORM: 09/19/1989 SIGNATURE NAME & TITLE: SAME, SAME ENFORCEMENT ACTION DATE: NOT REPORTED OWNER OWNER NUMBER: CN600994594 NAME: PUTT HILL INVESTMENTS INC CONTACT ADDRESS: OWNER ADDRESS NOT REPORTED CITY NOT REPORTED TYPE: CORPORATION/COMPANY BEGIN DATE: 11/06/1989 CONTACT ROLE: NOT REPORTED CONTACT NAME: NOT REPORTED CONTACT TITLE: NOT REPORTED ORGANIZATION: NOT REPORTED PHONE: NOT REPORTED FAX: NOT REPORTED EMAIL: NOT REPORTED CONTACT INFORMATION NAME: R P HILL TITLE: OWNER ORGANIZATION: PUTT HILL INVESTMENTS MAIL ADDRESS: MAILING ADDRESS NOT REPORTED CITY NOT REPORTED PHONE: 512-289-1225 OPERATOR - NO OPERATOR INFORMATION REPORTED - SELF -CERTIFICATION - NO SELF -CERTIFICATION INFORMATION REPORTED - CONSTRUCTION NOTIFICATION - NO CONSTRUCTION NOTIFICATION REPORTED - UNDERGROUND STORAGE TANK GeSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 11 PETROLEUM STORAGE TANKS (PST) TANK ID: 1 INSTALLATION DATE: 01/01/1969 TANK CAPACITY (GAL): 1000 STATUS: REMOVED FROM GROUND INTERNAL PROTECTION DATE: NOT REPORTED TANK DESIGN SINGLE WALL: NO PIPE DESIGN SINGLE WALL: NO TANK DETAILS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED TANK COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE COMPARTMENT DETAILS UST COMPARTMENT ID: 135864 TANK ID: 1 COMPARTMENT LETTER: A SUBTANCES: EMPTY OTHER SUBTANCES: NOT REPORTED CAPACITY (GAL): 1000 COMPARTMENT RELEASE DETECTION: NOT REPORTED SPILL CONTAINMENT AND OVERFILL PREVENTION NOT REPORTED PIPING SYSTEMS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED CONNECTORS & VALVES NOT REPORTED PIPING RELEASE DETECTION: NOT REPORTED PIPE COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE NUMBER OF COMPARTMENTS: 1 REGISTRATION DATE: 10/09/1989 EMPTY TANK: NOT EMPTY STATUS BEGIN DATE: 11/30/1989 REGULATORY STATUS: FULLY REGULATED TANK DESIGN DOUBLE WALL: NO PIPE DESIGN DOUBLE WALL: NO GeqfSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 12 PETROLEUM STORAGE TANKS (PST) TANK ID: 2 INSTALLATION DATE: 01/01/1969 TANK CAPACITY (GAL): 1000 STATUS: REMOVED FROM GROUND INTERNAL PROTECTION DATE: NOT REPORTED TANK DESIGN SINGLE WALL: NO PIPE DESIGN SINGLE WALL: NO TANK DETAILS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED TANK COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE COMPARTMENT DETAILS UST COMPARTMENT ID: 135865 TANK ID: 2 COMPARTMENT LETTER: A SUBTANCES: EMPTY OTHER SUBTANCES: NOT REPORTED CAPACITY (GAL): 1000 COMPARTMENT RELEASE DETECTION: NOT REPORTED SPILL CONTAINMENT AND OVERFILL PREVENTION NOT REPORTED PIPING SYSTEMS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED CONNECTORS & VALVES NOT REPORTED PIPING RELEASE DETECTION: NOT REPORTED PIPE COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE NUMBER OF COMPARTMENTS: 1 REGISTRATION DATE: 10/09/1989 EMPTY TANK: NOT EMPTY STATUS BEGIN DATE: 11/30/1989 REGULATORY STATUS: FULLY REGULATED TANK DESIGN DOUBLE WALL: NO PIPE DESIGN DOUBLE WALL: NO ABOVEGROUND STORAGE TANK NO ABOVEGROUND STORAGE TANK DATA REPORTED FOR THIS FACILITY GeqfSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 13 PETROLEUM STORAGE TANKS (PST) GeSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 14 LEAKING PETROLEUM STORAGE TANKS (LPST) MAP ID# 7 Distance from Property: 0.16 mi. W FACILITY INFORMATION LPST ID#: 093843 FACILITY ID#: 0049216 REPORTED DATE: 10/6/1989 NAME: PUTT HILL INVESTMENTS INC ADDRESS: 7261 UP RIVER RD CORPUS CHRISTI FACILITY LOCATION: 7261 UP RIVER RD PRIORITY CODE: (2A) GROUNDWATER OTHER THAN DRINKING WATER AQUIFER, SITE CHARACTERIZATION INCOMPLETE STATUS CODE: (6A) FINAL CONCURRENCE ISSUED, CASE CLOSED TANK INFORMATION TANKID#/TYPE: 1/UST INSTALLED: 01/01/1969 STATUS(DATE): REMOVED FROM GROUND (11/30/1989) CAPACITY(gal.): 1000 CONTENTS: UNKNOWN TANK MATERIAL/CONTAINMENT: STEEL / NOT REPORTED PIPE MATERIAL/CONTAINMENT: STEEL / NOT REPORTED TANK/PIPE RELEASE DETECTION: NOT REPORTED / NOT REPORTED TANK/PIPE CORROSION PROTECTION: NOT REPORTED / NOT REPORTED SPILL/OVERFILL PROTECTION: NOT REPORTED PRP INFORMATION NAME: PUTT HILL INVESTMENT INC ADDRESS: PO BOX C CORPUS CHRISTI, TX 78469 CONTACT: R P HILL PHONE: 512/289-1255 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 15 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 8 Distance from Property: 0.18 mi. W FACILITY INFORMATION REGISTRATION #: 68714 TNRCC ID #: 23644 NAME: HIGHWAY PIPELINE TRACKS ADDRESS: 7329 UP RIVER RD CORPUS CHRISTI, TX CONTACT: PETE VILLEGAS PHONE: NOT REPORTED BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 02/03/2004 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED EPA ID: NOT REPORTED OWNER INFORMATION NAME: HIGHWAY PIPELINE TRACKS ADDRESS: 7329 UP RIVER RD CORPUS CHRISTI, TX 78409 PHONE: NOT REPORTED WASTE WASTE ID: 48437 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 16 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 8 Distance from Property: 0.18 mi. W FACILITY INFORMATION REGISTRATION #: 88589 TNRCC ID #: 123095 NAME: GULFMAX ENVIRONMENTAL ADDRESS: 7329 UP RIVER RD CORPUS CHRISTI, TX CONTACT: CHARLES CROMWELL PHONE: 361-2892308 BUSINESS DESCRIPTION: TRUCKING LOCAL INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: ACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 08/19/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED EPA ID: TXR000079315 OWNER INFORMATION NAME: GULFMAX ENVIRONMENTAL LLC ADDRESS: NOT REPORTED PHONE: NOT REPORTED WASTE NO RECORDS GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 17 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 9 Distance from Property: 0.21 mi. W FACILITY INFORMATION REGISTRATION #: 81096 EPA ID: TX0000035048 TNRCC ID #: 35983 NAME: ENVIRONMENTAL EVOLUTIONS ADDRESS: 7333 UP RIVER RD CORPUS CHRISTI, TX CONTACT: JIM WRIGHT PHONE: 512-2418682 BUSINESS DESCRIPTION: 10/23/2003 -INACTIVATED DUE TO RETURN MAIL. CW INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 10/23/2003 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: ENVIRONMENTAL EVOLUTIONS INC ADDRESS: PO BOX 260276 CORPUS CHRISTI, TX 78426 PHONE: 1-512-2418682 WASTE NO RECORDS Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 18 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 10 Distance from Property: 0.24 mi. W FACILITY INFORMATION REGISTRATION #: 31218 TNRCC ID #: 8775 NAME: SERVICE TRANSPORT ADDRESS: 7349 UP RIVER RD CORPUS CHRISTI, TX CONTACT: JIM LEWIS PHONE: 361-2896464 BUSINESS DESCRIPTION: NOT REPORTED INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: CLOSURE REQUEST AMOUNT OF WASTE GENERATED: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR GENERATOR TYPE: INDUS THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 10/02/2013 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED EPA ID: NOT REPORTED OWNER INFORMATION NAME: SERVICE TRANSPORT COMPANY ADDRESS: 7900 ALMEDA GENOA RD HOUSTON, TX 77075 PHONE: 1-713-2092500 WASTE WASTE ID: 130404 WASTE CODE STATUS: ACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: WASHWATER FROM VEHICLE WASHDOWN. WASTE ID: 16661 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 19 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) WASTE ID: 16662 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 20 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 10 Distance from Property: 0.24 mi. W PROGRAM ID: 31218 RN NUMBER: RN100600964 NAME: SERVICE TRANSPORT COMPANY ADDRESS: 7349 UP RIVER RD CORPUS CHRISTI, TX 78409 STATUS: ACTIVE STATUS DATE: 9/27/13 LOCATION DESCRIPTION: 7349 UP RIVER RD, CORPUS CHRISTI, TX Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 21 PETROLEUM STORAGE TANKS (PST) MAP ID# 10 Distance from Property: 0.24 mi. W FACILITY INFORMATION ID #: 56303 NAME: SERVICE TRANSPORT COMPANY ADDRESS: 7349 UP RIVER RD CORPUS CHRISTI, TX 78409 COUNTY: NUECES REGION: 14 TYPE: FLEET REFUELING BEGIN DATE: 10/11/1990 STATUS: INACTIVE EXEMPT STATUS: NO RECORDS OFF-SITE: NO NUMBER OF ACTIVE UNDERGROUND TANKS: 0 NUMBER OF ACTIVE ABOVEGROUND TANKS: 0 APPLICATION INFORMATION: RECEIVED DATE ON EARLIEST REGISTRATION FORM: 10/05/1990 SIGNATURE DATE ON EARLIEST REGISTRATION FORM: 10/03/1990 SIGNATURE NAME & TITLE: CLAUDE LEWIS, PRESIDENT ENFORCEMENT ACTION DATE: NOT REPORTED OWNER OWNER NUMBER: CN600310684 NAME: SERVICE TRANSPORT COMPANY CONTACT ADDRESS: PO BOX 844 HOUSTON, TX 77001 TYPE: CORPORATION/COMPANY BEGIN DATE: 10/11/1990 CONTACT ROLE: OWNCON CONTACT NAME: NOT REPORTED CONTACT TITLE: NOT REPORTED ORGANIZATION: SERVICE TRANSPORT COMPANY PHONE: NOT REPORTED FAX: NOT REPORTED EMAIL: NOT REPORTED OPERATOR OPERATOR NUMBER: CN600310684 NAME: SERVICE TRANSPORT COMPANY CONTACT ADDRESS: 7900 ALMEDA GENOA RD HOUSTON, TX 77075 TYPE: CORPORATION/COMPANY BEGIN DATE: 10/11/1990 CONTACT ROLE: OPRCON CONTACT NAME: JIM BROWN CONTACT TITLE: V.P. ORGANIZATION: SERVICE TRANSPORT COMPANY PHONE: (713) 2092500 FAX: (713) 2092525 EMAIL: NOT REPORTED CONTACT INFORMATION NAME: JIM LEWIS TITLE: NOT REPORTED ORGANIZATION: SERVICE TRANSPORT COMPANY MAIL ADDRESS: MAILING ADDRESS NOT REPORTED CITY NOT REPORTED PHONE: 512-289-6464 SELF -CERTIFICATION - NO SELF -CERTIFICATION INFORMATION REPORTED - CONSTRUCTION NOTIFICATION - NO CONSTRUCTION NOTIFICATION REPORTED - GeSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 22 PETROLEUM STORAGE TANKS (PST) UNDERGROUND STORAGE TANK ABOVEGROUND STORAGE TANK AST ID: 162350 TANK ID: 1 INSTALLATION DATE: 01/01/1965 TANK CAPACITY (GAL): 8000 STATUS: OUT OF USE MATERIAL OF CONSTRUCTION STEEL: YES FIBERGLASS: NO ALUMINIUM: NO CONTAINMENT EARTHEN DIKE: NO CONTAINMENT LINER: NO STAGE I VAPOR RECOVERY: STAGE I INSTALLATION DATE NO UNDERGROUND STORAGE TANK DATA REPORTED FOR THIS FACILITY MULTIPLE COMPARTMENT FLAG: NO REGISTRATION DATE: 10/05/1990 STATUS BEGIN DATE: 01/30/1994 REGULATORY STATUS: FULLY REGULATED SUBTANCES: DIESEL CORRUGATED METAL: NO CONCRETE: NO CONCRETE: NO NONE: NO NOT REPORTED NOT REPORTED L GecoSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 23 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 11 Distance from Property: 0.22 mi. SW FACILITY INFORMATION REGISTRATION #: 82886 EPA ID: TX0000931584 TNRCC ID #: 99168 NAME: WASTE MGMT INDUSTRIAL SERVICES ADDRESS: 7410 LEOPARD ST CORPUS CHRISTI, TX CONTACT: KENNETH SIMPSON PHONE: 281-3315406 BUSINESS DESCRIPTION: INDUSTRIAL CLEANING FOR THE PETRO -CHEMICAL INDUSTRIES INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/17/2004 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: WASTE MANAGEMENT INDUSTRIAL ADDRESS: PO BOX 2348 ALVIN, TX 77512 PHONE: NOT REPORTED WASTE NO RECORDS Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 24 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 11 Distance from Property: 0.22 mi. SW FACILITY INFORMATION REGISTRATION #: 41459 EPA ID: TXD987981511 TNRCC ID #: 17848 NAME: RUST INDUSTRIAL CLEANING SERVICES INC. ADDRESS: 7410 LEOPARD ST CORPUS CHRISTI, TX CONTACT: KENNETH W GOOLSBY PHONE: 606-3258845 BUSINESS DESCRIPTION: INDUSTRIAL CLEANING FOR THE PETRO -CHEMICAL INDUSTRIES INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: NO WASTE RECEIVER: NO WASTE TRANSPORTER: YES TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: MERGED AMOUNT OF WASTE GENERATED: NOT REPORTED GENERATOR TYPE: NOT REPORTED THIS FACILITY ISA NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 02/24/1998 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: RUST INDUSTRIAL CLEANING ADDRESS: NOT REPORTED PHONE: NOT REPORTED WASTE NO RECORDS GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 25 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 12 Distance from Property: 0.24 mi. SW FACILITY INFORMATION REGISTRATION #: 78217 EPA ID: TXD988072872 TNRCC ID #: 32437 NAME: TODDS PIPE SERVICES ADDRESS: 7414 LEOPARD ST STE B CORPUS CHRISTI, TX CONTACT: DOROTHY L TODD PHONE: 512-2895109 BUSINESS DESCRIPTION: THIS REGISTRATION WAS INACTIVATED BECAUSE THERE WERE ONLY 6 -DIGIT WASTE CODES ONTHE NOR AND NO WASTE ACTIVITY WAS REPORTED IN 1994, 1995 AND 1996. INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: SMALL QUANTITY GENERATOR GENERATOR TYPE: NON INDUS THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 06/04/2010 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: TODDS PIPE SERVICES INC ADDRESS: 7414 LEOPARD ST STE B CORPUS CHRISTI, TX 78409 PHONE: 1-512-2895109 WASTE WASTE ID: 62184 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 26 INDUSTRIAL AND HAZARDOUS WASTE SITES (IHW) MAP ID# 12 Distance from Property: 0.24 mi. SW FACILITY INFORMATION REGISTRATION #: 78280 EPA ID: NOT REPORTED TNRCC ID #: 32478 NAME: TODDS PIPE SERVICES ADDRESS: 7414 LEOPARD ST CORPUS CHRISTI, TX CONTACT: DOROTHY L TODD PHONE: 512-2895109 BUSINESS DESCRIPTION: THIS REGISTRATION WAS INACTIVATED BECAUSE THERE WERE ONLY 6 -DIGIT WASTE CODES ONTHE NOR AND NO WASTE ACTIVITY WAS REPORTED IN 1994, 1995 AND 1996. INDUSTRIAL WASTE PERMIT #: NOT REPORTED MUNICIPAL WASTE PERMIT #: NOT REPORTED SIC CODE: WASTE GENERATOR: YES WASTE RECEIVER: NO WASTE TRANSPORTER: NO TRANSFER FACILITY: NO MAQUILADORA (MEXICAN FACILITY): NO STATUS: INACTIVE AMOUNT OF WASTE GENERATED: SMALL QUANTITY GENERATOR GENERATOR TYPE: NON INDUS THIS FACILITY IS A NOTIFIER THIS FACILITY IS NOT A STEERS REPORTER - (STATE OF TEXAS ENVIRONMENTAL ELECTRONIC REPORTING SYSTEM) THIS FACILITY IS NOT REQUIRED TO SUBMIT AN ANNUAL WASTE SUMMARY REPORT THIS FACILITY IS NOT INVOLVED IN RECYCLING ACTIVITIES LAST UPDATE TO TRACS (TCEQ REGULATORY ACTIVITIES AND COMPLIANCE SYSTEM): 07/12/2006 ACTIVITIES ACTIVITY TYPE: UNKNOWN ACTIVITY DESCRIPTION: NOT REPORTED OWNER INFORMATION NAME: TODDS PIPE SERVICES INC ADDRESS: PO BOX 181163 CORPUS CHRISTI, TX 78480 PHONE: 1-512-2895109 WASTE WASTE ID: 62342 WASTE CODE STATUS: INACTIVE WASTE IS RADIOACTIVE: NO WASTE IS TREATED OFF SITE: NO GENERATOR'S DESCRIPTION OF WASTE: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 27 PETROLEUM STORAGE TANKS (PST) MAP ID# 12 Distance from Property: 0.24 mi. SW FACILITY INFORMATION ID #: 12228 NAME: TEXAS STEEL ADDRESS: 7414 LEOPARD ST CORPUS CHRISTI, TX 78409 COUNTY: NUECES REGION: 14 TYPE: FLEET REFUELING BEGIN DATE: 07/31/1986 STATUS: INACTIVE EXEMPT STATUS: NO RECORDS OFF-SITE: NO NUMBER OF ACTIVE UNDERGROUND TANKS: 0 NUMBER OF ACTIVE ABOVEGROUND TANKS: 0 APPLICATION INFORMATION: RECEIVED DATE ON EARLIEST REGISTRATION FORM: 05/08/1986 SIGNATURE DATE ON EARLIEST REGISTRATION FORM: 04/28/1986 SIGNATURE NAME & TITLE: JERRY W BRESHEARS, PRES ENFORCEMENT ACTION DATE: NOT REPORTED OWNER OWNER NUMBER: CN601416894 NAME: TEXAS STEEL CO CONTACT ADDRESS: OWNER ADDRESS NOT REPORTED CITY NOT REPORTED TYPE: ORGANIZATION BEGIN DATE: 07/31/1986 CONTACT ROLE: NOT REPORTED CONTACT NAME: NOT REPORTED CONTACT TITLE: NOT REPORTED ORGANIZATION: NOT REPORTED PHONE: NOT REPORTED FAX: NOT REPORTED EMAIL: NOT REPORTED CONTACT INFORMATION NAME: JERRY W BRESHEARS TITLE: PRES ORGANIZATION: TEXAS STEEL MAIL ADDRESS: MAILING ADDRESS NOT REPORTED CITY NOT REPORTED PHONE: 512-289-1311 OPERATOR - NO OPERATOR INFORMATION REPORTED - SELF -CERTIFICATION - NO SELF -CERTIFICATION INFORMATION REPORTED - CONSTRUCTION NOTIFICATION - NO CONSTRUCTION NOTIFICATION REPORTED - UNDERGROUND STORAGE TANK GeSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 28 PETROLEUM STORAGE TANKS (PST) TANK ID: 1 INSTALLATION DATE: 01/01/1979 TANK CAPACITY (GAL): 6000 STATUS: REMOVED FROM GROUND INTERNAL PROTECTION DATE: NOT REPORTED TANK DESIGN SINGLE WALL: NO PIPE DESIGN SINGLE WALL: NO TANK DETAILS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED TANK COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE COMPARTMENT DETAILS UST COMPARTMENT ID: 48934 TANK ID: 1 COMPARTMENT LETTER: A SUBTANCES: DIESEL OTHER SUBTANCES: NOT REPORTED CAPACITY (GAL): 6000 COMPARTMENT RELEASE DETECTION: NOT REPORTED SPILL CONTAINMENT AND OVERFILL PREVENTION NOT REPORTED PIPING SYSTEMS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED CONNECTORS & VALVES NOT REPORTED PIPING RELEASE DETECTION: NOT REPORTED PIPE COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE NUMBER OF COMPARTMENTS: 1 REGISTRATION DATE: 05/08/1986 EMPTY TANK: NOT EMPTY STATUS BEGIN DATE: 05/18/1990 REGULATORY STATUS: FULLY REGULATED TANK DESIGN DOUBLE WALL: NO PIPE DESIGN DOUBLE WALL: NO GeqfSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 29 PETROLEUM STORAGE TANKS (PST) TANK ID: 2 INSTALLATION DATE: 01/01/1979 TANK CAPACITY (GAL): 6000 STATUS: REMOVED FROM GROUND INTERNAL PROTECTION DATE: NOT REPORTED TANK DESIGN SINGLE WALL: NO PIPE DESIGN SINGLE WALL: NO TANK DETAILS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED TANK COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE COMPARTMENT DETAILS UST COMPARTMENT ID: 48935 TANK ID: 2 COMPARTMENT LETTER: A SUBTANCES: GASOLINE OTHER SUBTANCES: NOT REPORTED CAPACITY (GAL): 6000 COMPARTMENT RELEASE DETECTION: NOT REPORTED SPILL CONTAINMENT AND OVERFILL PREVENTION NOT REPORTED PIPING SYSTEMS MATERIAL: STEEL CORROSION PROTECTION: NOT REPORTED EXTERNAL CONTAINMENT: NOT REPORTED CONNECTORS & VALVES NOT REPORTED PIPING RELEASE DETECTION: NOT REPORTED PIPE COMPLIANCE FLAG CORROSION PROTECTION COMPLIANCE FLAG: NO CORROSION PROTECTION VARIANCE: NO VARIANCE NUMBER OF COMPARTMENTS: 1 REGISTRATION DATE: 05/08/1986 EMPTY TANK: NOT EMPTY STATUS BEGIN DATE: 05/18/1990 REGULATORY STATUS: FULLY REGULATED TANK DESIGN DOUBLE WALL: NO PIPE DESIGN DOUBLE WALL: NO ABOVEGROUND STORAGE TANK NO ABOVEGROUND STORAGE TANK DATA REPORTED FOR THIS FACILITY GeqfSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 30 PETROLEUM STORAGE TANKS (PST) GeSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 31 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) MAP ID# 13 Distance from Property: 0.29 mi. E FACILITY INFORMATION EPA ID#: TXD981153711 NAME: CITGO CORPUS CHRISTI REFINERY WEST ADDRESS: 7350 IH 37 CORPUS CHRISTI, TX 784092812 CONTACT NAME: ZULEMA GARCIA CONTACT ADDRESS: PO BOX 9176 CORPUS CHRISTI, TX 784699176 CONTACT PHONE: 3618444163 NON -NOTIFIER: NOT A NON -NOTIFIER DATE RECEIVED BY AGENCY: 06/17/2013 OWNER TYPE: PRIVATE OWNER NAME: CITGO REFINING AND CHEMICALS COMPANY LP OPERATOR TYPE: PRIVATE OPERATOR NAME: CITGO REFINING AND CHEMICALS COMPANY LP INDUSTRY CLASSIFICATION (NAICS) 32411 - PETROLEUM REFINERIES 325188 - ALL OTHER BASIC INORGANIC CHEMICAL MANUFACTURING SITE HISTORY (INCLUDES GENERATORS AND NON -GENERATORS) DATE RECEIVED BY AGENCY: 03/01/2010 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2012 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/25/1997 NAME: CITGO REFINING AND CHEMICALS CO LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 11/06/2003 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/05/2004 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/05/2004 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/16/2004 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/07/2005 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/11/2005 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 32 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 11/29/2005 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/15/2006 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/24/2006 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/18/2006 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/18/2006 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 05/29/2007 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/14/2007 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/30/2007 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/24/2009 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/25/2009 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/25/2009 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/11/2010 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/24/2011 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/15/2011 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 33 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 06/08/2011 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/26/2012 NAME: CITGO REFINING AND CHEMICALS CO LP - GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/18/2013 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 06/17/2013 NAME: CITGO CORPUS CHRISTI REFINERY WEST GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/1990 NAME: CHAMPLIN REFINING & CHEMICALS INC GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/24/1992 NAME: CHAMPLIN REFINING AND CHEMICALS, INC. GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/1994 NAME: CITGO REFINING AND CHEMICALS, INC. GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/1996 NAME: CITGO REFINING AND CHEMICALS, INC. GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/25/1998 NAME: CORPUS CHRISTI REFINERY WEST PLANT GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/25/2000 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2002 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2004 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2006 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2008 NAME: CITGO REFINING AND CHEMICALS COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 34 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CURRENT ACTIVITY INFORMATION GENERATOR STATUS: LARGE QUANTITY GENERATOR SUBJECT TO CORRECTIVE ACTION UNIVERSE: YES TDSFs POTENTIALLY SUBJECT TO CORRECTIVE ACTION UNDER 3004 (u)/(v) UNIVERSE: YES TDSFs ONLY SUBJECT TO CORRECTIVE ACTION UNDER DISCRETIONARY AUTHORITIES UNIVERSE: NO NON TSDFs WHERE RCRA CORRECTIVE ACTION HAS BEEN IMPOSED UNIVERSE: NO CORRECTIVE ACTION WORKLOAD UNIVERSE: YES IMPORTER: NO UNDERGROUND INJECTION: NO MIXED WASTE GENERATOR: NO UNIVERSAL WASTE DESTINATION FACILITY: NO RECYCLER: NO TRANSFER FACILITY: NO TRANSPORTER: NO USED OIL FUEL BURNER: NO ONSITE BURNER EXEMPTION: NO USED OIL PROCESSOR: NO FURNACE EXEMPTION: NO USED OIL FUEL MARKETER TO BURNER: NO USED OIL REFINER: NO SPECIFICATION USED OIL MARKETER: NO USED OIL TRANSFER FACILITY: NO USED OIL TRANSPORTER: NO DATE LAST UPDATED: 08/21/2013 COMPLIANCE, MONITORING AND ENFORCEMENT INFORMATION EVALUATIONS 1985/03/27 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1985/12/18 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1987/01/20 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1987/01/21 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1987/05/19 NRR NON-FINANCIAL RECORD REVIEW 1990/03/02 FCI FOCUSED COMPLIANCE INSPECTION 1991/01/17 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1991/04/18 NRR NON-FINANCIAL RECORD REVIEW 1991/11/25 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1992/02/04 NRR NON-FINANCIAL RECORD REVIEW 1992/11/25 NRR NON-FINANCIAL RECORD REVIEW 1993/06/09 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1993/06/15 NRR NON-FINANCIAL RECORD REVIEW 1994/03/25 NRR NON-FINANCIAL RECORD REVIEW 1994/10/05 GME GROUNDWATER MONITORING EVALUATION 1995/03/13 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1995/03/13 SNY SIGNIFICANT NON -COMPLIER 1996/04/11 FCI FOCUSED COMPLIANCE INSPECTION 1996/04/22 NRR NON-FINANCIAL RECORD REVIEW 1996/08/28 NRR NON-FINANCIAL RECORD REVIEW 1996/09/18 SNN NOT A SIGNIFICANT NON -COMPLIER 1996/09/25 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1996/12/17 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1997/11/12 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1998/11/17 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1999/11/10 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2000/01/17 GME GROUNDWATER MONITORING EVALUATION 2001/05/29 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 35 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) 2002/04/25 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2003/02/24 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2006/02/06 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2007/04/16 FRR FINANCIAL RECORD REVIEW 2007/07/09 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2008/01/10 FCI FOCUSED COMPLIANCE INSPECTION 2009/07/29 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2010/01/15 NRR NON-FINANCIAL RECORD REVIEW 2010/11/08 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2011/01/18 OAM OPERATION AND MAINTENANCE INSPECTION 2011/06/10 NRR NON-FINANCIAL RECORD REVIEW 2013/01/09 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2013/01/09 FCI FOCUSED COMPLIANCE INSPECTION 2013/01/09 OAM OPERATION AND MAINTENANCE INSPECTION 2013/04/11 NRR NON-FINANCIAL RECORD REVIEW VIOLATIONS 1985/03/27 262.A GENERATORS - GENERAL 1985/12/18 262.A GENERATORS - GENERAL 1987/01/20 262.A GENERATORS - GENERAL 1987/01/21 262.A GENERATORS - GENERAL 1990/03/02 262.A GENERATORS - GENERAL 1991/01/17 262.A GENERATORS - GENERAL 1991/11/25 262.A GENERATORS - GENERAL 1991/11/25 262.B GENERATORS - MANIFEST 1991/11/25 264.A TSD - GENERAL 1991/11/25 XXS STATE STATUTE OR REGULATION 1993/06/09 264.A TSD - GENERAL 1993/06/09 265.F TSD IS -GROUND -WATER MONITORING 1994/03/25 XXS STATE STATUTE OR REGULATION 1994/10/05 265.F TSD IS -GROUND -WATER MONITORING 1995/03/13 262.A GENERATORS - GENERAL 1995/03/13 264.A TSD - GENERAL 1996/04/22 XXS STATE STATUTE OR REGULATION 1996/12/17 262.A GENERATORS - GENERAL 1998/11/17 262.A GENERATORS - GENERAL 1999/11/10 270.0 PERMITS - CONDITIONS 2000/01/17 270.0 PERMITS - CONDITIONS 2001/05/29 270.0 PERMITS - CONDITIONS 2002/04/25 XXS STATE STATUTE OR REGULATION 2006/02/06 262.0 GENERATORS - PRE -TRANSPORT 2009/07/29 262.D GENERATORS - RECORDS/REPORTING 2009/07/29 264.B TSD - GENERAL FACILITY STANDARDS 2009/07/29 268.A LDR - GENERAL 2009/07/29 XXS STATE STATUTE OR REGULATION 2010/11/08 262.0 GENERATORS - PRE -TRANSPORT Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 36 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) 2010/11/08 2010/11/16 2010/11/16 2013/01/11 2013/01/11 2013/01/14 264.B TSD - GENERAL FACILITY STANDARDS 262.A GENERATORS - GENERAL XXS STATE STATUTE OR REGULATION 264.B TSD - GENERAL FACILITY STANDARDS XXS STATE STATUTE OR REGULATION XXS STATE STATUTE OR REGULATION ENFORCEMENTS 1985/05/09 1986/01/07 1987/02/20 1990/03/29 1991/02/14 1991/11/25 1992/01/06 1993/07/06 1994/04/06 1995/02/13 1995/04/27 1995/05/09 1995/07/25 1996/05/30 1996/09/12 1996/10/04 1996/12/23 1998/12/09 1999/11/10 2000/01/17 2001/05/30 2002/04/25 2009/08/31 2011/03/28 2013/02/21 2013/03/12 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 110 VERBAL INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 141 REFERRAL TO ESC ENFORCEMENT SCREEN 120 WRITTEN INFORMAL 211 EXPEDITED PETITION 141 REFERRAL TO ESC ENFORCEMENT SCREEN 141 REFERRAL TO ESC ENFORCEMENT SCREEN 310 FINAL 3008(A) COMPLIANCE ORDER 110 VERBAL INFORMAL 110 VERBAL INFORMAL 110 VERBAL INFORMAL 110 VERBAL INFORMAL 110 VERBAL INFORMAL 110 VERBAL INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL 120 WRITTEN INFORMAL HAZARDOUS WASTE COMM. COMM. COMM. D001 IGNITABLE WASTE D002 CORROSIVE WASTE D003 REACTIVE WASTE D007 CHROMIUM D008 LEAD D018 BENZENE D026 CRESOL D035 METHYL ETHYL KETONE D040 TRICHLORETHYLENE F003 THE FOLLOWING SPENT NON -HALOGENATED SOLVENTS: XYLENE, ACETONE, ETHYL ACETATE, ETHYL BENZENE, ETHYL ETHER, METHYL ISOBUTYL KETONE, N -BUTYL ALCOHOL, CYCLOHEXANONE, AND METHANOL; ALL SPENT Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 37 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONLY THE ABOVE SPENT NONHALOGENATED SOLVENTS; AND ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS, AND A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THOSE SOLVENTS LISTED IN F001, F002, F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F037 PETROLEUM REFINERY PRIMARY OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE GENERATED FROM THE GRAVITATIONAL SEPARATION OF OIL/WATER/SOLIDS DURING THE STORAGE OR TREATMENT OF PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH SLUDGES INCLUDE, BUT ARE NOT LIMITED TO, THOSE GENERATED IN OIL/WATER/SOLIDS SEPARATORS; TANKS AND IMPOUNDMENTS; DITCHES AND OTHER CONVEYANCES; SUMPS; AND STORM WATER UNITS RECEIVING DRY WEATHER FLOW. SLUDGES GENERATED IN STORM WATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2)(INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. DISSOLVED AIR FLOTATION (DAF) FLOAT FROM THE PETROLEUM REFINING INDUSTRY. HEAT EXCHANGER BUNDLE CLEANING SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. API SEPARATOR SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. K048 K050 K051 K169 K171 D001 IGNITABLE WASTE D002 CORROSIVE WASTE D003 REACTIVE WASTE D004 ARSENIC D005 BARIUM D006 CADMIUM D007 CHROMIUM D008 LEAD D018 BENZENE D026 CRESOL D035 METHYL ETHYL KETONE D040 TRICHLORETHYLENE F003 THE FOLLOWING SPENT NON -HALOGENATED SOLVENTS: XYLENE, ACETONE, ETHYL ACETATE, ETHYL BENZENE, ETHYL ETHER, METHYL ISOBUTYL KETONE, N -BUTYL ALCOHOL, CYCLOHEXANONE, AND METHANOL; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONLY THE ABOVE SPENT NONHALOGENATED SOLVENTS; AND ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS, AND A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THOSE SOLVENTS LISTED IN F001, F002, F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F037 PETROLEUM REFINERY PRIMARY OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE GENERATED FROM THE GRAVITATIONAL SEPARATION OF OIL/WATER/SOLIDS DURING THE STORAGE OR TREATMENT OF PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH SLUDGES INCLUDE, BUT ARE NOT LIMITED TO, THOSE GENERATED IN OIL/WATER/SOLIDS SEPARATORS; TANKS AND IMPOUNDMENTS; DITCHES AND OTHER CONVEYANCES; SUMPS; AND STORM WATER UNITS RECEIVING DRY WEATHER FLOW. SLUDGES GENERATED IN STORM WATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2)(INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. F038 PETROLEUM REFINERY SECONDARY (EMULSIFIED) OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE AND/OR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 38 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) FLOAT GENERATED FROM THE PHYSICAL AND/OR CHEMICAL SEPARATION OF OIL/WATER/SOLIDS IN PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH WASTES INCLUDE, BUT ARE NOT LIMITED TO, ALL SLUDGES AND FLOATS GENERATED IN INDUCED AIR FLOTATION (IAF) UNITS, TANKS AND IMPOUNDMENTS, AND ALL SLUDGES GENERATED IN DAF UNITS. SLUDGES GENERATED IN STORMWATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2) (INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND F037, K048, AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. K048 DISSOLVED AIR FLOTATION (DAF) FLOAT FROM THE PETROLEUM REFINING INDUSTRY. K049 SLOP OIL EMULSION SOLIDS FROM THE PETROLEUM REFINING INDUSTRY. K050 HEAT EXCHANGER BUNDLE CLEANING SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. K051 API SEPARATOR SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. K169 K171 UNIVERSAL WASTE ACCUMULATED GENERATED WASTE TYPE: WASTE ON-SITE: WASTE ON-SITE: SOURCE TYPE: BATTERIES NO NO ANNUAL/BIENNIAL REPORT BATTERIES UNKNOWN UNKNOWN ANNUAL/BIENNIAL REPORT LAMPS NO NO ANNUAL/BIENNIAL REPORT LAMPS UNKNOWN UNKNOWN ANNUAL/BIENNIAL REPORT PESTICIDES NO NO ANNUAL/BIENNIAL REPORT PESTICIDES UNKNOWN UNKNOWN ANNUAL/BIENNIAL REPORT MERCURY CONTAINING NO NO ANNUAL/BIENNIAL REPORT EQUIPMENT MERCURY CONTAINING UNKNOWN EQUIPMENT UNKNOWN ANNUAL/BIENNIAL REPORT CORRECTIVE ACTION AREA (RELEASE) AREA NAME: AIR: WEST PLANT RFI UNITS ENTIRE FACILITY AREAS ADDRESSED AFTER 9/1/2002 CORRECTIVE ACTION EVENT CA EVENT: DATE: EVENT DESCRIPTION: CA050 CA075ME CA100DC CA110 CA110 CA110 CA150 CA150 GROUNDWATER: SOIL: SURFACE WASTE: 19980403 RFA COMPLETED 19990429 CA PRIORITIZATION -MEDIUM CA PRIORITY 19980403 RFI IMPOSITION -FOCUSED DATA COLLECTION REQ STAB EVAL 19980722 INVESTIGATION WORKPLAN RECEIVED 19991101 INVESTIGATION WORKPLAN RECEIVED 20000403 INVESTIGATION WORKPLAN RECEIVED 19991006 INVESTIGATION WORKPLAN APPROVED 19991122 INVESTIGATION WORKPLAN APPROVED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 39 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CA150 20000823 INVESTIGATION WORKPLAN APPROVED CA155 20000823 INVESTIGATION SUPPLEMENTAL INFO REQ BY AGENCY CA190 20001205 INVESTIGATION REPORT RECEIVED CA191 20010710 RFI DRAFT REPORT COMMENTS CA200 20020909 INVESTIGATION COMPLETE CA375 20020909 INTERIM DECISION FOR NO FURTHER ACTION CA380 20020930 DATE FOR PUBLIC NOTICE ON PROPOSED REMEDY CA400 20090218 REMEDY DECISION CA550 20021206 REMEDY CONSTRUCTION CA550NR 20090218 REMEDY CONSTRUCTION -NO REMEDY CONSTRUCTED CA725YE 20090921 HUMAN EXPOSURES CONTROLLED DETERMINATION -YES, APPLICABLE AS OF THIS DATE CA750YE 20090603 RELEASE TO GW CONTROLLED DETERMINATION -YES, APPLICABLE AS OF THIS DATE CA999 20030425 CA PROCESS IS TERMINATED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 40 AFFECTED PROPERTY ASSESSMENT REPORTS (APAR) MAP ID# 13 Distance from Property: 0.29 mi. E FACILITY INFORMATION PROGRAM ID: 33763 REFERENCE NUMBER:RN100238799 FACILITY NAME: CITGO REFINING AND ADDRESS: 7350 IH 37 NUECES ,TX 78409 COUNTY: CORPUS CHRISTI LOCATION DESCRIPTION: 7350 INTERSTATE HWY 37 TYPE OF FACILITY: MFG PETROCHEMICAL FACILITY STATUS: ONGOING WORKLOAD PROGRAM: IHW CORRECTIVE ACTION PROGRAM STATUS: ACTIVE APAR RECEIVED DATE: 7/12/02 REMEDIATIONS DATE: REMEDIATIONS: 7/12/02 EXCAVATION AND DISPOSAL 12/27/04 DEED/INST CNTL ONLY 12/27/04 EXCAVATION AND DISPOSAL CATEGORY OF CONTAMINATION DATE: CONTAMINATIONS: 11/9/12 BENZENE 11/9/12 MOLYBDENUM 12/27/04 BENZENE 12/27/04 MOLYBDENUM 3/12/12 BENZENE 3/12/12 MOLYBDENUM 7/12/02 BENZENE 7/12/02 MOLYBDENUM 8/29/11 BENZENE 8/29/11 MOLYBDENUM CONTACTS CITGO REFINING & CHEMICALS CO LP Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 41 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 13 Distance from Property: 0.29 mi. E PROGRAM ID: 33763 RN NUMBER: RN100238799 NAME: CITGO CORPUS CHRISTI REFINERY - WEST PLANT ADDRESS: 7350 IH 37 CORPUS CHRISTI, TX 78409 STATUS: ACTIVE STATUS DATE: 12/8/98 LOCATION DESCRIPTION: 7350 INTERSTATE HWY 37 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 42 LEAKING PETROLEUM STORAGE TANKS (LPST) MAP ID# 13 Distance from Property: 0.29 mi. E FACILITY INFORMATION LPST ID#: 097510 FACILITY ID#: 0043618 REPORTED DATE: 11/1/1990 NAME: CHAMPLIN REFINING & CHEMICALS INC ADDRESS: 7350 IH 37 CORPUS CHRISTI FACILITY LOCATION: 7350 IH 37 PRIORITY CODE: (4.0) ASSESSMENT INCOMPLETE, NO APPARENT RECEPTORS IMPACTED STATUS CODE: (6A) FINAL CONCURRENCE ISSUED, CASE CLOSED TANK INFORMATION TANKID#/TYPE: 1/UST INSTALLED: NOT REPORTED STATUS(DATE): REMOVED FROM GROUND (10/30/1990) CAPACITY(gal.): 8000 CONTENTS: DIESEL TANK MATERIAL/CONTAINMENT: STEEL / NOT REPORTED PIPE MATERIAL/CONTAINMENT: STEEL / NOT REPORTED TANK/PIPE RELEASE DETECTION: NOT REPORTED / NOT REPORTED TANK/PIPE CORROSION PROTECTION: NOT REPORTED / NOT REPORTED SPILL/OVERFILL PROTECTION: NOT REPORTED PRP INFORMATION NAME: CHAMPLIN REFINING & CHEMICALS ADDRESS: PO BOX 9176 CORPUS CHRISTI, TX 78469-9176 CONTACT: PHILLIP VRAZEL PHONE: 361/887-3314 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 43 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS MAP ID# 14 Distance from Property: 0.33 mi. W FACILITY INFORMATION EPA ID#: TXD980622906 SITE ID#: 0602518 NAME: BRINE SERVICE CO INC MORGAN PIT ADDRESS: ACCESS IH 37 CORPUS CHRISTI, TX 78409 COUNTY: NUECES NATIONAL PRIORITY LISTING: N - NOT ON THE NPL FEDERAL FACILITY CLASSIFICATION: N - NOT A FEDERAL FACILITY NON -NPL STATUS: NF - NFRAP PHYSICAL CLASSIFICATION OF SITE / INCIDENT: NO INFORMATION AVAILABLE SITE DESCRIPTION - NO SITE DESCRIPTION INFORMATION AVAILABLE - SITE HISTORY - NO SITE HISTORY INFORMATION AVAILABLE - ACTIONS TYPE: PA - PRELIMINARY ASSESSMENT START DATE: 08/01/1982 COMPLETION DATE: 08/01/1982 ACTION TYPE DEFINITION: COLLECTION OF DIVERSE EXISTING INFORMATION ABOUT THE SOURCE AND NATURE OF THE SITE HAZARD. IT IS EPA POLICY TO COMPLETE THE PRELIMINARY ASSESSMENT WITHIN ONE YEAR OF SITE DISCOVERY. TYPE: DS - DISCOVERY START DATE: NR COMPLETION DATE: 05/01/1982 ACTION TYPE DEFINITION: THE PROCESS BY WHICH A POTENTIAL HAZARDOUS WASTE SITE IS BROUGHT TO THE ATTENTION OF THE EPA. THE PROCESS CAN OCCUR THROUGH THE USE OF SEVERAL MECHANISMS SUCH AS A PHONE CALL OR REFERRAL BY ANOTHER GOVERNMENT AGENCY. TYPE: VS - ARCHIVE SITE START DATE: NR COMPLETION DATE: 08/01/1982 ACTION TYPE DEFINITION: THE DECISION IS MADE THAT NO FURTHER ACTIVITY IS PLANNED AT THE SITE. CONTAMINANTS - NO CONTAMINATION INFORMATION AVAILABLE - LISTING OF PUBLISHED INSTITUTIONAL CONTROL SITE REPORT - NOT AN INSTITUTIONAL CONTROL SITE - Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 44 NO FURTHER REMEDIAL ACTION PLANNED SITES (NFRAP) MAP ID# 14 Distance from Property: 0.33 mi. W FACILITY INFORMATION EPA ID#: TXD980622906 SITE ID#: 0602518 NAME: BRINE SERVICE CO INC MORGAN PIT ADDRESS: ACCESS IH 37 CORPUS CHRISTI, TX 78409 COUNTY: NUECES ACTION START DATE COMPLETION DATE RESPONSIBILITY DS - DISCOVERY NOT REPORTED 5/1/1982 EPA FUND PA - PRELIMINARY ASSESSMENT 8/1/1982 8/1/1982 EPA FUND VS - ARCHIVE SITE NOT REPORTED 8/1/1982 EPA IN-HOUSE ACTION DESCRIPTIONS DS - (DISCOVERY) - THE PROCESS BY WHICH A POTENTIAL HAZARDOUS WASTE SITE IS BROUGHT TO THE ATTENTION OF THE EPA. THE PROCESS CAN OCCUR THROUGH THE USE OF SEVERAL MECHANISMS SUCH AS A PHONE CALL OR REFERRAL BY ANOTHER GOVERNMENT AGENCY. PA - (PRELIMINARY ASSESSMENT) - COLLECTION OF DIVERSE EXISTING INFORMATION ABOUT THE SOURCE AND NATURE OF THE SITE HAZARD. IT IS EPA POLICY TO COMPLETE THE PRELIMINARY ASSESSMENT WITHIN ONE YEAR OF SITE DISCOVERY. VS - (ARCHIVE SITE) - THE DECISION IS MADE THAT NO FURTHER ACTIVITY IS PLANNED AT THE SITE. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 45 NATIONAL PRIORITIES LIST (NPL) MAP ID# 14 Distance from Property: 0.33 mi. W FACILITY INFORMATION EPA ID#: TX0000605264 SITE ID#: 0605264 NAME: BRINE SERVICE COMPANY ADDRESS: NORTHEAST OF INTERSECTION AT IH -37 AND CORPUS CHRISTI, TX 78409 COUNTY: NUECES NATIONAL PRIORITY LISTING: F - CURRENTLY ON THE FINAL NPL FEDERAL FACILITY CLASSIFICATION: N - NOT A FEDERAL FACILITY PHYSICAL CLASSIFICATION OF SITE / INCIDENT: NO INFORMATION AVAILABLE FEDERAL REGISTER INFORMATION DATE VOLUME PAGE # ACTION HRS SCORE 09/13/2001 66 47612 50.00000 09/05/2002 67 56757 50.00000 SITE DESCRIPTION A FORMER WASTE DISPOSAL PIT WAS DISCOVERED BY KOCH PIPELINE DURING PIPELINE EXCAVATIONS THROUGH THE AREA. EXCAVATED SOELS WERE FOUND TO CONTAIN ELEVATED LEVELS OF PETROLEUM HYDROCARBONS, TOTAL METALS, VOLATILE & SEMIVOLATILE ORGANIC COMPOUNDS. OIL FIELD WATES/DRILLING FLUIDS AND/OR REFINERY WASTES WERE DISPOSED ( OR PLACED) OF IN PIT AREA(S) ON-SITE. SITE HISTORY - NO SITE HISTORY INFORMATION AVAILABLE - ACTIONS TYPE: PC - PREPARATION OF COST DOCUMENT PACKAGE START DATE: NR COMPLETION DATE: 01/30/2013 ACTION TYPE DEFINITION: PACKAGE PREPARED IN SUPPORT OF COST RECOVERY ACTIONS CONTAINING SITE-SPECIFIC COST DOCUMENTATION INFORMATION FOR DIRECT EXPENDITURES (I.E., AGENCY PAYROLL AND TRAVEL, CONTRACTING COSTS) AND INDIRECT COSTS. DOCUMENTATION MAY BE CONDENSED PER RULE 1006 OF THE FEDERAL RULES OF EVIDENCE. TYPE: TG - TECHNICAL ASSISTANCE GRANT START DATE: 04/29/2003 COMPLETION DATE: 04/15/2007 ACTION TYPE DEFINITION: A GRANT OF UP TO $50,000 PROVIDED UNDER SARA TO A COMMUNITY FOR TECHNICAL ASSISTANCE IN DEALING WITH SUPERFUND ISSUES AT A NATIONAL PRIORITY LIST (NPL) SITE. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 09/01/2005 COMPLETION DATE: 11/14/2005 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 46 NATIONAL PRIORITIES LIST (NPL) TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 11/26/2003 COMPLETION DATE: 04/04/2005 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 11/29/2005 COMPLETION DATE: 02/27/2007 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: PC - PREPARATION OF COST DOCUMENT PACKAGE START DATE: NR COMPLETION DATE: 12/03/2009 ACTION TYPE DEFINITION: PACKAGE PREPARED IN SUPPORT OF COST RECOVERY ACTIONS CONTAINING SITE-SPECIFIC COST DOCUMENTATION INFORMATION FOR DIRECT EXPENDITURES (I.E., AGENCY PAYROLL AND TRAVEL, CONTRACTING COSTS) AND INDIRECT COSTS. DOCUMENTATION MAY BE CONDENSED PER RULE 1006 OF THE FEDERAL RULES OF EVIDENCE. TYPE: RP - NON -NATIONAL PRIORITIES LIST POTENTIALLY RESPONSIBLE PARTY SEARCH START DATE: 08/25/2000 COMPLETION DATE: 09/13/2001 ACTION TYPE DEFINITION: THE NON -NPL POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS TO IDENTIFY PRPS AT NON -NPL OR REMOVAL ACTION SITES. TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 05/27/2005 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 03/20/2006 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 47 NATIONAL PRIORITIES LIST (NPL) TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 08/30/2006 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. TYPE: SI - SITE INSPECTION START DATE: NR COMPLETION DATE: 09/19/2001 ACTION TYPE DEFINITION: THE PROCESS OF COLLECTING SITE DATA AND SAMPLES TO CHARACTERIZE THE SEVERITY OF THE HAZARD FOR THE HAZARD RANKING SCORE AND/OR ENFORCEMENT SUPPORT. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: NR COMPLETION DATE: 10/31/2012 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 09/18/2006 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 04/02/2007 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. TYPE: HR - HAZARD RANKING SYSTEM PACKAGE START DATE: NR COMPLETION DATE: 09/01/2001 ACTION TYPE DEFINITION: A NUMERIC ESTIMATE OF THE RELATIVE SEVERITY OF A HAZARDOUS SUBSTANCE RELEASE OR POTENTIAL RELEASE BASED ON: (1) THE RELATIVE POTENTIAL OF SUBSTANCES TO CAUSE HAZARDOUS SITUATIONS; (2) THE LIKELIHOOD AND RATE AT WHICH THE SUBSTANCES MAY AFFECT HUMAN AND ENVIRONMENTAL RECEPTORS; AND (3) THE SEVERITY AND MAGNITUDE OF POTENTIAL EFFECTS. THE SCORE IS COMPUTED USING THE HAZARD RANKING SYSTEM (HRS). Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 48 NATIONAL PRIORITIES LIST (NPL) TYPE: AC - ADMINISTRATIVE ORDER ON CONSENT START DATE: NR COMPLETION DATE: 10/21/2009 ACTION TYPE DEFINITION: A VOLUNTARY AND ENFORCEABLE AGREEMENT PURSUANT TO CERCLA, SIGNED BY EPA AND POTENTIALLY RESPONSIBLE PARTIES (PRPS), WHEREBY THE PRPS AGREE TO PERFORM AND/OR PAY FOR SOME OR ALL OF THE RESPONSE COSTS INVOLVED IN SITE CLEANUP. THE ORDER DESCRIBES THE PRP RESPONSE TO BE TAKEN AT A SITE, STIPULATED PENALTIES, INDEMNIFICATION, EFFECTIVE DATE, AND MAY BE SUBJECT TO PUBLIC COMMENT. IT CAN BE FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS), REMEDIAL DESIGN (RD), AND REMEDIAL ACTION (RA), PRE -SARA; BUT ONLY REMOVAL AND RI/FS, POST -SARA. TYPE: BD - POTENTIALLY RESPONSIBLE PARTY REMEDIAL INVESTIGATION/FEASIBILITY STUDY START DATE: 10/21/2009 COMPLETION DATE: / / ACTION TYPE DEFINITION: PROVIDES FOR OVERSIGHT OF POTENTIALLY RESPONSIBLE PARTY (PRP) RESPONSE ACTION FOR REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS), INCLUDING ALL ACTIVITIES FOR MONITORING AND SUPERVISING THE PERFORMANCE OF THE RESPONSIBLE PARTIES TO DETERMINE WHETHER SUCH PERFORMANCE IS CONSISTENT WITH THE REQUIREMENTS OF THE ADMINISTRATIVE ORDERS ON CONSENT, UNILATERAL ADMINISTRATIVE ORDERS, CONSENT DECREES, JUDICIAL DECREES, INFORMATION AGREEMENTS, AND COMPLIANCE SCHEDULES. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 09/13/2001 COMPLETION DATE: 11/24/2003 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: FN - REMEDIAL INVESTIGATION/FEASIBILITY STUDY NEGOTIATIONS START DATE: 05/27/2005 COMPLETION DATE: 10/21/2009 ACTION TYPE DEFINITION: DISCUSSIONS BETWEEN EPA AND THE POTENTIALLY RESPONSIBLE PARTIES (PRPS) ON LIABILITY FOR AND CONDUCT OF A REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS). TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 06/04/2002 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 07/05/2002 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 49 NATIONAL PRIORITIES LIST (NPL) TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 06/15/2004 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 06/15/2004 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 08/30/2006 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: NJ - NOTICE LETTERS ISSUED START DATE: NR COMPLETION DATE: 06/04/2002 ACTION TYPE DEFINITION: EPA ISSUES NOTICE LETTERS TO POTENTIALLY RESPONSIBLE PARTIES INFORMING THEM OF THEIR POTENTIAL LIABILITY UNDER CERCLA AND INVITING THEM TO DISCUSS INVOLVEMENT AT THE SITE. TYPE: NF - FINAL LISTING ON NATIONAL PRIORITIES LIST START DATE: NR COMPLETION DATE: 09/05/2002 ACTION TYPE DEFINITION: SITE MOVED FROM PROPOSED LIST TO FINAL NATIONAL PRIORITY LIST. TYPE: NP - PROPOSAL TO NATIONAL PRIORITIES LIST START DATE: NR COMPLETION DATE: 09/13/2001 ACTION TYPE DEFINITION: SITE PROPOSED FOR INCLUSION ON THE NATIONAL PRIORITY LIST BASED ON THE HAZARD RANKING SYSTEM (HRS) SCORE FOR THE SITE. TYPE: DS - DISCOVERY START DATE: NR COMPLETION DATE: 11/03/1997 ACTION TYPE DEFINITION: THE PROCESS BY WHICH A POTENTIAL HAZARDOUS WASTE SITE IS BROUGHT TO THE ATTENTION OF THE EPA. THE Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 50 NATIONAL PRIORITIES LIST (NPL) PROCESS CAN OCCUR THROUGH THE USE OF SEVERAL MECHANISMS SUCH AS A PHONE CALL OR REFERRAL BY ANOTHER GOVERNMENT AGENCY. CONTAMINANTS - NO CONTAMINATION INFORMATION AVAILABLE - LISTING OF PUBLISHED INSTITUTIONAL CONTROL SITE REPORT - NOT AN INSTITUTIONAL CONTROL SITE - Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 51 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS MAP ID# 14 Distance from Property: 0.33 mi. W FACILITY INFORMATION EPA ID#: TX0000605264 SITE ID#: 0605264 NAME: BRINE SERVICE COMPANY ADDRESS: NORTHEAST OF INTERSECTION AT IH -37 AND CORPUS CHRISTI, TX 78409 COUNTY: NUECES NATIONAL PRIORITY LISTING: F - CURRENTLY ON THE FINAL NPL FEDERAL FACILITY CLASSIFICATION: N - NOT A FEDERAL FACILITY PHYSICAL CLASSIFICATION OF SITE / INCIDENT: NO INFORMATION AVAILABLE FEDERAL REGISTER INFORMATION DATE VOLUME PAGE # ACTION 09/13/2001 66 47612 HRS SCORE 50.00000 09/05/2002 67 56757 50.00000 SITE DESCRIPTION A FORMER WASTE DISPOSAL PIT WAS DISCOVERED BY KOCH PIPELINE DURING PIPELINE EXCAVATIONS THROUGH THE AREA. EXCAVATED SOELS WERE FOUND TO CONTAIN ELEVATED LEVELS OF PETROLEUM HYDROCARBONS, TOTAL METALS, VOLATILE & SEMIVOLATILE ORGANIC COMPOUNDS. OIL FIELD WATES/DRILLING FLUIDS AND/OR REFINERY WASTES WERE DISPOSED (OR PLACED) OF IN PIT AREA(S) ON-SITE. SITE HISTORY - NO SITE HISTORY INFORMATION AVAILABLE - ACTIONS TYPE: PC - PREPARATION OF COST DOCUMENT PACKAGE START DATE: NR COMPLETION DATE: 01/30/2013 ACTION TYPE DEFINITION: PACKAGE PREPARED IN SUPPORT OF COST RECOVERY ACTIONS CONTAINING SITE-SPECIFIC COST DOCUMENTATION INFORMATION FOR DIRECT EXPENDITURES (I.E., AGENCY PAYROLL AND TRAVEL, CONTRACTING COSTS) AND INDIRECT COSTS. DOCUMENTATION MAY BE CONDENSED PER RULE 1006 OF THE FEDERAL RULES OF EVIDENCE. TYPE: TG - TECHNICAL ASSISTANCE GRANT START DATE: 04/29/2003 COMPLETION DATE: 04/15/2007 ACTION TYPE DEFINITION: A GRANT OF UP TO $50,000 PROVIDED UNDER SARA TO A COMMUNITY FOR TECHNICAL ASSISTANCE IN DEALING WITH SUPERFUND ISSUES AT A NATIONAL PRIORITY LIST (NPL) SITE. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 09/01/2005 COMPLETION DATE: 11/14/2005 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 52 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 11/26/2003 COMPLETION DATE: 04/04/2005 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 11/29/2005 COMPLETION DATE: 02/27/2007 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: PC - PREPARATION OF COST DOCUMENT PACKAGE START DATE: NR COMPLETION DATE: 12/03/2009 ACTION TYPE DEFINITION: PACKAGE PREPARED IN SUPPORT OF COST RECOVERY ACTIONS CONTAINING SITE-SPECIFIC COST DOCUMENTATION INFORMATION FOR DIRECT EXPENDITURES (I.E., AGENCY PAYROLL AND TRAVEL, CONTRACTING COSTS) AND INDIRECT COSTS. DOCUMENTATION MAY BE CONDENSED PER RULE 1006 OF THE FEDERAL RULES OF EVIDENCE. TYPE: RP - NON -NATIONAL PRIORITIES LIST POTENTIALLY RESPONSIBLE PARTY SEARCH START DATE: 08/25/2000 COMPLETION DATE: 09/13/2001 ACTION TYPE DEFINITION: THE NON -NPL POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS TO IDENTIFY PRPS AT NON -NPL OR REMOVAL ACTION SITES. TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 05/27/2005 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 03/20/2006 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 53 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 08/30/2006 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. TYPE: SI - SITE INSPECTION START DATE: NR COMPLETION DATE: 09/19/2001 ACTION TYPE DEFINITION: THE PROCESS OF COLLECTING SITE DATA AND SAMPLES TO CHARACTERIZE THE SEVERITY OF THE HAZARD FOR THE HAZARD RANKING SCORE AND/OR ENFORCEMENT SUPPORT. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: NR COMPLETION DATE: 10/31/2012 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 09/18/2006 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: SG - SPECIAL NOTICE ISSUED START DATE: NR COMPLETION DATE: 04/02/2007 ACTION TYPE DEFINITION: ISSUANCE UNDER CERCLA SECTION 122 OF A SPECIAL NOTICE LETTER TO POTENTIALLY RESPONSIBLE PARTIES (PRPS). THE ISSUANCE OF A SPECIAL NOTICE LETTER BY EPA TRIGGERS A NEGOTIATION MORATORIUM. SPECIAL NOTICE LETTERS CAN BE ISSUED FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY, REMEDIAL DESIGN/REMEDIAL ACTION NEGOTIATIONS. TYPE: HR - HAZARD RANKING SYSTEM PACKAGE START DATE: NR COMPLETION DATE: 09/01/2001 ACTION TYPE DEFINITION: A NUMERIC ESTIMATE OF THE RELATIVE SEVERITY OF A HAZARDOUS SUBSTANCE RELEASE OR POTENTIAL RELEASE BASED ON: (1) THE RELATIVE POTENTIAL OF SUBSTANCES TO CAUSE HAZARDOUS SITUATIONS; (2) THE LIKELIHOOD AND RATE AT WHICH THE SUBSTANCES MAY AFFECT HUMAN AND ENVIRONMENTAL RECEPTORS; AND (3) THE SEVERITY AND MAGNITUDE OF POTENTIAL EFFECTS. THE SCORE IS COMPUTED USING THE HAZARD RANKING SYSTEM (HRS). Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 54 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS TYPE: AC - ADMINISTRATIVE ORDER ON CONSENT START DATE: NR COMPLETION DATE: 10/21/2009 ACTION TYPE DEFINITION: A VOLUNTARY AND ENFORCEABLE AGREEMENT PURSUANT TO CERCLA, SIGNED BY EPA AND POTENTIALLY RESPONSIBLE PARTIES (PRPS), WHEREBY THE PRPS AGREE TO PERFORM AND/OR PAY FOR SOME OR ALL OF THE RESPONSE COSTS INVOLVED IN SITE CLEANUP. THE ORDER DESCRIBES THE PRP RESPONSE TO BE TAKEN AT A SITE, STIPULATED PENALTIES, INDEMNIFICATION, EFFECTIVE DATE, AND MAY BE SUBJECT TO PUBLIC COMMENT. IT CAN BE FOR REMOVAL, REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS), REMEDIAL DESIGN (RD), AND REMEDIAL ACTION (RA), PRE -SARA; BUT ONLY REMOVAL AND RI/FS, POST -SARA. TYPE: BD - POTENTIALLY RESPONSIBLE PARTY REMEDIAL INVESTIGATION/FEASIBILITY STUDY START DATE: 10/21/2009 COMPLETION DATE: / / ACTION TYPE DEFINITION: PROVIDES FOR OVERSIGHT OF POTENTIALLY RESPONSIBLE PARTY (PRP) RESPONSE ACTION FOR REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS), INCLUDING ALL ACTIVITIES FOR MONITORING AND SUPERVISING THE PERFORMANCE OF THE RESPONSIBLE PARTIES TO DETERMINE WHETHER SUCH PERFORMANCE IS CONSISTENT WITH THE REQUIREMENTS OF THE ADMINISTRATIVE ORDERS ON CONSENT, UNILATERAL ADMINISTRATIVE ORDERS, CONSENT DECREES, JUDICIAL DECREES, INFORMATION AGREEMENTS, AND COMPLIANCE SCHEDULES. TYPE: NS - NATIONAL PRIORITIES LIST RESPONSIBLE PARTY SEARCH START DATE: 09/13/2001 COMPLETION DATE: 11/24/2003 ACTION TYPE DEFINITION: THE NATIONAL PRIORITY LIST (NPL) POTENTIALLY RESPONSIBLE PARTY (PRP) SEARCH IS USED TO IDENTIFY PRPS AT A FINAL NPL OR PROPOSED NPL SITE. ACTIONS TYPICALLY INCLUDE TITLE SEARCH, FINANCIAL ASSESSMENTS, AND REVIEW OF APPLICABLE RECORDS. THE NPL PRP SEARCH SHOULD BEGIN UPON COMPLETION OF THE SCREENING SITE INVESTIGATION AND SHOULD BE CONDUCTED CONCURRENT WITH THE NATIONAL PRIORITIES LISTING PROCESS. TYPE: FN - REMEDIAL INVESTIGATION/FEASIBILITY STUDY NEGOTIATIONS START DATE: 05/27/2005 COMPLETION DATE: 10/21/2009 ACTION TYPE DEFINITION: DISCUSSIONS BETWEEN EPA AND THE POTENTIALLY RESPONSIBLE PARTIES (PRPS) ON LIABILITY FOR AND CONDUCT OF A REMEDIAL INVESTIGATION/FEASIBILITY STUDY (RI/FS). TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 06/04/2002 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 07/05/2002 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 55 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 06/15/2004 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 06/15/2004 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: IC - ISSUE REQUEST LETTERS (104E) START DATE: NR COMPLETION DATE: 08/30/2006 ACTION TYPE DEFINITION: EPA ISSUES LETTERS UNDER THE AUTHORITY OF SECTION 104(E) TO GATHER INFORMATION RELATED TO (1) THE IDENTIFICATION, NATURE, AND QUANTITY OF MATERIALS; (2) THE NATURE OR EXTENT OF A RELEASE OR THREATENED RELEASE OF A HAZARDOUS SUBSTANCE, POLLUTANT, OR CONTAMINANT; OR (3) THE ABILITY OF A PERSON TO PAY FOR OR TO PERFORM A CLEANUP. TYPE: NJ - NOTICE LETTERS ISSUED START DATE: NR COMPLETION DATE: 06/04/2002 ACTION TYPE DEFINITION: EPA ISSUES NOTICE LETTERS TO POTENTIALLY RESPONSIBLE PARTIES INFORMING THEM OF THEIR POTENTIAL LIABILITY UNDER CERCLA AND INVITING THEM TO DISCUSS INVOLVEMENT AT THE SITE. TYPE: NF - FINAL LISTING ON NATIONAL PRIORITIES LIST START DATE: NR COMPLETION DATE: 09/05/2002 ACTION TYPE DEFINITION: SITE MOVED FROM PROPOSED LIST TO FINAL NATIONAL PRIORITY LIST. TYPE: NP - PROPOSAL TO NATIONAL PRIORITIES LIST START DATE: NR COMPLETION DATE: 09/13/2001 ACTION TYPE DEFINITION: SITE PROPOSED FOR INCLUSION ON THE NATIONAL PRIORITY LIST BASED ON THE HAZARD RANKING SYSTEM (HRS) SCORE FOR THE SITE. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 56 COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION & LIABILITY INFORMATION SYSTEM CERCLIS TYPE: DS - DISCOVERY START DATE: NR COMPLETION DATE: 11/03/1997 ACTION TYPE DEFINITION: THE PROCESS BY WHICH A POTENTIAL HAZARDOUS WASTE SITE IS BROUGHT TO THE ATTENTION OF THE EPA. THE PROCESS CAN OCCUR THROUGH THE USE OF SEVERAL MECHANISMS SUCH AS A PHONE CALL OR REFERRAL BY ANOTHER GOVERNMENT AGENCY. CONTAMINANTS - NO CONTAMINATION INFORMATION AVAILABLE - LISTING OF PUBLISHED INSTITUTIONAL CONTROL SITE REPORT - NOT AN INSTITUTIONAL CONTROL SITE - Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 57 LEAKING PETROLEUM STORAGE TANKS (LPST) MAP ID# 15 Distance from Property: 0.37 mi. W FACILITY INFORMATION LPST ID#: 095542 FACILITY ID#: 0021486 REPORTED DATE: 4/20/1990 NAME: FORMER GOLDSTON CORP ADDRESS:7402 UPRIVER RD CORPUS CHRISTI FACILITY LOCATION: 7402 UPRIVER RD PRIORITY CODE: (3.2) IMPACTED GROUNDWATER W/IN 500 FEET -0.25 MILES TO SW USED BY HUMAN, ENDANGERED SPECIES STATUS CODE: (6A) FINAL CONCURRENCE ISSUED, CASE CLOSED TANK INFORMATION TANKID#/TYPE: 1/UST INSTALLED: 01/01/1976 STATUS(DATE): REMOVED FROM GROUND (10/05/1995) CAPACITY(gal.): 3000 CONTENTS: DIESEL TANK MATERIAL/CONTAINMENT: STEEL / NOT REPORTED PIPE MATERIAL/CONTAINMENT: STEEL / NOT REPORTED TANK/PIPE RELEASE DETECTION: NOT REPORTED / NOT REPORTED TANK/PIPE CORROSION PROTECTION: NOT REPORTED / NOT REPORTED SPILL/OVERFILL PROTECTION: NOT REPORTED PRP INFORMATION NAME: BOOMERANG CORP ADDRESS: PO BOX 2886 CORPUS CHRISTI, TX 78403-2886 CONTACT: JAMES M GOLDSTON PHONE: 512/852-0453 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 58 VOLUNTARY CLEANUP PROGRAM SITES (VCP) MAP ID# 16 Distance from Property: 0.40 mi. W SITE INFORMATION ID#: 1086 NAME: LOT 2 BLOCK 1, GOLDSTON ADDITION ADDRESS: 1638 GOLDSTON ROAD CORPUS CHRISTI TEXAS ACRES: 12.98 FACILITY TYPE: OILFIELD WASTE PIT/SANDBLASTING APPLICATION DAQPERATIONS 12/1/1999 DATE OF AGREEMENT: NOT REPORTED CERTIFICATE OF COMPLETION DATE: NOT REPORTED TYPE OF CERTIFICATE ISSUED: TYPE LEAD: OWNER PHASE: REJECTED MEDIA AFFECTED: SOILS/GROUNDWATER TNRCC SOLID WASTE REGISTRATION #: NOT REPORTED REMEDY: NOT REPORTED INSTITUTIONAL CONTROL: NOT REPORTED LPST #: 95542 EPA CERCLIS# NOT REPORTED EPA RCRIS #: NOT REPORTED CONTAMINANT/S: METALS APPLICANT INFORMATION ORGANIZATION: JAMES M. GOLDSTON JAMES M GOLDSTON, PRESIDENT 210 SOUTH CARANCHUA CORPUS CHRIST, TX 78403-2886 PHONE: 361-888-8100 FAX: 361-888-8600 CONSULTANT/ATTORNEY INFORMATION ORGANIZATION: F. H. WHITE & ASSOCIATES FRANK H. WHITE, PROJECT MANAGER 5305 PHEASANT CIRCLE CORPUS CHRISTI, TX 78413 PHONE: 361-992-3244 FAX: 361-992-8353 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 59 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 17 Distance from Property: 0.42 mi. SE PROGRAM ID: 86563 RN NUMBER: RN100596568 NAME: WOOD GROUP LOGGING SERVICES ADDRESS: 6776 LEOPARD ST CORPUS CHRISTI, TX 78409 STATUS: INACTIVE STATUS DATE: 12/7/05 LOCATION DESCRIPTION: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 60 MUNICIPAL SOLID WASTE LANDFILL SITES (MSWLF) MAP ID# 18 Distance from Property: 0.42 mi. SW FACILITY INFORMATION PERMIT#: 2135 NAME: ENVIROMED SOLID WASTE INCINERATION FACILITY ADDRESS: 7433 LEOPARD ST CORPUS CHRISTI CORPUS CHRISTI, TX 78409-1904 COUNTY: NUECES FACILITY DETAILS (This data was provided by the TCEQ prior to August 2013) FACILITY TYPE: SOLID WASTE INCINERATION FACILITY W/O ENERGY RECOVERY FACILITY STATUS: NOT CONSTRUCTED AREA SERVED: NOT REPORTED BUSINESS TYPE: 03 ESTIMATED CLOSURE: 1/1/1901 POPULATION SERVED: 24000 TONS (PER DAY) : 60 YARDS (PER DAY) : NOT REPORTED ACRES : .75 APPLICATION / PERMIT INFORMATION APPLICATION APPLICATION APPLICATION PERMIT STATUS TYPE STARTED ENDED STATUS DATE NOT REPORTED / / / / WITHDRAWN 06/11/90 Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 61 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 19 Distance from Property: 0.46 mi. SE PROGRAM ID: 36108 RN NUMBER: RN104484647 NAME: TUBOSCOPE VETCO INTERNATIONAL INSPECTION DIVISION ADDRESS: 6841 LEOPARD ST CORPUS CHRISTI, TX 78409 STATUS: INACTIVE STATUS DATE: 1/6/10 LOCATION DESCRIPTION: 6841 LEOPARD, CORPUS CHRISTI, TX Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 62 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 20 Distance from Property: 0.50 mi. S PROGRAM ID: 87163 RN NUMBER: RN103759536 NAME: PROCESS SOLUTIONS ADDRESS: 1218 SOUTHERN MINERALS RD CORPUS CHRISTI, TX 78409 STATUS: ACTIVE STATUS DATE: 9/23/10 LOCATION DESCRIPTION: 1218 SOUTHERN MINERALS RD, CORPUS CHRISTI, TX Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 63 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 21 Distance from Property: 0.67 mi. E PROGRAM ID: 34703 RN NUMBER: RN100214188 NAME: BTB REFINING ADDRESS: 6600 UP RIVER RD CORPUS CHRISTI, TX 78409 STATUS: INACTIVE STATUS DATE: 2/10/03 LOCATION DESCRIPTION: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 64 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 22 Distance from Property: 0.69 mi. W PROGRAM ID: T2434 RN NUMBER: RN105886634 NAME: PICKET SYSTEMS ADDRESS: 7619 UP RIVER RD CORPUS CHRISTI, TX 78409 STATUS: INACTIVE STATUS DATE: 6/6/11 LOCATION DESCRIPTION: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 65 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 23 Distance from Property: 0.77 mi. NW PROGRAM ID: 30529 RN NUMBER: RN100235266 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI WEST PLANT ADDRESS: 2825 SUNTIDE RD CORPUS CHRISTI, TX 78409 STATUS: ACTIVE STATUS DATE: 12/8/98 LOCATION DESCRIPTION: NOT REPORTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 66 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) MAP ID# 23 Distance from Property: 0.77 mi. NW FACILITY INFORMATION EPA ID#: TXD088474663 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI ADDRESS: 2825 SUNTIDE RD CORPUS CHRISTI, TX 784092100 CONTACT NAME: BRAD GENZER CONTACT ADDRESS: 4111 E 37TH ST N WICHITA, KS 672203203 CONTACT PHONE: 3612425403 NON -NOTIFIER: NOT A NON -NOTIFIER DATE RECEIVED BY AGENCY: 10/04/2013 OWNER TYPE: PRIVATE OWNER NAME: FLINT HILLS RESOURCES CORPUS CHRISTI LL OPERATOR TYPE: PRIVATE OPERATOR NAME: FLINT HILLS RESOURCES CORPUS CHRISTI LL INDUSTRY CLASSIFICATION (NAICS) 32411 - PETROLEUM REFINERIES SITE HISTORY (INCLUDES GENERATORS AND NON -GENERATORS) DATE RECEIVED BY AGENCY: 03/01/2010 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2012 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/30/1997 NAME: KOCH REFINING CO LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/21/2004 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/21/2004 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/23/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/23/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/22/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 05/10/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 67 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 10/07/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/07/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 12/02/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/17/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/11/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/26/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 05/17/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 06/07/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 05/26/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/09/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/27/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/10/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/30/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 11/29/2005 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 68 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 01/18/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/27/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/10/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 05/24/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/18/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/25/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/08/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/22/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/05/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/26/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/10/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/18/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/31/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/27/2007 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 69 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 04/03/2007 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/21/2007 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/30/2007 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 11/20/2007 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 12/11/2007 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/19/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/18/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/19/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 08/26/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/23/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/30/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 04/28/2009 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/21/2009 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 11/03/2009 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 70 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 01/19/2010 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/14/2010 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/05/2010 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 12/14/2010 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/18/2011 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 06/17/2011 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/12/2011 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/03/2012 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 07/17/2012 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 09/03/2013 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 10/04/2013 NAME: FLINT HILLS RESOURCES CORPUS CHRISTI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/1990 NAME: KOCH REFINING CO GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 02/24/1992 NAME: KOCH REFINING CO. GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/21/1994 NAME: KOCH REFINING CO. GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 71 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) DATE RECEIVED BY AGENCY: 03/01/1996 NAME: KOCH REFINING COMPANY GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/25/1998 NAME: KOCH REFINING COMPANY, L. P. - WEST REFI GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 01/25/2000 NAME: KOCH PETROLEUM GROUP, L.P. GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2002 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2004 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2006 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR DATE RECEIVED BY AGENCY: 03/01/2008 NAME: FLINT HILLS RESOURCES LP GENERATOR CLASSIFICATION: CONDITIONALLY EXEMPT SMALL QUANTITY GENERATOR CURRENT ACTIVITY INFORMATION GENERATOR STATUS: LARGE QUANTITY GENERATOR DATE LAST UPDATED: 10/31/2013 SUBJECT TO CORRECTIVE ACTION UNIVERSE: YES TDSFs POTENTIALLY SUBJECT TO CORRECTIVE ACTION UNDER 3004 (u)/(v) UNIVERSE: YES TDSFs ONLY SUBJECT TO CORRECTIVE ACTION UNDER DISCRETIONARY AUTHORITIES UNIVERSE: NO NON TSDFs WHERE RCRA CORRECTIVE ACTION HAS BEEN IMPOSED UNIVERSE: NO CORRECTIVE ACTION WORKLOAD UNIVERSE: YES IMPORTER: NO UNDERGROUND INJECTION: NO MIXED WASTE GENERATOR: NO UNIVERSAL WASTE DESTINATION FACILITY: NO RECYCLER: NO TRANSFER FACILITY: NO TRANSPORTER: NO USED OIL FUEL BURNER: NO ONSITE BURNER EXEMPTION: NO USED OIL PROCESSOR: NO FURNACE EXEMPTION: NO USED OIL FUEL MARKETER TO BURNER: NO USED OIL REFINER: NO USED OIL TRANSFER FACILITY: NO SPECIFICATION USED OIL MARKETER: NO USED OIL TRANSPORTER: NO COMPLIANCE, MONITORING AND ENFORCEMENT INFORMATION EVALUATIONS 1984/04/16 NRR NON-FINANCIAL RECORD REVIEW 1988/02/04 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1988/04/11 FCI FOCUSED COMPLIANCE INSPECTION 1989/01/31 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1989/11/01 FCI FOCUSED COMPLIANCE INSPECTION 1989/12/14 OAM OPERATION AND MAINTENANCE INSPECTION 1990/03/05 NRR NON-FINANCIAL RECORD REVIEW Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 72 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) 1990/03/21 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1990/08/22 FCI FOCUSED COMPLIANCE INSPECTION 1991/06/13 CAC CORRECTIVE ACTION COMPLIANCE EVALUATION 1991/06/13 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1991/06/13 SNY SIGNIFICANT NON -COMPLIER 1991/09/27 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1992/05/08 FRR FINANCIAL RECORD REVIEW 1992/07/17 CD! CASE DEVELOPMENT INSPECTION 1992/07/24 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1993/07/12 CAC CORRECTIVE ACTION COMPLIANCE EVALUATION 1993/07/12 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1993/10/28 GME GROUNDWATER MONITORING EVALUATION 1993/12/29 NRR NON-FINANCIAL RECORD REVIEW 1994/05/03 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1994/07/11 NRR NON-FINANCIAL RECORD REVIEW 1995/12/20 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1996/02/16 SNN NOT A SIGNIFICANT NON -COMPLIER 1996/10/17 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1997/11/12 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1998/11/17 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 1999/03/08 GME GROUNDWATER MONITORING EVALUATION 1999/08/26 NRR NON-FINANCIAL RECORD REVIEW 2000/03/01 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2002/02/05 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2003/08/04 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2004/08/04 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2004/12/03 GME GROUNDWATER MONITORING EVALUATION 2006/01/17 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2007/08/15 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2009/01/27 FCI FOCUSED COMPLIANCE INSPECTION 2009/12/21 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2010/04/20 NRR NON-FINANCIAL RECORD REVIEW 2011/05/24 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE 2011/12/05 OAM OPERATION AND MAINTENANCE INSPECTION 2013/01/29 CEI COMPLIANCE EVALUATION INSPECTION ON-SITE VIOLATIONS 1984/04/16 264.G TSD - CLOSURE/POST-CLOSURE 1984/04/16 XXS STATE STATUTE OR REGULATION 1988/02/04 XXS STATE STATUTE OR REGULATION 1989/01/31 264.A TSD - GENERAL 1989/01/31 XXS STATE STATUTE OR REGULATION 1989/12/14 265.F TSD IS -GROUND -WATER MONITORING 1990/03/21 264.A TSD - GENERAL 1990/03/21 XXS STATE STATUTE OR REGULATION 1991/06/13 264.A TSD - GENERAL Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 73 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) 1991/06/13 268.A LDR - GENERAL 1991/06/13 FEA FORMAL ENFORCEMENT AGREEMENT OR ORDER 1991/06/13 XXS STATE STATUTE OR REGULATION 1992/05/08 264.H TSD - FINANCIAL REQUIREMENTS 1992/07/17 264.J TSD - TANK SYSTEM STANDARDS 1992/07/17 264.K TSD - SURFACE IMPOUNDMENT STANDARDS 1992/07/24 262.A GENERATORS - GENERAL 1992/07/24 264.A TSD - GENERAL 1992/07/24 265.F TSD IS -GROUND -WATER MONITORING 1992/07/24 XXS STATE STATUTE OR REGULATION 1993/07/12 262.A GENERATORS - GENERAL 1993/07/12 XXS STATE STATUTE OR REGULATION 1993/10/28 265.F TSD IS -GROUND -WATER MONITORING 1993/10/28 XXS STATE STATUTE OR REGULATION 1994/05/03 262.A GENERATORS - GENERAL 1994/05/03 270.0 PERMITS - CONDITIONS 1994/05/03 XXS STATE STATUTE OR REGULATION 1997/11/12 264.A TSD - GENERAL 1997/11/12 XXS STATE STATUTE OR REGULATION 1998/11/17 262.A GENERATORS - GENERAL 1998/11/17 264.A TSD - GENERAL 1998/11/17 XXS STATE STATUTE OR REGULATION 1999/03/08 264.S TSD - CORRECTIVE ACTION FOR SWMUS 2000/03/01 264.S TSD - CORRECTIVE ACTION FOR SWMUS 2000/03/01 270.0 PERMITS - CONDITIONS 2004/12/09 XXS STATE STATUTE OR REGULATION 2009/12/21 262.A GENERATORS - GENERAL 2009/12/21 262.B GENERATORS - MANIFEST 2009/12/21 264.B TSD - GENERAL FACILITY STANDARDS 2009/12/21 266.F SPECIFIC - PRECIOUS METAL RECOVERY 2011/12/05 264.F TSD - RELEASES FROM SWMUS ENFORCEMENTS 1984/05/08 120 WRITTEN INFORMAL 1985/11/13 110 VERBAL INFORMAL 1988/03/09 120 WRITTEN INFORMAL 1989/04/14 120 WRITTEN INFORMAL 1989/07/28 210 INITIAL 3008(A) COMPLIANCE 1989/10/06 310 FINAL 3008(A) COMPLIANCE ORDER 1990/03/30 120 WRITTEN INFORMAL 1990/04/18 120 WRITTEN INFORMAL 1991/07/18 110 VERBAL INFORMAL 1992/05/08 110 VERBAL INFORMAL 1992/07/23 110 VERBAL INFORMAL 1992/09/03 110 VERBAL INFORMAL 1992/09/29 120 WRITTEN INFORMAL Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 74 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) 1992/09/29 210 INITIAL 3008(A) COMPLIANCE 1993/02/18 210 INITIAL 3008(A) COMPLIANCE 1993/07/12 110 VERBAL INFORMAL 1993/07/12 120 WRITTEN INFORMAL 1993/07/30 310 FINAL 3008(A) COMPLIANCE ORDER 1993/09/16 141 REFERRAL TO ESC ENFORCEMENT SCREEN COMM. 1993/09/16 NOT REPORTED 1994/01/25 120 WRITTEN INFORMAL 1994/05/03 110 VERBAL INFORMAL 1994/05/24 120 WRITTEN INFORMAL 1995/01/12 123 STATE LEVEL PETITION 1996/02/14 124 STATE LEVEL ADMINISTRATIVE ORDER 1996/02/16 310 FINAL 3008(A) COMPLIANCE ORDER 1997/11/12 110 VERBAL INFORMAL 1997/11/18 110 VERBAL INFORMAL 1998/11/17 110 VERBAL INFORMAL 1998/12/07 110 VERBAL INFORMAL 1999/05/12 120 WRITTEN INFORMAL 2000/03/01 120 WRITTEN INFORMAL 2010/02/19 120 WRITTEN INFORMAL 2012/02/08 110 VERBAL INFORMAL HAZARDOUS WASTE D001 IGNITABLE WASTE D002 CORROSIVE WASTE D003 REACTIVE WASTE D004 ARSENIC D005 BARIUM D006 CADMIUM D007 CHROMIUM D008 LEAD D009 MERCURY D010 SELENIUM D011 SILVER D018 BENZENE D019 CARBON TETRACHLORIDE D030 2,4-DINITROTOLUENE D035 METHYL ETHYL KETONE D039 TETRACHLOROETHYLENE D040 TRICHLORETHYLENE F001 THE FOLLOWING SPENT HALOGENATED SOLVENTS USED IN DEGREASING: TETRACHLOROETHYLENE,TRICHLORETHYLENE, METHYLENE CHLORIDE, 1,1,1 -TRICHLOROETHANE, CARBON TETRACHLORIDE ANDCHLORINATED FLUOROCARBONS; ALL SPENT SOLVENT MIXTURES/BLENDS USED IN DEGREASING CONTAINING, BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THE ABOVE HALOGENATED SOLVENTS OR THOSE SOLVENTS LISTED IN F002, F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 75 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) F003 THE FOLLOWING SPENT NON -HALOGENATED SOLVENTS: XYLENE, ACETONE, ETHYL ACETATE, ETHYL BENZENE, ETHYL ETHER, METHYL ISOBUTYL KETONE, N -BUTYL ALCOHOL, CYCLOHEXANONE, AND METHANOL; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONLY THE ABOVE SPENT NONHALOGENATED SOLVENTS; AND ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS, AND A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THOSE SOLVENTS LISTED IN F001, F002, F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F005 THE FOLLOWING SPENT NONHALOGENATED SOLVENTS: TOLUENE, METHYL ETHYL KETONE,CARBON DISULFIDE, ISOBUTANOL, PYRIDINE,BENZENE, 2-ETHOXYETHANOL, AND 2-NITROPROPANE; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS OR THOSE SOLVENTS LISTED IN F001,F002, OR F004; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F037 PETROLEUM REFINERY PRIMARY OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE GENERATED FROM THE GRAVITATIONAL SEPARATION OF OIL/WATER/SOLIDS DURING THE STORAGE OR TREATMENT OF PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH SLUDGES INCLUDE, BUT ARE NOT LIMITED TO, THOSE GENERATED IN OIL/WATER/SOLIDS SEPARATORS; TANKS AND IMPOUNDMENTS; DITCHES AND OTHER CONVEYANCES; SUMPS; AND STORM WATER UNITS RECEIVING DRY WEATHER FLOW. SLUDGES GENERATED IN STORM WATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2)(INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. F038 PETROLEUM REFINERY SECONDARY (EMULSIFIED) OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE AND/OR FLOAT GENERATED FROM THE PHYSICAL AND/OR CHEMICAL SEPARATION OF OIL/WATER/SOLIDS IN PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH WASTES INCLUDE, BUT ARE NOT LIMITED TO, ALL SLUDGES AND FLOATS GENERATED IN INDUCED AIR FLOTATION (IAF) UNITS, TANKS AND IMPOUNDMENTS, AND ALL SLUDGES GENERATED IN DAF UNITS. SLUDGES GENERATED IN STORMWATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2) (INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND F037, K048, AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. DISSOLVED AIR FLOTATION (DAF) FLOAT FROM THE PETROLEUM REFINING INDUSTRY. SLOP OIL EMULSION SOLIDS FROM THE PETROLEUM REFINING INDUSTRY. HEAT EXCHANGER BUNDLE CLEANING SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. API SEPARATOR SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. K048 K049 K050 K051 K169 K170 K171 P018 BRUCINE U019 BENZENE (I,T) U055 BENZENE, (1-METHYLETHYL)- (I) U080 METHANE, DICHLORO- U122 FORMALDEHYDE U123 FORMIC ACID (C,T) U135 HYDROGEN SULFIDE U151 MERCURY U165 NAPHTHALENE U210 ETHENE, TETRACHLORO- U219 THIOUREA Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 76 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) U220 BENZENE, METHYL - U225 BROMOFORM U239 BENZENE, DIMETHYL- (I,T) D001 IGNITABLE WASTE D002 CORROSIVE WASTE D003 REACTIVE WASTE D004 ARSENIC D005 BARIUM D006 CADMIUM D007 CHROMIUM D008 LEAD D009 MERCURY D010 SELENIUM D011 SILVER D018 BENZENE D019 CARBON TETRACHLORIDE D022 CHLOROFORM D030 2,4-DINITROTOLUENE D035 METHYL ETHYL KETONE D039 TETRACHLOROETHYLENE D040 TRICHLORETHYLENE F001 THE FOLLOWING SPENT HALOGENATED SOLVENTS USED IN DEGREASING: TETRACHLOROETHYLENE,TRICHLORETHYLENE, METHYLENE CHLORIDE, 1,1,1 -TRICHLOROETHANE, CARBON TETRACHLORIDE ANDCHLORINATED FLUOROCARBONS; ALL SPENT SOLVENT MIXTURES/BLENDS USED IN DEGREASING CONTAINING, BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THE ABOVE HALOGENATED SOLVENTS OR THOSE SOLVENTS LISTED IN F002, F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F002 THE FOLLOWING SPENT HALOGENATED SOLVENTS: TETRACHLOROETHYLENE, METHYLENE CHLORIDE,TRICHLOROETHYLENE, 1,1,1-TRICHLOROETHANE,CHLOROBENZENE, 1,1,2-TRICHLORO-1,2,2-TRIFLUOROETHANE, ORTHO-DICHLOROBENZENE, TRICHLOROFLUOROMETHANE, AND 1,1,2, TRICHLOROETHANE; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THE ABOVE HALOGENATED SOLVENTS OR THOSE SOLVENTS LISTED IN F001,F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F003 THE FOLLOWING SPENT NON -HALOGENATED SOLVENTS: XYLENE, ACETONE, ETHYL ACETATE, ETHYL BENZENE, ETHYL ETHER, METHYL ISOBUTYL KETONE, N -BUTYL ALCOHOL, CYCLOHEXANONE, AND METHANOL; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONLY THE ABOVE SPENT NONHALOGENATED SOLVENTS; AND ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS, AND A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THOSE SOLVENTS LISTED IN F001, F002, F004, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F004 THE FOLLOWING SPENT NONHALOGENATED SOLVENTS: CRESOLS, CRESYLIC ACID, AND NITROBENZENE; AND THE STILL BOTTOMS FROM THE RECOVERY OF THESE SOLVENTS; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS OR THOSE SOLVENTS LISTED IN F001,F002, AND F005; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F005 THE FOLLOWING SPENT NONHALOGENATED SOLVENTS: TOLUENE, METHYL ETHYL KETONE,CARBON DISULFIDE, Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 77 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) ISOBUTANOL, PYRIDINE,BENZENE, 2-ETHOXYETHANOL, AND 2-NITROPROPANE; ALL SPENT SOLVENT MIXTURES/BLENDS CONTAINING, BEFORE USE, A TOTAL OF TEN PERCENT OR MORE (BY VOLUME) OF ONE OR MORE OF THE ABOVE NONHALOGENATED SOLVENTS OR THOSE SOLVENTS LISTED IN F001,F002, OR F004; AND STILL BOTTOMS FROM THE RECOVERY OF THESE SPENT SOLVENTS AND SPENT SOLVENT MIXTURES. F017 F037 PETROLEUM REFINERY PRIMARY OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE GENERATED FROM THE GRAVITATIONAL SEPARATION OF OIL/WATER/SOLIDS DURING THE STORAGE OR TREATMENT OF PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH SLUDGES INCLUDE, BUT ARE NOT LIMITED TO, THOSE GENERATED IN OIL/WATER/SOLIDS SEPARATORS; TANKS AND IMPOUNDMENTS; DITCHES AND OTHER CONVEYANCES; SUMPS; AND STORM WATER UNITS RECEIVING DRY WEATHER FLOW. SLUDGES GENERATED IN STORM WATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2)(INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. F038 PETROLEUM REFINERY SECONDARY (EMULSIFIED) OIL/WATER/SOLIDS SEPARATION SLUDGE - ANY SLUDGE AND/OR FLOAT GENERATED FROM THE PHYSICAL AND/OR CHEMICAL SEPARATION OF OIL/WATER/SOLIDS IN PROCESS WASTEWATERS AND OILY COOLING WASTEWATERS FROM PETROLEUM REFINERIES. SUCH WASTES INCLUDE, BUT ARE NOT LIMITED TO, ALL SLUDGES AND FLOATS GENERATED IN INDUCED AIR FLOTATION (IAF) UNITS, TANKS AND IMPOUNDMENTS, AND ALL SLUDGES GENERATED IN DAF UNITS. SLUDGES GENERATED IN STORMWATER UNITS THAT DO NOT RECEIVE DRY WEATHER FLOW, SLUDGES GENERATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS AS DEFINED IN SECTION 261.31(B)(2) (INCLUDING SLUDGES GENERATED IN ONE OR MORE ADDITIONAL UNITS AFTER WASTEWATERS HAVE BEEN TREATED IN AGGRESSIVE BIOLOGICAL TREATMENT UNITS), AND F037, K048, AND K051 WASTES ARE EXEMPTED FROM THIS LISTING. K048 DISSOLVED AIR FLOTATION (DAF) FLOAT FROM THE PETROLEUM REFINING INDUSTRY. K049 SLOP OIL EMULSION SOLIDS FROM THE PETROLEUM REFINING INDUSTRY. K050 HEAT EXCHANGER BUNDLE CLEANING SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. K051 API SEPARATOR SLUDGE FROM THE PETROLEUM REFINING INDUSTRY. K052 TANK BOTTOMS (LEADED) FROM THE PETROLEUM REFINING INDUSTRY. K087 DECANTER TANK TAR SLUDGE FROM COKING OPERATIONS. K169 K170 K171 K172 P018 BRUCINE P110 PLUMBANE, TETRAETHYL - U013 U019 BENZENE (I,T) U055 BENZENE, (1-METHYLETHYL)- (I) U080 METHANE, DICHLORO- U122 FORMALDEHYDE U123 FORMIC ACID (C,T) U135 HYDROGEN SULFIDE U151 MERCURY U159 2-BUTANONE (I,T) U165 NAPHTHALENE U210 ETHENE, TETRACHLORO- U219 THIOUREA Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 78 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) U220 BENZENE, METHYL - U225 BROMOFORM U239 BENZENE, DIMETHYL- (I,T) UNIVERSAL WASTE ACCUMULATED GENERATED WASTE TYPE: WASTE ON-SITE: WASTE ON-SITE: SOURCE TYPE: BATTERIES NO NO ANNUAL/BIENNIAL REPORT BATTERIES UNKNOWN UNKNOWN ANNUAL/BIENNIAL REPORT LAMPS NO NO ANNUAL/BIENNIAL REPORT LAMPS UNKNOWN UNKNOWN ANNUAL/BIENNIAL REPORT PESTICIDES NO NO ANNUAL/BIENNIAL REPORT PESTICIDES UNKNOWN UNKNOWN ANNUAL/BIENNIAL REPORT MERCURY CONTAINING NO NO ANNUAL/BIENNIAL REPORT EQUIPMENT MERCURY CONTAINING UNKNOWN EQUIPMENT UNKNOWN ANNUAL/BIENNIAL REPORT CORRECTIVE ACTION AREA (RELEASE) AREA NAME: AIR: GROUNDWATER: SOIL: SURFACE WASTE: COMPLIANCE RFI PERMIT RFIS ENTIRE FACILITY Y Y EAST PLANT SLUDGE BEDS - NO RELEASE WEST PLANT SLUDGE BEDS Y PLUMMERS PARK (SPLIT FROM CARSONS PIT) CARSON PIT Y Y EAST PLANT SLUDGE CLOSURE - NO RELEASE EQUALIZATION BASIN Y Y LOWER POND Y STYRENE DISPOSAL Y 9TH SLUDGE DRYING BEDS Y MID TERMINAL A-0 Y Y AREAS ADDRESSED AFTER 9/1/2002 TANK 15FB507 N N N N CORRECTIVE ACTION EVENT CA EVENT: DATE: EVENT DESCRIPTION: CA050 19860410 RFA COMPLETED CA070YE CA075HI CA100 CA100DC CA110 19860410 DETERMINATION OF NEED FOR AN INVESTIGATION -INVESTIGATION IS NECESSARY 19920224 CA PRIORITIZATION -HIGH CA PRIORITY 19880831 INVESTIGATION IMPOSITION 19880607 RFI IMPOSITION -FOCUSED DATA COLLECTION REQ STAB EVAL 19880715 INVESTIGATION WORKPLAN RECEIVED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 79 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CA110 19881001 INVESTIGATION WORKPLAN RECEIVED CA110 19881001 INVESTIGATION WORKPLAN RECEIVED CA110 19881007 INVESTIGATION WORKPLAN RECEIVED CA110 19890518 INVESTIGATION WORKPLAN RECEIVED CA110 19890601 INVESTIGATION WORKPLAN RECEIVED CA110 19890801 INVESTIGATION WORKPLAN RECEIVED CA110 19890817 INVESTIGATION WORKPLAN RECEIVED CA110 19890821 INVESTIGATION WORKPLAN RECEIVED CA110 19890901 INVESTIGATION WORKPLAN RECEIVED CA110 19890929 INVESTIGATION WORKPLAN RECEIVED CA110 19910308 INVESTIGATION WORKPLAN RECEIVED CA110 19910828 INVESTIGATION WORKPLAN RECEIVED CA110 19910906 INVESTIGATION WORKPLAN RECEIVED CA110 19920505 INVESTIGATION WORKPLAN RECEIVED CA110 19960227 INVESTIGATION WORKPLAN RECEIVED CA110 19971028 INVESTIGATION WORKPLAN RECEIVED CA110 19971028 INVESTIGATION WORKPLAN RECEIVED CA140 19890419 INVESTIGATION WORKPLAN NOTICE OF DEFICIENCY ISSUED CA140 19890710 INVESTIGATION WORKPLAN NOTICE OF DEFICIENCY ISSUED CA140 19890809 INVESTIGATION WORKPLAN NOTICE OF DEFICIENCY ISSUED CA140 19891009 INVESTIGATION WORKPLAN NOTICE OF DEFICIENCY ISSUED CA140 19891009 INVESTIGATION WORKPLAN NOTICE OF DEFICIENCY ISSUED CA140 19910827 INVESTIGATION WORKPLAN NOTICE OF DEFICIENCY ISSUED CA150 19890928 INVESTIGATION WORKPLAN APPROVED CA150 19890928 INVESTIGATION WORKPLAN APPROVED CA150 19900314 INVESTIGATION WORKPLAN APPROVED CA150 19900314 INVESTIGATION WORKPLAN APPROVED CA150 19900314 INVESTIGATION WORKPLAN APPROVED CA150 19900314 INVESTIGATION WORKPLAN APPROVED CA150 19900314 INVESTIGATION WORKPLAN APPROVED CA150 19910924 INVESTIGATION WORKPLAN APPROVED CA150 19951108 INVESTIGATION WORKPLAN APPROVED CA150 20080509 INVESTIGATION WORKPLAN APPROVED CA155 20000804 INVESTIGATION SUPPLEMENTAL INFO REQ BY AGENCY CA170 19971021 INVESTIGATION SUPPLEMENTAL INFO DEEMED SATISFACT CA190 19900427 INVESTIGATION REPORT RECEIVED CA190 19900427 INVESTIGATION REPORT RECEIVED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 80 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CA190 19910204 INVESTIGATION REPORT RECEIVED CA190 19910205 INVESTIGATION REPORT RECEIVED CA190 19910225 INVESTIGATION REPORT RECEIVED CA190 19910315 INVESTIGATION REPORT RECEIVED CA190 19920528 INVESTIGATION REPORT RECEIVED CA190 19920601 INVESTIGATION REPORT RECEIVED CA190 19950124 INVESTIGATION REPORT RECEIVED CA190 19950606 INVESTIGATION REPORT RECEIVED CA190 19980211 INVESTIGATION REPORT RECEIVED CA190 19980225 INVESTIGATION REPORT RECEIVED CA190 20000825 INVESTIGATION REPORT RECEIVED CA190 20000905 INVESTIGATION REPORT RECEIVED CA190 20010611 INVESTIGATION REPORT RECEIVED CA191 20000804 RFI DRAFT REPORT COMMENTS CA191 20020329 RFI DRAFT REPORT COMMENTS CA200 19911017 INVESTIGATION COMPLETE CA200 19921106 INVESTIGATION COMPLETE CA200 19921120 INVESTIGATION COMPLETE CA200 19921215 INVESTIGATION COMPLETE CA200 19921215 INVESTIGATION COMPLETE CA200 19951108 INVESTIGATION COMPLETE CA200 19960131 INVESTIGATION COMPLETE CA200 20000906 INVESTIGATION COMPLETE CA200 20000919 INVESTIGATION COMPLETE CA200 20020913 INVESTIGATION COMPLETE CA200 20110727 INVESTIGATION COMPLETE CA225IN 19930405 STABILIZATION MEASURES EVALUATION -FURTHER INVESTIGATION NECESSARY CA225YE 19950626 STABILIZATION MEASURES EVALUATION -FACILITY IS AMENABLE TO STABILIZATION CA250 19900919 CMS IMPOSITION CA250 19921120 CMS IMPOSITION CA250 19921215 CMS IMPOSITION CA260 19900919 CMS WORKPLAN RECEIVED CA260 19901210 CMS WORKPLAN RECEIVED CA271 19901023 CMS WORKPLAN NOD CA300 19910102 CMS WORKPLAN APPROVED CA305 19930813 CMS SUPPLEMENTAL INFO REQ BY AGENCY CA320 19930312 CMS SUPPLEMENT INFO DEEMED SATISFACTORY Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 81 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CA330 19970513 CMS IMPLEMENTATION BEGUN CA340 19910522 CMS REPORT RECEIVED CA340 19910705 CMS REPORT RECEIVED CA340 19930128 CMS REPORT RECEIVED CA340 19930514 CMS REPORT RECEIVED CA340 19950124 CMS REPORT RECEIVED CA340 19950606 CMS REPORT RECEIVED CA340 19980513 CMS REPORT RECEIVED CA341 19910814 CMS REPORT NOD CA341 19940904 CMS REPORT NOD CA341 20051228 CMS REPORT NOD CA350 19911017 CMS COMPLETE CA350 19930611 CMS COMPLETE CA350 20000712 CMS COMPLETE CA350 20010614 CMS COMPLETE CA350 20060316 CMS COMPLETE CA350 20060615 CMS COMPLETE CA350 20070622 CMS COMPLETE CA370 19910204 PETITION FOR NO FUR. ACTION RECEIPT DATE CA370 19910522 PETITION FOR NO FUR. ACTION RECEIPT DATE CA370 19910522 PETITION FOR NO FUR. ACTION RECEIPT DATE CA370 19940701 PETITION FOR NO FUR. ACTION RECEIPT DATE CA375 19911017 INTERIM DECISION FOR NO FURTHER ACTION CA375 19911017 INTERIM DECISION FOR NO FURTHER ACTION CA375 19911217 INTERIM DECISION FOR NO FURTHER ACTION CA375 19960131 INTERIM DECISION FOR NO FURTHER ACTION CA375 19970513 INTERIM DECISION FOR NO FURTHER ACTION CA375 19980519 INTERIM DECISION FOR NO FURTHER ACTION CA375 19980911 INTERIM DECISION FOR NO FURTHER ACTION CA375 20030820 INTERIM DECISION FOR NO FURTHER ACTION CA380 19960517 DATE FOR PUBLIC NOTICE ON PROPOSED REMEDY CA380 19970224 DATE FOR PUBLIC NOTICE ON PROPOSED REMEDY CA380 19970616 DATE FOR PUBLIC NOTICE ON PROPOSED REMEDY CA380 19980501 DATE FOR PUBLIC NOTICE ON PROPOSED REMEDY CA380 20080505 DATE FOR PUBLIC NOTICE ON PROPOSED REMEDY CA400 19900919 REMEDY DECISION CA400 19930611 REMEDY DECISION Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 82 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CA400 19930617 REMEDY DECISION CA400 19960131 REMEDY DECISION CA400 20010904 REMEDY DECISION CA400 20070827 REMEDY DECISION CA400 20071129 REMEDY DECISION CA400 20080509 REMEDY DECISION CA481OR 19900919 CMI WORKPLAN RECEIVED CA481OR 19920323 CMI WORKPLAN RECEIVED CA481OR 19930628 CMI WORKPLAN RECEIVED CA481OR 19960517 CMI WORKPLAN RECEIVED CA481 RV 19901210 CMI WORKPLAN RECEIVED CA481 RV 19931014 CMI WORKPLAN RECEIVED CA481RV 19970326 CMI WORKPLAN RECEIVED CA484 19901023 CMI WORKPLAN NOD CA484 20020329 CMI WORKPLAN NOD CA484 20030909 CMI WORKPLAN NOD CA500 19910102 CMI WORKPLAN APPROVED -IMPLEMENTED FOLLOWING AN RFI CA500 19930713 CMI WORKPLAN APPROVED -IMPLEMENTED FOLLOWING AN RFI CA500 19970213 CMI WORKPLAN APPROVED -IMPLEMENTED FOLLOWING AN RFI CA500 19970513 CMI WORKPLAN APPROVED -IMPLEMENTED FOLLOWING AN RFI CA500 20000919 CMI WORKPLAN APPROVED -IMPLEMENTED FOLLOWING AN RFI CA500 20040213 CMI WORKPLAN APPROVED -IMPLEMENTED FOLLOWING AN RFI CA532OR 19910522 CMI REPORT CA532OR 19940701 CMI REPORT CA532OR 19980505 CMI REPORT CA532RV 19910705 CMI REPORT CA532RV 19950519 CMI REPORT CA532RV 19980520 CMI REPORT CA533 19910814 FINAL CORRECTIVE MEASURE FIELD OVERSIGHT CA550 19911017 REMEDY CONSTRUCTION CA550 19970513 REMEDY CONSTRUCTION CA550 19980911 REMEDY CONSTRUCTION CA550 20010104 REMEDY CONSTRUCTION CA550 20030912 REMEDY CONSTRUCTION CA550NR 20110727 REMEDY CONSTRUCTION -NO REMEDY CONSTRUCTED CA55ORC 20070827 REMEDY CONSTRUCTION -REMEDY CONSTRUCTED CA55ORC 20080509 REMEDY CONSTRUCTION -REMEDY CONSTRUCTED Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 83 RESOURCE CONSERVATION & RECOVERY ACT - CORRECTIVE ACTION FACILITIES (RCRAC) CA600SR 19930617 STABILIZATION/INTERIM MEASURES DECISION -PRIMARY MEAS IS SOURCE REMOVL &/OR TRT CA600SR 19941216 STABILIZATION/INTERIM MEASURES DECISION -PRIMARY MEAS IS SOURCE REMOVL &/OR TRT CA604OR 19930628 STABILIZATION MEASURES WORKPLAN RECD CA604OR 19950124 STABILIZATION MEASURES WORKPLAN RECD CA604RV 19950517 STABILIZATION MEASURES WORKPLAN RECD CA614 19930713 -MISSING EVENT NAME- CA614 19950907 -MISSING EVENT NAME- CA624OR 19940701 STABILIZATION MEASURES REPORT RECEIVED CA624OR 19961210 STABILIZATION MEASURES REPORT RECEIVED CA624RV 19950519 STABILIZATION MEASURES REPORT RECEIVED CA650 19951018 STABILIZATION CONSTRUCTION COMPLETED CA650 19980911 STABILIZATION CONSTRUCTION COMPLETED CA725IN 19980901 HUMAN EXPOSURES CONTROLLED DETERMINATION -MORE INFORMATION NEEDED CA725YE 20000208 HUMAN EXPOSURES CONTROLLED DETERMINATION -YES, APPLICABLE AS OF THIS DATE CA750IN 19980901 RELEASE TO GW CONTROLLED DETERMINATION -MORE INFORMATION NEEDED CA750IN 20000208 RELEASE TO GW CONTROLLED DETERMINATION -MORE INFORMATION NEEDED CA750YE 20031231 RELEASE TO GW CONTROLLED DETERMINATION -YES, APPLICABLE AS OF THIS DATE CA999NF 20110727 CA PROCESS IS TERMINATED -NO FURTHER ACTION CA999RM 19970513 CA PROCESS IS TERMINATED -REMEDIAL ACTIVITIES COMPLETE CA999RM 19980519 CA PROCESS IS TERMINATED -REMEDIAL ACTIVITIES COMPLETE CA999RM 19980911 CA PROCESS IS TERMINATED -REMEDIAL ACTIVITIES COMPLETE CA999RM 20010724 CA PROCESS IS TERMINATED -REMEDIAL ACTIVITIES COMPLETE CA999RM 20010725 CA PROCESS IS TERMINATED -REMEDIAL ACTIVITIES COMPLETE CA999RM 20080509 CA PROCESS IS TERMINATED -REMEDIAL ACTIVITIES COMPLETE Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 84 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 24 Distance from Property: 0.80 mi. N PROGRAM ID: 87411 RN NUMBER: RN104363841 NAME: RESOLVE ESCO MARINE ADDRESS: 7002 MARVIN L BERRY RD STE B CORPUS CHRISTI, TX 78409 STATUS: INACTIVE STATUS DATE: 8/31/11 LOCATION DESCRIPTION: 7002 MARVIN L BERRY RD, SUITE B, CORPUS CHRISTI, TX Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 85 INDUSTRIAL AND HAZARDOUS WASTE CORRECTIVE ACTION SITES (IHWCA) MAP ID# 25 Distance from Property: 0.88 mi. E PROGRAM ID: 30478 RN NUMBER: RN100214386 NAME: VALERO CORPUS CHRISTI REFINERY WEST PLANT ADDRESS: 5900 UP RIVER RD CORPUS CHRISTI, TX 78407 STATUS: ACTIVE STATUS DATE: 12/8/98 LOCATION DESCRIPTION: 5900 UP RIVER RD Ge Search www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 86 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL AIRSAFS Aerometric Information Retrieval System / Air Facility Subsystem VERSION DATE: 8/2012 The United States Environmental Protection Agency (EPA) modified the Aerometric Information Retrieval System (AIRS) to a database that exclusively tracks the compliance of stationary sources of air pollution with EPA regulations: the Air Facility Subsystem (AFS). Since this change in 2001, the management of the AIRS/AFS database was assigned to EPA's Office of Enforcement and Compliance Assurance. BF Brownfields Management System VERSION DATE: 1/2014 Brownfields are real property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. Cleaning up and reinvesting in these properties takes development pressures off of undeveloped, open land, and both improves and protects the environment. The United States Environmental Protection Agency maintains this database to track activities in the various brown field grant programs including grantee assessment, site cleanup and site redevelopment. BRS Biennial Reporting System VERSION DATE: 12/2011 The United States Environmental Protection Agency (EPA), in cooperation with the States, biennially collects information regarding the generation, management, and final disposition of hazardous wastes regulated under the Resource Conservation and Recovery Act of 1976 (RCRA), as amended. The Biennial Report captures detailed data on the generation of hazardous waste from large quantity generators and data on waste management practices from treatment, storage and disposal facilities. Currently, the EPA states that data collected between 1991 and 1997 was originally a part of the defunct Biennial Reporting System and is now incorporated into the RCRAInfo data system. CDL Clandestine Drug Laboratory Locations VERSION DATE: 9/2013 The U.S. Department of Justice ("the Department") provides this information as a public service. It contains addresses of some locations where law enforcement agencies reported they found chemicals or other items that indicated the presence of either clandestine drug laboratories or dumpsites. In most cases, the source of the entries is not the Department, and the Department has not verified the entry and does not guarantee its accuracy. Members of the public must verify the accuracy of all entries by, for example, contacting local law enforcement and local health departments. The Department does not establish, implement, enforce, or certify compliance with clean-up or remediation standards for contaminated sites; the public should contact a state or local health department or environmental protection agency for that information. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 1 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL CERCLIS Comprehensive Environmental Response, Compensation & Liability Information System VERSION DATE: 10/2013 CERCLIS is the repository for site and non -site specific Superfund information in support of the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA). This United States Environmental Protection Agency database contains an extract of sites that have been investigated or are in the process of being investigated for potential environmental risk. DNPL Delisted National Priorities List VERSION DATE: 10/2013 This database includes sites from the United States Environmental Protection Agency's Final National Priorties List (NPL) where remedies have proven to be satisfactory or sites where the original analyses were inaccurate, and the site is no longer appropriate for inclusion on the NPL, and final publication in the Federal Register has occurred. DOCKETS EPA Docket Data VERSION DATE: 12/2005 The United States Environmental Protection Agency Docket data lists Civil Case Defendants, filing dates as far back as 1971, laws broken including section, violations that occurred, pollutants involved, penalties assessed and superfund awards by facility and location. Please refer to ICIS database as source of current data. DOD Department of Defense Sites VERSION DATE: 12/2005 This information originates from the National Atlas of the United States Federal Lands data, which includes lands owned or administered by the Federal government. Army DOD, Army Corps of Engineers DOD, Air Force DOD, Navy DOD and Marine DOD areas of 640 acres or more are included. EC Federal Engineering Institutional Control Sites VERSION DATE: 12/2013 This database includes site locations where Engineering and/or Institutional Controls have been identified as part of a selected remedy for the site as defined by United States Environmental Protection Agency official remedy decision documents. A site listing does not indicate that the institutional and engineering controls are currently in place nor will be in place once the remedy is complete; it only indicates that the decision to include either of them in the remedy is documented as of the completed date of the document. Institutional controls are actions, such as legal controls, that help minimize the potential for human exposure to contamination by ensuring appropriate land or resource use. Engineering controls include caps, barriers, or other device engineering to prevent access, exposure, or continued migration of contamination. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 2 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL ERNSTX Emergency Response Notification System VERSION DATE: 12/2012 This National Response Center database contains data on reported releases of oil, chemical, radiological, biological, and/or etiological discharges into the environment anywhere in the United States and its territories. The data comes from spill reports made to the U.S. Environmental Protection Agency, U.S. Coast Guard, the National Response Center and/or the U.S. Department of Transportation. FRSTX Facility Registry System VERSION DATE: 8/2013 The United States Environmental Protection Agency's Office of Environmental Information (OEI) developed the Facility Registry System (FRS) as the centrally managed database that identifies facilities, sites or places subject to environmental regulations or of environmental interest. The Facility Registry System replaced the Facility Index System or FINDS database. FUDS Formerly Used Defense Sites VERSION DATE: 2/2013 The 2011 Formerly Used Defense Sites (FUDS) inventory includes properties previously owned by or leased to the United States and under Secretary of Defense Jurisdiction, as well as Munitions Response Areas (MRAs). The remediation of these properties is the responsibility of the Department of Defense. This data is provided by the U.S. Army Corps of Engineers (USACE), the boundaries/polygon data are based on preliminary findings and not all properties currently have polygon data available. DISCLAIMER: This data represents the results of data collection/processing for a specific USACE activity and is in no way to be considered comprehensive or to be used in any legal or official capacity as presented on this site. While the USACE has made a reasonable effort to insure the accuracy of the maps and associated data, it should be explicitly noted that USACE makes no warranty, representation or guaranty, either expressed or implied, as to the content, sequence, accuracy, timeliness or completeness of any of the data provided herein. For additional information on Formerly Used Defense Sites please contact the USACE Public Affairs Office at (202) 528-4285. HISTPST VERSION DATE: 7/1930 Historical Gas Stations This historic directory of service stations is provided by the Cities Service Company. The directory includes Cities Service filling stations that were located throughout the United States in 1930. HMIRSR06 Hazardous Materials Incident Reporting System VERSION DATE: 1/2014 The HMIRS database contains unintentional hazardous materials release information reported to GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 3 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL the U.S. Department of Transportation located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. ICIS Integrated Compliance Information System (formerly DOCKETS) VERSION DATE: 8/2012 ICIS is a case activity tracking and management system for civil, judicial, and administrative federal Environmental Protection Agency enforcement cases. ICIS contains information on federal administrative and federal judicial cases under the following environmental statutes: the Clean Air Act, the Clean Water Act, the Resource Conservation and Recovery Act, the Emergency Planning and Community Right -to -Know Act - Section 313, the Toxic Substances Control Act, the Federal Insecticide, Fungicide, and Rodenticide Act, the Comprehensive Environmental Response, Compensation, and Liability Act, the Safe Drinking Water Act, and the Marine Protection, Research, and Sanctuaries Act. ICISNPDES Integrated Compliance Information System National Pollutant Discharge Elimination VERSION DATE:8/2012 System In 2006, the Integrated Compliance Information System (ICIS) - National Pollutant Discharge Elimination System (NPDES) became the NPDES national system of record for select states, tribes and territories. ICIS-NPDES is an information management system maintained by the United States Environmental Protection Agency's Office of Compliance to track permit compliance and enforcement status of facilities regulated by the NPDES under the Clean Water Act. ICIS-NPDES is designed to support the NPDES program at the state, regional, and national levels. LUCIS Land Use Control Information System VERSION DATE: 9/2006 The LUCIS database is maintained by the U.S. Navy and contains information for former Base Realignment and Closure (BRAC) properties across the United States. MLTS Material Licensing Tracking System VERSION DATE: 1/2013 MLTS is a list of approximately 8,100 sites which have or use radioactive materials subject to the United States Nuclear Regulatory Commission (NRC) licensing requirements. NFRAP No Further Remedial Action Planned Sites VERSION DATE: 10/2013 This database includes sites which have been determined by the United States Environmental Protection Agency, following preliminary assessment, to no longer pose a significant risk or require further activity under CERCLA. After initial investigation, no contamination was found, GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 4 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL contamination was quickly removed or contamination was not serious enough to require Federal Superfund action or NPL consideration. NLRRCRAC No Longer Regulated RCRA Corrective Action Facilities VERSION DATE: 12/2013 This database includes RCRA Corrective Action facilities that are no longer regulated by the United States Environmental Protection Agency or do not meet other RCRA reporting requirements. NLRRCRAG No Longer Regulated RCRA Generator Facilities VERSION DATE: 12/2013 This database includes RCRA Generator facilities that are no longer regulated by the United States Environmental Protection Agency or do not meet other RCRA reporting requirements. This listing includes facilities that formerly generated hazardous waste. Large Quantity Generators: Generate 1,000 kg or more of hazardous waste during any calendar month; or Generate more than 1 kg of acutely hazardous waste during any calendar month; or Generate more than 100 kg of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, or acutely hazardous waste during any calendar month; or Generate 1 kg or less of acutely hazardous waste during any calendar month, and accumulate more than 1 kg of acutely hazardous waste at any time; or Generate 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, of acutely hazardous waste during any calendar month, and accumulated more than 100 kg of that material at any time. Small Quantity Generators: Generate more than 100 and less than 1000 kilograms of hazardous waste during any calendar month and accumulate less than 6000 kg of hazardous waste at any time; or Generate 100 kg or less of hazardous waste during any calendar month, and accumulate more than 1000 kg of hazardous waste at any time. Conditionally Exempt Small Quantity Generators: Generate 100 kilograms or less of hazardous waste per calendar month, and accumulate 1000 kg or less of hazardous waste at any time; or Generate one kilogram or less of acutely hazardous waste per calendar month, and accumulate at any time: 1 kg or less of acutely hazardous waste; or 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, or acutely hazardous waste; or Generate 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, or acutely hazardous waste during any calendar month, and accumulate at any time: 1 kg or less of acutely hazardous waste; or 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, of acutely hazardous waste. NLRRCRAT No Longer Regulated RCRA Non-CORRACTS TSD Facilities VERSION DATE: 12/2013 This database includes RCRA Non -Corrective Action TSD facilities that are no longer regulated by the United States Environmental Protection Agency or do not meet other RCRA reporting GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 5 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL requirements. This listing includes facilities that formerly treated, stored or disposed of hazardous waste. NPDESR06 National Pollutant Discharge Elimination System VERSION DATE: 4/2007 Information in this database is extracted from the Water Permit Compliance System (PCS) database which is used by United States Environmental Protection Agency to track surface water permits issued under the Clean Water Act. This database includes permitted facilities located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. The NPDES database was collected from December 2002 until April 2007. Refer to the PCS and/or ICIS-NPDES database as source of current data. NPL National Priorities List VERSION DATE: 10/2013 This database includes United States Environmental Protection Agency (EPA) National Priorities List sites that fall under the EPA's Superfund program, established to fund the cleanup of the most serious uncontrolled or abandoned hazardous waste sites identified for possible long-term remedial action. ODI Open Dump Inventory VERSION DATE: 6/1985 The open dump inventory was published by the United States Environmental Protection Agency. An "open dump" is defined as a facility or site where solid waste is disposed of which is not a sanitary landfill which meets the criteria promulgated under section 4004 of the Solid Waste Disposal Act (42 U.S.C. 6944) and which is not a facility for disposal of hazardous waste. This inventory has not been updated since June 1985. PADS PCB Activity Database System VERSION DATE: 6/2013 The PCB Activity Database System (PADS) is used by the United States Environmental Protection Agency to monitor the activities of polychlorinated biphenyls (PCB) handlers. PCSR06 Permit Compliance System VERSION DATE: 8/2012 The Permit Compliance System is used in tracking enforcement status and permit compliance of facilities controlled by the National Pollutant Discharge Elimination System (NPDES) under the Clean Water Act and is maintained by the United States Environmental Protection Agency's Office of Compliance. PCS is designed to support the NPDES program at the state, regional, and national levels. This database includes permitted facilities located in EPA Region 6. This region GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 6 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. PNPL Proposed National Priorities List VERSION DATE: 10/2013 This database contains sites proposed to be included on the National Priorities List (NPL) in the Federal Register. The United States Environmental Protection Agency investigates these sites to determine if they may present long-term threats to public health or the environment. RCRAC Resource Conservation & Recovery Act - Corrective Action Facilities VERSION DATE: 12/2013 This database includes hazardous waste sites listed with corrective action activity in the RCRAInfo system. The Corrective Action Program requires owners or operators of RCRA facilities (or treatment, storage, and disposal facilities) to investigate and cleanup contamination in order to protect human health and the environment. The United States Environmental Protection Agency defines RCRAInfo as the comprehensive information system which provides access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. RCRAInfo replaces the data recording and reporting abilities of the Resource Conservation and Recovery Information System (RCRIS) and the Biennial Reporting System (BRS). RCRAGRO6 Resource Conservation & Recovery Act - Generator Facilities VERSION DATE: 12/2013 This database includes sites listed as generators of hazardous waste (large, small, and exempt) in the RCRAInfo system. The United States Environmental Protection Agency defines RCRAInfo as the comprehensive information system which provides access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. RCRAInfo replaces the data recording and reporting abilities of the Resource Conservation and Recovery Information System (RCRIS) and the Biennial Reporting System (BRS). This database includes sites located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. Large Quantity Generators: Generate 1,000 kg or more of hazardous waste during any calendar month; or Generate more than 1 kg of acutely hazardous waste during any calendar month; or Generate more than 100 kg of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, or acutely hazardous waste during any calendar month; or Generate 1 kg or less of acutely hazardous waste during any calendar month, and accumulate more than 1 kg of acutely hazardous waste at any time; or Generate 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, of acutely hazardous waste during any calendar month, and accumulated more than 100 kg of that material at any time. Small Quantity Generators: Generate more than 100 and less than 1000 kilograms of hazardous waste during any calendar month and accumulate less than 6000 kg of hazardous waste at any GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 7 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL time; or Generate 100 kg or less of hazardous waste during any calendar month, and accumulate more than 1000 kg of hazardous waste at any time. Conditionally Exempt Small Quantity Generators: Generate 100 kilograms or less of hazardous waste per calendar month, and accumulate 1000 kg or less of hazardous waste at any time; or Generate one kilogram or less of acutely hazardous waste per calendar month, and accumulate at any time: 1 kg or less of acutely hazardous waste; or 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, or acutely hazardous waste; or Generate 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, or acutely hazardous waste during any calendar month, and accumulate at any time: 1 kg or less of acutely hazardous waste; or 100 kg or less of any residue or contaminated soil, waste or other debris resulting from the cleanup of a spill, into or on any land or water, of acutely hazardous waste. RCRASC RCRA Sites with Controls VERSION DATE: 1/2014 This list of Resource Conservation and Recovery Act sites with institutional controls in place is provided by the U.S. Environmental Protection Agency. RCRAT Resource Conservation & Recovery Act - Treatment, Storage & Disposal Facilities VERSION DATE: 12/2013 This database includes Non -Corrective Action sites listed as treatment, storage and/or disposal facilities of hazardous waste in the RCRAInfo system. The United States Environmental Protection Agency defines RCRAInfo as the comprehensive information system which provides access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. RCRAInfo replaces the data recording and reporting abilities of the Resource Conservation and Recovery Information System (RCRIS) and the Biennial Reporting System (BRS). RODS Record of Decision System VERSION DATE: 10/2013 These decision documents maintained by the United States Environmental Protection Agency describe the chosen remedy for NPL (Superfund) site remediation. They also include site history, site description, site characteristics, community participation, enforcement activities, past and present activities, contaminated media, the contaminants present, and scope and role of response action. SFLIENS CERCLIS Liens VERSION DATE: 6/2012 A Federal CERCLA ("Superfund") lien can exist by operation of law at any site or property at which United States Environmental Protection Agency has spent Superfund monies. These monies are GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 8 ENVIRONMENTAL RECORDS DEFINITIONS - FEDERAL spent to investigate and address releases and threatened releases of contamination. CERCLIS provides information as to the identity of these sites and properties. This database contains those CERCLIS sites where the Lien on Property action is complete. SSTS Section Seven Tracking System VERSION DATE: 12/2009 The United States Environmental Protection Agency tracks information on pesticide establishments through the Section Seven Tracking System (SSTS). SSTS records the registration of new establishments and records pesticide production at each establishment. The Federal Insecticide, Fungicide and Rodenticide Act (FIFRA) requires that production of pesticides or devices be conducted in a registered pesticide -producing or device -producing establishment. ("Production" includes formulation, packaging, repackaging, and relabeling.) TRI Toxics Release Inventory VERSION DATE: 12/2012 The Toxics Release Inventory, provided by the United States Environmental Protection Agency, includes data on toxic chemical releases and waste management activities from certain industries as well as federal facilities. This inventory contains information about the types and amounts of toxic chemicals that are released each year to the air, water, and land as well as information on the quantities of toxic chemicals sent to other facilities for further waste management. TSCA Toxic Substance Control Act Inventory VERSION DATE: 12/2006 The Toxic Substances Control Act (TSCA) was enacted in 1976 to ensure that chemicals manufactured, imported, processed, or distributed in commerce, or used or disposed of in the United States do not pose any unreasonable risks to human health or the environment. TSCA section 8(b) provides the United States Environmental Protection Agency authority to "compile, keep current, and publish a list of each chemical substance that is manufactured or processed in the United States." This TSCA Chemical Substance Inventory contains non -confidential information on the production amount of toxic chemicals from each manufacturer and importer site. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 9 ENVIRONMENTAL RECORDS DEFINITIONS - STATE (TX) APAR Affected Property Assessment Reports VERSION DATE: 1/2014 As regulated by the Texas Commission on Environmental Quality, an Affected Property Assessment Report is required when a person is addressing a release of chemical of concern (COC) under 30 TAC Chapter 350, the Texas Risk Reduction Program (TRRP). The purpose of the APAR is to document all relevant affected property information to identify all release sources and COCs, determine the extent of all COCs, identify all transport/exposure pathways, and to determine if any response actions are necessary. The Texas Administrative Code Title 30 §350.4(a)(1) defines affected property as the entire area (i.e. on-site and off-site; including all environmental media) which contains releases of chemicals of concern at concentrations equal to or greater than the assessment level applicable for residential land use and groundwater classification. BSA Brownfields Site Assessments VERSION DATE: 12/2013 The Brownfields Site Assessments database is maintained by the Texas Commission on Environmental Quality (TCEQ). The TCEQ, in close partnership with the U.S. Environmental Protection Agency (EPA) and other federal, state, and local redevelopment agencies, and stakeholders, is facilitating cleanup, transferability, and revitalization of brownfields through the development of regulatory, tax, and technical assistance tools. CALF Closed & Abandoned Landfill Inventory VERSION DATE: 11/2005 The Texas Commission on Environmental Quality, under a contract with Texas State University, and in cooperation with the 24 regional Council of Governments (COGs) in the State, has located over 4,000 closed and abandoned municipal solid waste landfills throughout Texas. This listing contains "unauthorized sites". Unauthorized sites have no permit and are considered abandoned. The information available for each site varies in detail and this historical information is not updated. Please refer to the specific regional COG for the most current information. DCR Dry Cleaner Registration Database VERSION DATE: 1/2014 The database includes dry cleaning drop stations and facilities registered with the Texas Commission on Environmental Quality. DCRPS Dry Cleaner Remediation Program Sites VERSION DATE: 9/2013 This list of DCRP sites is provided by the Texas Commission on Environmental Quality (TCEQ). According to the TCEQ, the Dry Cleaner Remediation Program (DCRP) establishes a prioritization GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 10 ENVIRONMENTAL RECORDS DEFINITIONS - STATE (TX) list of dry cleaner sites and administers the Dry Cleaning Remediation fund to assist with remediation of contamination caused by dry cleaning solvents. GWCC Groundwater Contamination Cases VERSION DATE: 12/2012 This report contains a listing of groundwater contamination cases which were documented for the 2012 calendar year. Texas Water Code, Section 26.406 requires the annual report to describe the current status of groundwater monitoring activities conducted or required by each agency at regulated facilities or associated with regulated activities. The agencies reporting these contamination cases include the Texas Commission on Environmental Quality, Railroad Commission of Texas, Texas Alliance of Groundwater Districts, and Department of State Health Services. HISTGWCC Historic Groundwater Contamination Cases VERSION DATE: NR This historic report contains all agency groundwater contamination cases documented from 1994 to 2011. The agencies that reported these contamination cases included the Texas Commission on Environmental Quality, Railroad Commission of Texas, Texas Alliance of Groundwater Districts, and Department of State Health Services. IHW Industrial and Hazardous Waste Sites VERSION DATE: 11/2013 Owner and facility information is included in this database of permitted and non -permitted industrial and hazardous waste sites. Industrial waste is waste that results from or is incidental to operations of industry, manufacturing, mining, or agriculture. Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in federal waste regulations. The IHW database is maintained by the Texas Commission on Environmental Quality. IHWCA Industrial and Hazardous Waste Corrective Action Sites VERSION DATE: 11/2013 This database is provided by the Texas Commission on Environmental Quality (TCEQ). According to the TCEQ, the mission of the industrial and hazardous waste corrective action program is to oversee the cleanup of sites contaminated from industrial and municipal hazardous and industrial nonhazardous wastes. The goals of this program are to: Ensure that sites are assessed and remediated to levels that protect human health and the environment; Verify that waste management units or facilities are taken out of service and closed properly; and to Facilitate revitalization of contaminated properties. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 11 ENVIRONMENTAL RECORDS DEFINITIONS - STATE (TX) IOP Innocent Owner / Operator Database VERSION DATE: 12/2013 Texas Innocent Owner / Operator (IOP), created by House Bill 2776 of the 75th Legislature, provides a certificate to an innocent owner or operator if their property is contaminated as a result of a release or migration of contaminants from a source or sources not located on the property, and they did not cause or contribute to the source or sources of contamination. The IOP database is maintained by the Texas Commission on Environmental Quality. LIENS TCEQ Liens VERSION DATE: 1/2014 Liens filed upon State and/or Federal Superfund Sites by the Texas Commission on Environmental Quality. LPST Leaking Petroleum Storage Tanks VERSION DATE: 11/2013 The Leaking Petroleum Storage Tank listing is derived from the Petroleum Storage Tank (PST) database and is maintained by the Texas Commission on Environmental Quality. This listing includes aboveground and underground storage tank facilities with reported leaks. MSD Municipal Setting Designations VERSION DATE: 4/2013 The Texas Commission on Environmental Quality defines an MSD as an official state designation given to property within a municipality or its extraterritorial jurisdiction that certifies that designated groundwater at the property is not used as potable water, and is prohibited from future use as potable water because that groundwater is contaminated in excess of the applicable potable -water protective concentration level. The prohibition must be in the form of a city ordinance, or a restrictive covenant that is enforceable by the city and filed in the property records. The MSD property can be a single property, multi -property, or a portion of property. MSWLF Municipal Solid Waste Landfill Sites VERSION DATE: 1/2014 The municipal solid waste landfill database is provided by the Texas Commission on Environmental Quality. This database includes active landfills and inactive landfills, where solid waste is treated or stored. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 12 ENVIRONMENTAL RECORDS DEFINITIONS - STATE (TX) NOV Notice of Violations VERSION DATE: 11/2013 This database containing Notice of Violations (NOV) is maintained by the Texas Commission on Environmental Quality. An NOV is a written notification that documents and communicates violations observed during an inspection to the business or individual inspected. PIHW Permitted Industrial Hazardous Waste Sites VERSION DATE: 11/2013 Owner and facility information is included in this database of all permitted industrial and hazardous waste sites. Industrial waste is waste that results from or is incidental to operations of industry, manufacturing, mining, or agriculture. Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in federal waste regulations. Permitted IHW facilities are regulated under 30 Texas Administrative Code Chapter 335 in addition to federal regulations. The IHW database is maintained by the Texas Commission on Environmental Quality. PST Petroleum Storage Tanks VERSION DATE: 11/2013 The Petroleum Storage Tank database is administered by the Texas Commission on Environmental Quality (TCEQ). Both Underground storage tanks (USTs) and Aboveground storage tanks (ASTs) are included in this report. Petroleum Storage Tank registration has been a requirement with the TCEQ since 1986. RRCVCP Railroad Commission VCP and Brownfield Sites VERSION DATE: 10/2013 According to the Railroad Commission of Texas, their Voluntary Cleanup Program (RRC -VCP) provides an incentive to remediate Oil & Gas related pollution by participants as long as they did not cause or contribute to the contamination. Applicants to the program receive a release of liability to the state in exchange for a successful cleanup. RWS Radioactive Waste Sites VERSION DATE: 7/2006 This Texas Commission on Environmental Quality database contains all sites in the State of Texas that have been designated as Radioactive Waste sites. GecpSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 13 ENVIRONMENTAL RECORDS DEFINITIONS - STATE (TX) SF State Superfund Sites VERSION DATE: 12/2013 The state Superfund program mission is to remediate abandoned or inactive sites within the state that pose an unacceptable risk to public health and safety or the environment, but which do not qualify for action under the federal Superfund program (NPL - National Priority Listing). As required by the Texas Solid Waste Disposal Act, Texas Health and Safety Code, Chapter 361, the Texas Commission on Environmental Quality identifies and evaluates these facilities for inclusion on the state Superfund registry. This registry includes any recent developments and the anticipated action for these sites. SIEC01 State Institutional/Engineering Control Sites VERSION DATE: 12/2013 The Texas Risk Reduction Program (TRRP) requires the placement of institutional controls (e.g., deed notices or restrictive covenants) on affected property in different circumstances as part of completing a response action. In its simplest form, an institutional control (IC) is a legal document that is recorded in the county deed records. In certain circumstances, local zoning or ordinances can serve as an IC. This listing may also include locations where Engineering Controls are in effect, such as a cap, barrier, or other engineering device to prevent access, exposure, or continued migration of contamination. The sites included on this list are regulated by various programs of the Texas Commission on Environmental Quality (TCEQ). SPILLS Spills Listing VERSION DATE: 11/2013 This Texas Commission on Environmental Quality database includes releases of hazardous or potentially hazardous materials into the environment. TIERII Tier I I Chemical Reporting Program Facilities VERSION DATE: 12/2012 The Texas Tier II Chemical Reporting Program in the Department of State Health Services (DSHS) is the state repository for EPCRA-required Emergency Planning Letters (EPLs), which are one-time notifications to the state from facilities that have certain extremely hazardous chemicals in specified amounts. The Program is also the state repository for EPCRA/state-required hazardous chemical inventory reports called Texas Tier Two Reports. This data contains those facility reports for the 2005 through the 2012 calendar years. VCP Voluntary Cleanup Program Sites VERSION DATE: 12/2013 The Texas Voluntary Cleanup Program (VCP) provides administrative, technical, and legal incentives to encourage the cleanup of contaminated sites in Texas. Since all non -responsible GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 14 ENVIRONMENTAL RECORDS DEFINITIONS - STATE (TX) parties, including future lenders and landowners, receive protection from liability to the state of Texas for cleanup of sites under the VCP, most of the constraints for completing real estate transactions at those sites are eliminated. As a result, many unused or underused properties may be restored to economically productive or community beneficial uses. The VCP database is maintained by the Texas Commission on Environmental Quality. WMRF Recycling Facilities VERSION DATE: 11/2012 This listing of recycling facilities is provided by the Texas Commission on Environmental Quality's Recycle Texas Online service. The company information provided in this database is self-reported. Since recyclers post their own information, a facility or company appearing on the list does not imply that it is in compliance with TCEQ regulations or other applicable laws. This database is no longer maintained and includes the last compilation of the program participants before the Recycle Texas Online program was closed. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 15 ENVIRONMENTAL RECORDS DEFINITIONS - TRIBAL INDIANRES VERSION DATE: 1/2000 Indian Reservations The Department of Interior and Bureau of Indian Affairs maintains this database that includes American Indian Reservations, off -reservation trust lands, public domain allotments, Alaska Native Regional Corporations and Recognized State Reservations. LUSTRO6 Leaking Underground Storage Tanks On Tribal Lands VERSION DATE: 2/2013 This database, provided by the United States Environmental Protection Agency (EPA), contains leaking underground storage tanks on Tribal lands located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. ODINDIAN Open Dump Inventory on Tribal Lands VERSION DATE: 11/2006 This Indian Health Service database contains information about facilities and sites on tribal lands where solid waste is disposed of, which are not sanitary landfills or hazardous waste disposal facilities, and which meet the criteria promulgated under section 4004 of the Solid Waste Disposal Act (42 U.S.C. 6944). USTRO6 Underground Storage Tanks On Tribal Lands VERSION DATE: 2/2013 This database, provided by the United States Environmental Protection Agency (EPA), contains underground storage tanks on Tribal lands located in EPA Region 6. This region includes the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. GegSearch www.geo-search.com • phone: 888-396-0042 • fax: 512-472-9967 DEFINITIONS 16 PROJECT SITE SOUTHERN MINERALS ROAD UP RIVER TO IH -37 FM 01 BEARDEN-DI3 Ic 0 a /11/% F� F 46"Op 4,0Sl CALL BEFORE YOU DIG! II1Texas8n, Know whaP.s below. Call before ou d PARTICIPANTS REQUEST 48 HOURS NOTICE BEFORE YOU DIG. DRILL, OR BLAST - STOP AND CALL 811 7: L- LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 41N%..4....,'..44,eligt NUECES BAY 7111110.70101 N ildikeNt LOCATION MAP 5000 0 5000 10000 15000 LFFIHVIIHI � 1 KW H �- . •4 /, N CORPUS CHRISTI BAY .44,* ****,� NUECES COUNTY Lip ®VICINITY MAP SCALE: NOT TO SCALE N SOUTHERN MINERALS ROAD SHEET INDEX SHEET NO. DESCRIPTION PREPARED FOR: CITY OF CORPUS CHRISTI SOUTHERN MINERALS ROAD UP RIVER TO IH -37 (BOND ISSUE 2014) PROJECT NUMBER: E13095 PREPARED BY: LNV engineers I architects 1 contractors 801 NAVIGATION, SUITE 300 CORPUS CHRISTI, TEXAS 78408 TOPE FIRM NO. F-366 PH. (361) 883-1984 FAX (361) 883-1986 W W W.LNVINC.COM 1 TITLE SHEET 2 LEGEND 3 LOCATION MAP 4 GENERAL NOTES 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37-40 GENERAL NOTES (CONTINUED) AND TESTING SCHEDULE ESTIMATED OUANTRIES REMOVAL SUMMARY TYPICAL SECTIONS PROPOSED DRAINAGE OUTFALL TYPICAL SECTION CONTROL LAYOUT HORIZONTAL AIJGNMENT DATA EXISTING WATER BASE MAP EXISTING WASTEWATER BASE MAP EXISTING STORM WATER BASE MAP EXISTING GAS BASE MAP CONSTRUCTION SEQUENCE LAYOUT PHASE 1 CONSTRUCTION SEQUENCE LAYOUT PHASE 2 & PHASE 3 CONSTRUCTION SEQUENCE TYPICAL SECTIONS ADVANCE WARNING SIGNS AT PROJECT LIMITS TRAFFIC CONTROL PLAN GENERAL NOTES TRAFFIC CONTROL PLAN PHASE 1 TRAFFIC CONTROL PLAN PHASE 2 TRAFFIC CONTROL PLAN PHASE 3 BARRICADE AND CONSTRUCTION BC(1)-14 BARRICADE AND CONSTRUCTION BC(2)-14 BARRICADE AND CONSTRUCTION BC(3)-14 BARRICADE AND CONSTRUCTION BC(4)-14 BARRICADE AND CONSTRUCTION BC(5)-14 BARRICADE AND CONSTRUCTION BC(6)-14 BARRICADE AND CONSTRUCTION BC(7)-14 BARRICADE AND CONSTRUCTION BC(8)-14 BARRICADE AND CONSTRUCTION BC(9)-14 BARRICADE AND CONSTRUCTION BC(10)-14 BARRICADE AND CONSTRUCTION BC(11)-14 BARRICADE AND CONSTRUCTION BC(12)-14 TRAFFIC CONTROL PIAN TCP(2-3)-12 TRAFFIC CONTROL PLAN TCP(3-1)-13, TCP(3-2)- 13, TCP(3-3)-14 & TCP(3-4)-13 41-43 TRAFFIC CONTROL PLAN WZ(TD)-13, WZ(STMP)-13 & WZ(UL)-13 44-47 TRAFFIC CONTROL PLAN WZ(RCO)-13, WZ(BTS-1)-13, WZ(BTS-2)-13 & WZ(BRK)-13 48 WATER PLAN AND PROFILE BEGIN TO STA. 5+00 49 WATER PLAN AND PROFILE STA. 5+00 TO STA. 10+00 50 WATER PLAN AND PROFILE STA. 10+00 TO STA. 15+00 51 WATER PLAN AND PROFILE STA. 15+00 TO STA. 20+00 52 WATER PLAN AND PROFILE STA. 20+00 TO END 53 MISCELLANEOUS DETAILS UTILITIES 54-57 CITY OF CORPUS CHRISTI STANDARD WATER DETAILS 58 DRAINAGE AREA MAP 59 STORM WATER PLAN AND PROFILE BEGIN TO STA. 5+00 60 STORM WATER PLAN AND PROFILE STA. 5+00 TO 10+00 61 STORM WATER PLAN AND PROFILE STA. 10+00 TO 15+00 62 STORM WATER PLAN AND PROFILE STA. 15+00 TO 20+00 63 STORM WATER PLAN AND PROFILE STA. 20+00 TO END 64-67 STORM WATER DETAILS 68 DRIVEWAY PROFILES 69-72 SOUTHERN MINERALS ROAD CROSS SECTIONS STA. 2+73 TO 20+00 73 DRIVEWAY CULVERT LAYOUT STA. 4+07.4 74 DRIVEWAY CULVERT LAYOUT STA. 5+52 & STA. 6+14.5 75 DRIVEWAY CULVERT LAYOUT STA. 7+40 76 DRIVEWAY CULVERT LAYOUT STA. 12+69 DRIVEWAY CULVERT LAYOUT STA. 14+11.6 PRECAST SAFETY END TREATMENT PSET-RP CAST -IN-PLACE SAFETY END TREATMENT SETP-PD STREET PLAN AND PROFILE BEGIN TO STA. 5+00 STREET PLAN AND PROFILE STA. 5+00 TO STA. 10+00 STREET PLAN AND PROFILE STA. 10+00 TO STA. 15+00 STREET PLAN AND PROFILE STA. 15+00 TO STA. 20+00 STREET PLAN AND PROFILE STA. 20+00 TO END INTERSECTION AND PAVEMENT TIE-IN DETAILS CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CRCP(1)-13 CONCRETE PAVING DETAILS -JOINT SEALS JS -14 METAL BEAM GUARD FENCE STANDARD DETAILS SIGNING AND PAVEMENT MARKING LAYOUT PAVEMENT MARKING DETAILS PM(1)-12, PM(2)-12 & PM(3)-12 TRAFFIC SIGN REQUIREMENTS TSR(4)-13 SIGN MOUNTING DETAILS SMD(GEN)-08, SMD(SUP-1)-08 & SMD(SUP-2)-08 STORM WATER POLLUTION PREVENTION PLAN POLLUTION CONTROL MEASURES CRP-BECL EROSION CONTROL MEASURES EC(3)-93 CITY OF CORPUS CHRISTI ENVIRONMENTAL ISSUES ANO COMMITMENTS 77 78 79 80 �� 82 83 84 85 b 86-88 � ° 89-90 ` a 91 92-93 94-95 96-98 99 100-102 103 104-105 106 107-109 DESCRIPTION CONSULTANT'S JOB NO. 130580 5. DESCRIPTION CORPUS CHRISTI TITLE SHEET _ __- E13095 PROJECT SITE SOUTHERN MINERALS ROAD UP RIVER TO IH -37 NUECES BAY CALL BEFORE YOU DIG! exas sw1 unowwhaYs below. CaII before you dig. PARTICIPANTS REQUEST 48 HOURS NOTICE BEFORE YOU DIG, DRILL, OR BLAST - STOP AND CALL 811 THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 NUECES COUNTY N LOCATION MAP GRAPHIC SCALE 0 5000 10000 15000 CORPUS CHRISTI BAY SHEET INDEX SHEET NO. DESCRIPTION PROJECT LIMITS ®VICINITY MAP SCALE: NOT TO SCALE N PREPARED FOR: CITY OF CORPUS CHRISTI SOUTHERN MINERALS ROAD UP RIVER TO IH -37 (BOND ISSUE 2014) PROJECT NUMBER: E13095 PREPARED BY: LNV engineers I architects 1 contractors 801 NAVIGATION, SUITE 300 CORPUS CHRISTI, TEXAS 78408 TBPE FIRM NO. F-366 PH. (361) 883-1984 FAX (361) 883-1986 WWW.LNVINC.COM 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37-40 TITLE SHEET LEGEND LOCATION MAP GENERAL NOTES GENERAL NOTES (CONTINUED) AND TESTING SCHEDULE ESTIMATED QUANTITIES REMOVAL SUMMARY TYPICAL SECTIONS PROPOSED DRAINAGE OUTFALL TYPICAL SECTION CONTROL LAYOUT HORIZONTAL ALIGNMENT DATA EXISTING WATER BASE MAP EXISTING WASTEWATER BASE MAP EXISTING STORM WATER BASE MAP EXISTING GAS BASE MAP CONSTRUCTION SEQUENCE LAYOUT PHASE 1 CONSTRUCTION SEQUENCE LAYOUT PHASE 2 & PHASE 3 CONSTRUCTION SEQUENCE TYPICAL SECTIONS ADVANCE WARNING SIGNS AT PROJECT LIMITS TRAFFIC CONTROL PLAN GENERAL NOTES TRAFFIC CONTROL PLAN PHASE 1 TRAFFIC CONTROL PLAN PHASE 2 TRAFFIC CONTROL PLAN PHASE 3 BARRICADE AND CONSTRUCTION BC(1)-14 BARRICADE AND CONSTRUCTION BC(2)-14 BARRICADE AND CONSTRUCTION BC(3)-14 BARRICADE AND CONSTRUCTION BC(4)-14 BARRICADE AND CONSTRUCTION BC(5)-14 BARRICADE AND CONSTRUCTION BC(6)-14 BARRICADE AND CONSTRUCTION BC(7)-14 BARRICADE AND CONSTRUCTION BC(8)-14 BARRICADE AND CONSTRUCTION BC(9)-14 BARRICADE AND CONSTRUCTION BC(10)-14 BARRICADE AND CONSTRUCTION BC(11)-14 BARRICADE AND CONSTRUCTION BC(12)-14 TRAFFIC CONTROL PLAN TCP(2-3)-12 TRAFFIC CONTROL PLAN TCP(3-1)-13, TCP(3-2)-13, TCP(3-3)-14 & TCP(3-4)-13 41-43 TRAFFIC CONTROL PLAN WZ(TD)-13, WZ(STMP)-13 & WZ(UL)-13 44-47 TRAFFIC CONTROL PLAN WZ(RCD)-13, WZ(BTS-1)-13, WZ(BTS-2)-13 & WZ(BRK)-13 48 WATER PLAN AND PROFILE BEGIN TO STA. 5+00 49 WATER PLAN AND PROFILE STA. 5+00 TO STA. 10+00 50 WATER PLAN AND PROFILE STA. 10+00 TO STA. 15+00 51 WATER PLAN AND PROFILE STA. 15+00 TO STA. 20+00 52 WATER PLAN AND PROFILE STA. 20+00 TO END 53 MISCELLANEOUS DETAILS UTILITIES 54-57 CITY OF CORPUS CHRISTI STANDARD WATER DETAILS 58 DRAINAGE AREA MAP 59 STORM WATER PLAN AND PROFILE BEGIN TO STA. 5+00 60 STORM WATER PLAN AND PROFILE STA. 5+00 TO 10+00 61 STORM WATER PLAN AND PROFILE STA. 10+00 TO 15+00 62 STORM WATER PLAN AND PROFILE STA. 15+00 TO 20+00 63 STORM WATER PLAN AND PROFILE STA. 20+00 TO END 64-67 STORM WATER DETAILS 68 DRIVEWAY PROFILES 69-72 SOUTHERN MINERALS ROAD CROSS SECTIONS STA. 2+73 TO 20+00 73 DRIVEWAY CULVERT LAYOUT STA. 4+07.4 74 DRIVEWAY CULVERT LAYOUT STA. 5+52 & STA. 6+14.5 75 DRIVEWAY CULVERT LAYOUT STA. 7+40 76 DRIVEWAY CULVERT LAYOUT STA. 12+69 77 DRIVEWAY CULVERT LAYOUT STA. 14+11.6 78 PRECAST SAFETY END TREATMENT PSET-RP 79 CAST -IN-PLACE SAFETY END TREATMENT SETP-PD 80 STREET PLAN AND PROFILE BEGIN TO STA. 5+00 1 STREET PLAN AND PROFILE STA. 5+00 TO STA. 10+00 82 STREET PLAN AND PROFILE STA. 10+00 TO STA. 15+00 83 STREET PLAN AND PROFILE STA. 15+00 TO STA. 20+00 84 STREET PLAN AND PROFILE STA. 20+00 TO END 85 INTERSECTION AND PAVEMENT TIE-IN DETAILS 86-88 CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 89-90 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CRCP(1)-13 91 CONCRETE PAVING DETAILS -JOINT SEALS JS -14 92-93 METAL BEAM GUARD FENCE STANDARD DETAILS 94-95 SIGNING AND PAVEMENT MARKING LAYOUT 96-98 PAVEMENT MARKING DETAILS PM(1)-12, PM(2)-12 & PM(3)-12 99 TRAFFIC SIGN REQUIREMENTS TSR(4)-13 100-102 SIGN MOUNTING DETAILS SMD(GEN)-08, SMD(SUP-1)-08 & SMD(SUP-2)-08 103 STORM WATER POLLUTION PREVENTION PLAN 104-105 POLLUTION CONTROL MEASURES CRP-BECL 106 EROSION CONTROL MEASURES EC(3)-93 107-109 CITY OF CORPUS CHRISTI ENVIRONMENTAL ISSUES AND COMMITMENTS RELEASED FOR CONSTRUCTION: Director of Capitol Programs Dote CONSULTANT'S JOB NO. 130580 DESCRIPTION REVISION NO. DESCRIPTION 1 TITLE SHEET REVISION N0. SHEET 1 of1 09 RECORD DRAWING N0. STR 898 CITY PROJECT#E13095 TYPICAL LEGEND/SYMBOLS CONSULTANT'S JOB NO.I 130580 LINETYPES SYMBOLS DETAIL/SECTION ID SYSTEM ptE DF. T'l DENIS 1. MILLER 51503 h oENSatvS 7-3/- /S PLAN PLAN PLAN (PROP UNES GREEN) PLAN CONT. (PROP UNES GREEN) I TRACKS RIGHT OF WAY BUILDING CASING NATURAL GROUND NG 0 ROW LT NG 0 ROW RT TOP OF CURB LEFT TOP OF CURB RIGHT HYDRAULIC GRADE LINE EDGE OF PAVEMENT LEFT EDGE OF PAVEMENT RIGHT ;FRCP BLOCKS r[LLDW; 4 BENCHMARK POINT CONTROL POINT • MONUMENT/POST 0 CORNER 0 PK NAIL 0 BORE HOLE Ti FIRE HYDRANT 5 WATER VALVE oto IRRIGATION CONTROL ® AIR RELEASE VALVE AO WATER METER ® WATER FAUCET _ WATER VAULT VALVE MH a ANTENNAE 1 SIGN 9 PIPELINE MARKER * MONITORING WELL m MAIL BOX • GUARD POST/BOLLARD (} SHRUB . TREE p PLUG 0. CONNECTION J. GUY ANCHOR -0- POWER POLE 4 LIGHT POLE ®00 PHONE BOX PHONE PEDESTAL 133 JUNCTION BOX O GROUND BOX (MIS .3c LIGHT) 0 PEDESTRIAN SIGNAL POLE C PROP TRAFFIC SIGNAL POLE 3=.30 EXIST TRAFFIC SIGNAL POLE 2 � 4 SECTION CUT INDICATOR SECTION INDICATOR (BY LETTER) SECTION CUT DIRECTION DETAIL TIRE Mk d SECTION TITLE 5 SANITARY SEWER LINE ROW P J w WATER LINE •"'-", --- '-�•'-`\'''••••\``'--" c GAS LINE RCP REINFORCED CONCRETE PIPE y — — _ _ I PROFILE z Mr SHEET NO. WHERE CUT � �SCALE: l"=1' 'SECTION CMP CORRUGATED METAL PIPE PIPE PIPE LINE 2 4 SCALE is DRAWN SHEET NO. WHERE CUT SHEET NO. WHERE CUT IS DRAWN IS SHOWN SHEET NO. WHERE CUT ADDRIONAL SHEETS WHERE IS SHOWN DRAWING IS SHOWN SECTION INDICATOR (8Y NUMBER) DETAIL TITLE I� d DETAIL TITLE z 1 0 v o LNV �/ F /��j11�` CHRISTI �` I engineers I architects I contractors CITY of CORP HRIST! 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 883-1986 TBPE FIRM NO. F-366 WWW. LNVINC.COM Department of Capitol Programs CABLE LINE NG w FO FIBER OPTIC ROW LT 0 FM FORCE MAIN W ROW RT T TELEPHONE LINE J o z HAL o z 0 " j P- z LA / a EL'. \ OHP OVERHEAD POWER E ELECTRIC LINE y DIRECTION OF SLOPE/BANK.9.-- a s o : 100 �� w EOP LT SCALE: 1"=1' . ■ ■ 1/ Bos BOTTOM OF SLOPE BOTTOM EDGE OF WATER EOP RT o a PAVEMENT CROWN LINE EASEMENT DETAIL SCALE SHEET NO. WHERE DETAIL NORTH ARROW GRAPHIC SCALE IS DRAWN SHEET NO. WHERE DETAIL IS SHOWN OWN DRAWING GIIS SHWHERE EOW CLD RT CL DITCH RT :S SANITARY SEWER 0 CLEANOUT ® STORM WATER MH of CLD LT CL DITCH of LT® CLP CL PAVEMENT=PROP. of s.0 CONTOURS BRUSHLINE )tel GRATE INLET ca GAS VALVE 4 GAS METER ® ELECTRIC MH Q TELEPHONE MH // WOOD FENCE X FENCE m GUARD RAIL GATE PROPERTY LINE UTILITY EASEMENT GENERAL ABBREVIATIONS w YARD REQUIREMENT/BUILDING TCE TEMPORARY CONSTRUCTION HATCHPATTERNS A ® AT (MEASUREMENT) L LB(S) POUNDS ACP ASBESTOS CEMENT PIPE LF LINEAR FEET APPROX APPROXIMATE LG LONG ASTM AMERICAN SOCIETY FOR LS LIFT STATION TESTING AND MATERIALS LT LEFT ASSY ASSEMBLY LWL LOW WATER LEVEL AVG AVERAGE AIP ABANDONED IN PLACE M MAX MAXIMUM AT&T PED AT&T PEDESTAL M.E. MATCH EXISTING GRADE B B-B BACK TO BACK OF CURB MFR MANUFACTURER BEV BUTTERFLY VALVE MAD MILLION GALLONS PER DAY BLDG BUILDING MH MANHOLE BL or BASE LINE MIN MINIMUM CC CENTER OF CURVATURE, CENTER TO CENTER MIS MUNICIPAL INFORMATION SYSTEM CENT C+ CBC CONCRETE BOX CULVERT MISC MISCELLANEOUS CF CUBIC FEET MJ MECHANICAL JOINT MPFG MATCH PROPOSED GRADE CFM CUBIC FEET PER MINUTE MPNG MATCH PROPOSED NATURALIL GROUND CFS CUBIC FEET PER SECOND C&G CURB AND GUTTER MPPE MATCH PROPOSED PAVEMENT ELEVATION CI CURB INLET N N NORTH CAST IRON PIPE NG NATURAL GROUND CIPP CURED IN PLACE PIPE NO, # NUMBER CJ CONTROL JOINT NTS NOT To SCALE CL or fL CENTER LINE CLD CENTER LINE OF DITCHQIT�G�QIj���A�k� A1� IOC pIWF�I CLP CENTER LINE OF PAVEMENT 0 0050 ii13E'C,`OURiE'�'ORFAL`lT KLATMtNI SOON CLR CLEAR CMP CORRUGATED METAL PIPE OD C/0 CLEAN OUT OHP OVERHEAD POWER CONC CONCRETE P PC POINT OF CURVATURE CRS COURSE PE POLYETHYLENE CY CUBIC YARD PED PEDESTAL z z EXISTING (PLAN) EXIST ASPHALT EXIST CONC EXIST BASE PROPOSED (PLAN) CONCRETE PAVEMENT PAVEMENT REPAIR CONTRACTOR STAGING AREA DEMOLITION GRAVEL BLOCK SODDING A AAlk ,GIP ' - - - •. -' �,` pl �•o�' - p,`;•.n,�, SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) LEGEND ;:›N\ V�j GRAVEL CONCRETE RIP-RAP PI POINT OF INTERSECTION D DE DUCT BANK PL PROPERTY LINE DEG o ° DEGREE PP POWER TOLE DIA or 0 DIAMETER Ps PUMP STATION DIM DIMENSION PSI POUNDS PER SQUARE INCH DIP DUCTILE IRON PIPE PT POINT OF TANGENCY DI DUCTILE IRON PVC POLYVINYL CHLORIDE D/S DOWNSTREAM PVMT PAVEMENT DWG(S) DRAWING(S) PROJ PROJECTION DEPT. DEPARTMENT PROP PROPOSED 0. QTY QUANTITY E EAE ENGINEER APPROVED EQUAL R R= RADIUS EFF EFFLUENTIET EFM EFFLUENT FORCE MAIN RCB REINFORCED CONCRETE BOX EL ELEVATION RCP REINFORCED CONCRETE PIPE 00 SP EQUALLY SPACED REINF REINFORC(ED)(ING)(EMENT) EST ESTIMATED REHAB REHABILITATION EXIST or EX EXISTING RIM ELEVATION AT MANHOLE COVER ELECT. ELECTRICAL ROW RIGHT OF WAY R&R REMOVE AND REPLACE F FG FINISH GRADE RT RIGHT FH FIRE HYDRANT RTU REMOTE TERMINAL on- NRFL FLOW LINE ELEVATION FL FM FORCEMAIN S S SOUTH FT or ' FOOT FEET SHT SHEET SY SQUARE YARDS SPEC SPECIFICATION G GA GAUGE or GAGE SS STAINLESS STEEL OR SANITARY SEWER GAL GALLONS STA STATION GALV GALVANIZED) GALVANIZED STD(S) STANDARDS(S) GB GRADE BREAK SW SIDEWALK GPM GALLONS PER MINUTE T TEMP TEMPORARY H HDG HOT DIPPED GALVANIZED TOE TEMPORARY CONSTRUCTION EASEMENT HDPE HIGH DENSITY POLYETHYLENE TGV TAPPING GATE VALVE HGL HYDRAULIC GRADE LINE TC TOP OF CURB HMACP HOT MIX ASPHALT CONCRETE PAVEMENT TOC TOP OF CONCRETE HP HORSEPOWER, HIGH PRESSURE NP TYPICAL HPPL HIGH PRESSURE PIPE LINE HWL HIGH WATER LEVEL U UG UNDERGROUND UE UTILITY EASEMENT I ID INSIDE DIAMETER, 18000 DIMENSION U/S UPSTREAM IN or " INCHES V VAR VARIES. INV INVERT VCP VITRIFIED CLAY PIPE IPS IRON PIPE SIZE W WWTP WASTEWATER TREATMENT PLANT J JB JUNCTION BOX WWL WASTEWATER LINE z0 U �Oho • OA1/00 Oh CONCRETE PAVEMENT CRUSHED LIMESTONE BASE:.EXISTING COMPACTED SUBGRADE SECTION/PROFILE SAND GRADE -• • '' " — —III - —III—III III CO ��� 'l/ w 0 SHEET Z of109 RECORD DRAWING NO. STR 898 REVISION NO. CITY PROJECT#E13095 1111111111111111111 -111111111111111111111 111111 111111111111IIII IIIIH 111111111111111111111111111111111 b TULOSO ROAD OIIU N111E11111111 i! 1111111111111111111111111111111111111111111111 /$ 111111111111111111111111111111 11111111111111 RHEW ROAD SUNTIDE ROAD 1IIII11IIIIIW inf mimmudi VALERO WAY SH 358 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION z® S60£l3#103rO d ,1110 Oo (3 co I) rn 0 p m 0 A � oCA n o 0 Z 0 9 CO SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) LOCATION MAP CITY of CORPUS CHRISTI TEXAS Department of Capitol Programs LNV engineers I architects 801 NAVIGATION. SUITE 300 CORPUS CHRISTI. TEXAS 78408 TBPE FIRM NO. F-366 contractors PR_ (361) 883-1984 FAX (361) 883-1986 WWW. LNVINC.COM 0 0 z 03 c I— > oz CO o0 0 0 GENERAL NOTES A. STREETS 1. 'CLEAR RIGHT-OF-WAY" CONSISTS OF CLEARING, GRUBBING AND STRIPPING OF OBJECTIONABLE MATTER IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 021020, AND REMOVING ABANDONED STRUCTURES AND UTILITIES IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 021080, WITHIN THE LIMITS OF CONSTRUCTION, WHICH MAY EXTEND BEYOND THE RIGHT-OF-WAY IN SOME AREAS OF THE PROJECT. 2. "STREET EXCAVATION' I5 MEASURED FROM ONE FOOT BEHIND EDGE OF PROPOSED PAVEMENT TO ONE FOOT BEHIND OPPOSITE EDGE OF PROPOSED PAVEMENT. 3. EMBANKMENTS FOR STREETS, WHERE REQUIRED TO ACHIEVE THE SPECIFIED ELEVATIONS, SHALL BE SELECT MATERIAL MEETING THE FOLLOWING REQUIREMENTS: FREE OF VEGETATION, HARD LUMPS, ROCK FRAGMENTS, OR OTHER DEBRIS, NO CLAY LUMPS GREATER THAN 2" DIAMETER, LIQUID LIMIT ILL.) LESS THAN 35, PLASTICITY INDEX (P.I.) BETWEEN B AND 20, MOISTURE CONTENT BETWEEN ZERO AND +3% OF OPTIMUM. 4. WHERE EXISTING ASPHALT OR CONCRETE PAVEMENT 15 TO BE CUT, THESE CUTS SHALL BE VERTICAL AND MADE WITH A SAW. 5. PRIORTO PLACEMENT LIMESTONE BASE, THE SUBGRADE SHALL BE COMPACTED TO NOT LESS THAN 95% STANDARD PROCTOR DENSITY (ASTM D698 OR AASHTO T99) AT OR SLIGHTLY ABOVE (+3% MAXIMUM) OPTIMUM MOISTURE CONTENT, TO THE DEPTH INDICATED ON THE DRAWINGS. 6. FLEXIBLE BASE SHALL BE TYPE A GRADE 1-2 CRUSHED LIMESTONE, IN ACCORDANCE WITH TxDOT STANDARD SPECIFICATION ITEM 247 AND STANDARD SPECIFICATION SECTION 025223. FLEXIBLE BASE SHALL BE COMPACTED TO NOT LESS THAN 98% MODIFIED PROCTOR DENSITY (ASTM D1557 OR AASHTO T180) UNDER FLEXIBLE (H.M.A.C.) PAVEMENTS, OR NOT LESS THAN 98% STANDARD PROCTOR (ASTM D698 OR AASHTO 799) UNDER RIGID (CONCRETE) PAVEMENTS, WITHIN ±2% OF OPTIMUM MOISTURE CONTENT. 7. PRIME COAT SHALL BE MC -30 MEDIUM -CURING CUTBACK ASPHALT OR AE -P ASPHALT EMULSION PRIME, AND SHALL BE APPLIED ATA RATE OF 0.15 GALLON PER SQUARE YARD. TACK COAT SHALL BE SS -1 SLOW -SETTING EMULSIFIED ASPHALT AND SHALL BE APPLIED AT A RATE OF 0.05 TO 0.15 GALLON PER SQUARE YARD. 8. HOT MIX ASPHALTIC CONCRETE SHALL MEET THE REQUIREMENTS OF TxDOT STANDARD SPECIFICATION ITEM 340 AND STANDARD SPECIFICATION SECTION 025424. 9. ALL ROLUNG AND COMPACTING OF H.M.A.C. PAVEMENT MUST BE COMPLETED BEFORE THE TEMPERATURE OF THE MIXTURE DROPS BELOW 175 DEGREES F. 10. CARE SHALL BE TAKEN TO PROTECT CURB & GUTTER AND OTHER CONCRETE SURFACES FROM ASPHALT SPLATTER DURING PRIMING AND SEALING OPERATIONS. 11. LOCATIONS OF LONGITUDINAL JOINTS IN CONCRETE PAVEMENTS, AND LONGITUDINAL LAYDOWN JOINTS FOR SURFACE COURSE OF H.M.A.C. PAVEMENTS, SHALL BE OFFSET 6 INCHES FROM LANE STRIPING UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 12. H.M.A.C. PAVEMENTTRANSITONS TO EXISTING PAVEMENTS SHALL BE TRANSITIONED OVER 10 FEET TO PRODUCE A SMOOTH RIDE AND SHALL BE CHECKED WITH A 10 -FT. STRAIGHT EDGE PRIOR TO COMPLETION. 13. CONCRETE FOR RIGID (CONCRETE) PAVEMENTS SHALL BE CLASS 'P' WITH A MINIMUM FLEXURAL (BEAM) STRENGTH OR A MINIMUM COMPRESSIVE STRENGTH AS SPECIFIED IN TxDOT STANDARD SPECIFICATION ITEM 360 AND STANDARD SPECIFICATION SECTION 025620. B. DRIVEWAYS 1. DRIVEWAYS SHALL BE AS SHOWN ON CIN OF CORPUS CHRISTI "STANDARD DRIVEWAY DETAILS". 2. DRIVEWAYS SHALL BE CONSTRUCTED SUCH THAT TEXTURED SURFACES ARE NOT REQUIRED, AS IN THE CASE OF CURB RAMPS. 3. EXISTING DRIVEWAYS, SIDEWALKS, CURB, GUTTER AND STORM SEWERS SHALL BE REMOVED AS REQUIRED TO CONSTRUCT THE PROPOSED IMPROVEMENTS, INCLUDING THAT WHICH 15 REQUIRED FOR GRADE ADJUSTMENTS BEYOND THE PROPERTY LINE, IF DIRECTED BY THE ENGINEER. REMOVAL OF THESE ITEMS IS SUBSIDIARY TO "STREET EXCAVATION"AND "CLEAR RIGHT-OF-WAY", UNLESS OTHERWISE SPECIFIED. CONCRETE DRIVEWAYS PLACED FOR TRANSITION SHALL BE PAID FOR UNDER THE UNIT PRICE FOR "CONCRETE DRIVEWAY" REGARDLESS OF WIDTH. CONTRACTOR SHALL PROVIDE SATISFACTORY GRADE AND POSITIVE DRAINAGE FOR ALL DRIVEWAYS. DRIVEWAY TRANSITIONS OF OTHER MATERIALS (I.E. ASPHALT, STONE, CALICHE, ETC.) LOCATED OUTSIDE OF THE R.O.W. SHALL BE REPLACED IN-KIND WITH REGARD TO TYPE AND THICKNESS OF MATERIALS, AND UN LESS INDICATED OTHERWISE IN THE PROPOSAL SHALL BE SUBSIDIARY TO THE APPROPRIATE BID ITEMS. 4. PRIOR TO DRIVEWAY CONSTRUCTION, THE CONTRACTOR SHALL DETERMINE THE DIFFERENCE IN ELEVATION FROM THE HIGHEST POINT OF THE EXISTING DRIVEWAY AT THE R.O.W. LINE TO THE PROPOSED EDGE OF PAVEMENT ELEVATION. IF THE PROPOSED DRIVEWAY CANNOT BE CONSTRUCTED WITHIN THE MAXIMUM ALLOWABLE SLOPE, THE CONTRACTOR SHALL EXTEND THE PROPOSED DRIVEWAY IMPROVEMENTS BEYOND THE R.O.W. AS REQUIRED SO THAT THE MAXIMUM ALLOWABLE SLOPE IS NOT EXCEEDED. IN DETERMINING THE REQUIRED LENGTH OF PROPOSED DRIVEWAY IMPROVEMENTS, THE CONTRACTOR SHALL INCLUDE AT LEAST3 FEET FOR A FUTURE PEDESTRIAN ACCESSIBLE ROUTE WITH A MAXIMUM CROSS SLOPE OF 50:1. 5. UNPAVED AREAS BETWEEN EDGE OF PAVEMENT AND R.O.W. LINE SHALL BE GRADED, TILLED AND BLOCK SODDED OR SEEDED, AS INDICATED ON THE DRAWINGS. C. CURB AND GUTTER 1. CURB & GUTTER SHALL BE STANDARD 6" CURB UNLESS DIRECTED OTHERWISE BY THE ENGINEER TO PROVIDE POSITIVE DRAINAGE FOR STREET. 2. WHEN MATCHING NEW 6" CURB & GUTTER TO EXISTING 4" C&G, THE GUTTER SLOPE SHALL BE MAINTAINED AND THE 2" TRANSITION SHALL BE MADE IN THE CURB SECTION, AS NECESSARY TO PREVENT PONDING WATER. TRANSITION LENGTH SHALL BE 10 FEET MINIMUM. 3. PROVIDE EXPANSION JOINT WITH REDWOOD STRIP JOINT FILLER AND TWO %"� xis" LONG SMOOTH DOWELS WHERE NEW CU RB TIES INTO EXISTING CURB. D. UTILITIES AND STORM WATER 1. THE CONTRACTOR SHALL CONTACT THE APPROPRIATE UTILITY OWNER TO ADJUST OR RELOCATE UTILITIES THAT WILL INTERFERE WITH THE PROPOSED IMPROVEMENTS. THIS INCLUDES, BUT IS NOT LIMITED TO EXISTING GAS LINES, PRODUCT PIPELINES, FIBER OPTIC LINES, UTILITY POLES, TELEPHONE/CABLE TV PEDESTALS, ELECTRICAL DUCT BANKS, JUNCTION BOXES, ETC. WHERE FEASIBLE, THESE EXISTING UTILITIES SHOULD BE ADJUSTED OR RELOCATED PRIOR TO BEGINNING WORK ON THE AFFECTED CONSTRUCTION PHASE. EXISTING WATERLINES AND WASTEWATER LINES THAT INTERFERE WITH THE PROPOSED IMPROVEMENTS SHALL BE RELOCATED BY THE CONTRACTOR. 2. EXISTING UTILITIES SHOWN ON THE DRAWINGS ARE FOR INFORMATIONAL PURPOSES ONLY. THE ACCURACY AND COMPLETENESS OF SUCH INFORMATION 15 NOT GUARANTEED. IT IS THE CONTRACTOR'S SOLE AND COMPLETE RESPONSIBILITY TO LOCATE ALL UNDERGROUND UTILITIES AND STRUCTURES SUFFICIENTLY IN ADVANCE OF TRENCHING AND EXCAVATION OPERATIONS TO AVOID DAMAGING EXISTING UTILITIES OR CAUSING UNNECESSARY DELAYS. 3. EXISTING STORM WATER PIPES, BOXES, MANHOLES, INLETS, ETC. TO BE REMOVED SHALL BE PAID FOR UNDER ITEM "CLEAR RIGHT -0F -WAY". 4. SHALLOW ABANDONED PIPES (OLD WATERLINES, DITCH CULVERTS, UTIUTY SERVICES, ETC.) WITHIN LIMITS OF R.O.W. SHALL BE REMOVED AND PROPERLY DISPOSED OF. THIS GENERALLY APPLIES TO ALL UNWANTED PIPES THAT ARE WITHIN ONE FOOT OF SUBG RADE, DITCH CULVERTS, AND ANY ABANDONED PIPES WHICH COULD IMPACT THE PROPOSED WORK. ALL ABANDONED LINES TO REMAIN IN PLACE SHALL BE CAPPED AT THE ENDS AND CUT FOR REMOVAL OF SECTIONS AS REQUIRED TO ACCOMMODATE CONSTRUCTION OF THE PROPOSED IMPROVEMENTS. ABANDONED LINES 6 INCHES AND LARGER TO REMAIN IN PLACE SHALL BE FILLED WITH FLOWABLE GROUT. EXCEPT AS OTHERWISE INDICATED IN THE CONTRACT DOCUMENTS, THIS ACTIVITY WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 5. IF ACTIVE SHALLOW BURIED PIPELINES OR UTILITIES ARE ENCOUNTERED WITHIN THE PROJECT LIMITS THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY. THESE LINES MAY REQUIRE ENCASEMENT OR REROUTING. 6. ALL STORM WATER PIPE SHALL BE CLASS III REINFORCED CONCRETE PIPE WITH TYPE B WALL AND TONGUE -AND -GROOVE JOINTS PER ASTM C-76, UNLESS NOTED OTHERWISE ON THE DRAWINGS. CLASS IV REINFORCED CONCRETE PIPE SHALL BE USED WHERE TOP OF PIPE EXTENDS INTO BASE COURSE. 7. STORM WATER JUNCTION BOXES MAY BE CAST -IN-PLACE OR PRECAST REINFORCED CONCRETE, AT THE CONTRACTOR'S OPTION. CONCRETE FOR CAST -IN-PLACE JUNCTION BOXES SHALL BE CLASS 'C' (3600 PSI MINIMUM COMPRESSIVE STRENGTH AT 28 DAYS). CONCRETE FOR PRECAST JUNCTION BOXESSHALL HAVE A COMPRESSIVE STRENGTH OF NOT LESS THAN 5000 P51 AT 28 DAYS. 8. MITERED ENDS FOR REINFORCED CONCRETE PIPES AND BOX CULVERTS MAY BE PRECAST SECTIONS OR FIELD CUT, AT THE CONTRACTOR'S OPTION. NO SEPARATE PAYMENT WILL BE MADE FOR THESE SUBSIDIARY ITEMS. 9. ANGLES, BENDS AND TRANSITIONS IN REINFORCED CONCRETE BOX CULVERTS MAY BE PRECAST SECTIONS OR CAST -IN-PLACE, AT THE CONTRACTOR'S OPTION. (PRECAST SECTIONS ARE PREFERRED.) NO SEPARATE PAYMENT WILL BE MADE FOR THESE SUBSIDIARY ITEMS. 10. UTILITY TRENCHES SHALL BE SHEATHED AND BRACED AS REQUIRED TO MAINTAIN A SAFE WORKING AREA FOR WORKERS, IN ACCORDANCE WITH 0.S.H.A. STANDARDS, 29 CFR PART 1926, SUBPART P "EXCAVATIONS". 11. TRENCH EXCAVATION SHALL NOT PRECEDE BACKFILL BY MORE THAN 200 FEET. NO TRENCH SHALL BE LEFT OPEN AFTER NORMAL WORKING HOURS. 12. ALL OPEN EXCAVATIONS SHALL BE ENCLOSED WITH HIGH-DENSITY POLYETHYLENE 4 -FT. HIGH ORANGE SAFETY BARRICADE FENCE (TENSAR UX4050 OR APPROVED EQUIVALENT) AND DRUMS. 13. ALL VALVE CASINGS AND MANHOLES REQUIRING ADJUSTMENT SHALL BE LOCATED BY STATION AND OFFSETAND TIED TO EXISTING FEATURES THAT WILL REMAIN IN PLACE. PROPOSED ELEVATIONS FOR MANHOLE RIMS AN D VALVE CASINGS SHOWN ON THE PLANS ARE APPROXIMATE. CONTRACTOR SHALL EXTEND ALL VALVE CASINGS AND MANHOLE RIMS TO ACTUAL FINISH GRADE. ELEVATION ADJUSTMENTS FOR NEW MANHOLES AND VALVES SHALL BE CONSIDERED SUBSIDIARY AND SHALL NOT BE PAID FOR SEPARATELY. 14. THE CONTRACTOR SHALL LOCATE ALL EXISTING WATER SERVICE CONNECTIONS ALONG THE PROJECT CORRIDOR, WHEREVER EXISTING WATER MAINS ARE TO BE REPLACED. NO DIRECT PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS WORK; !TWILL BE CONSIDERED SUBSIDIARY TO THE PAY ITEMS FOR WATER IMPROVEMENTS. 15. THE CONTRACTOR SHALL TAKE PRECAUTIONS TO PROTECT EXISTING UTILITIES FROM DAMAGE. ALL PIPES, UTILITIES AND OTHER FACILITIES DAMAGED BY THE CONTRACTOR SHALL BE REPAIRED TO THE CITY'S SATISFACTION, WITH NO ADDITIONAL PAYMENT TO THE CONTRACTOR. 16. PAVEMENT REPAIR FOR UTILITY TRENCH SHALL BE PAID FOR ONLY IF THE REPAIR OCCURS OUTSIDE THE LIMITS OF PROPOSED STREET RECONSTRUCTION. TRENCH RESTORATION ALONG EXISTING PAVEMENTS THAT ARE SCHEDULED FOR SUBSEQUENT RECONSTRUCTION SHALL INCLUDE TEMPORARY REPLACEMENT OF BASE COURSE WITH LOW P.I. MATERIAL THAT IS CONDUCIVE FOR SALVAGE. 17. WHERE UTILITY WORK IS PERFORMED UN DER AREAS OF THE EXISTING ROADWAY THAT ARE REQUIRED TO CARRY TRAFFIC PRIOR TO COMPLETION OF THE STREET IMPROVEMENTS, THE CONTRACTOR SHALL APPLY SURFACE TREATMENT ON TOP OF THE BASE OR BACKFILL MATERIAL UNTIL SUCH TIME THAT THE PROPOSED PAVEMENT SECTION IS CONSTRUCTED. THESE TEMPORARY PAVEMENTS WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 18. EXCEPT AS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TIE-INS OR CONNECTIONS OF PROPOSED STORM WATER TO MANHOLES OR EXISTING STORM WATER LIN ES SHALL BE SUBSIDIARY WORK AND SHALL NOT BE MEASURED FOR PAYMENT. 19. EXCEPT AS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TIE-INS OR CONNECTIONS OF EXISTING STORM WATER LINES TO PROPOSED MANHOLES OR STORM WATER LINES SHALL BE SUBSIDIARY WORK AND SHALL NOT BE MEASURED FOR PAYMENT. 20. A PIPE COLLAR SHALL BE USED WHERE PROPOSED STORM WATER PIPE IS TO BE CONNECTED TO EXISTING STORM WATER PIPE. PIPE COLLARS SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. PIPE COLLARS WILL NOT BE REQUIRED AT STRAIGHT (NON -SKEWED) TONGUE -AND -GROOVE CONNECTIONS OF SAME SIZE PIPES UNLESS THE JOINT 15 DAMAGED. 21. "CHANNEL EXCAVATION' INCLUDES BOTH EXCAVATION AND EMBANKMENT FOR DRAINAGE CHANNEL AND DRAINAGE SWALE. CONTRACTOR SHALL OVER -EXCAVATE PROPOSED DRAINAGE CHANNEL AND DRAINAGE SWALE TO ALLOW FOR PLACEMENT OF TOPSOIL& BLOCK SOD OR CONCRETE RIPRAP. OVER -EXCAVATION FOR THESE ITEMS IS NOT INCLUDED IN THE ESTIMATED QUANTITY FOR CHANNEL EXCAVATION AND WILL NOT BE PAID FOR DIRECTLY. 22. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, DEWATERING OF OPEN EXCAVATIONS AND UTILITY TRENCHES WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE ITEMS IT MAY BE ASSOCIATED WITH. REFER TO STANDARD SPECIFICATION SECTION 022021. 23. PROVIDE TEMPORARY OUTFALLS FOR STORM WATER RUNOFF UNTIL DOWNSTREAM STORM WATER IMPROVEMENTS ARE COMPLETED. THIS MAY REQUIRE TEMPORARY PUMPING OF STORM WATER RUNOFF INTO EXISTING STORM WATER DITCHES. NO ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 24. CONTRACTOR SHALL PROVIDE 6" OF CEMENT -STABILIZED SAND BEDDING BENEATH ALL PRECAST CONCRETE STORM WATER INLETS, MANHOLES ANDJUNCTION BOXES. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY WORK, D. UTILITIES AND STORM WATER, (CONT.) 25. CONTRACTOR SHALL PROVIDE CEMENT -STABILIZED SAND BACKFILL(3 FEET MAXIMUM HEIGHT) FOR ALL UTILITY AND STORM WATER TRENCHES IN PAVEMENT AREAS, AS INDICATED ON THE DRAWINGS. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY WORK. 26. CONTRACTOR SHALL PROVIDE TO THE ENGINEER DIGITAL QUALITY COLOR PHOTOGRAPHS FOR ALL WATER AND STORM WATER CONNECTIONS AND/OR FITTINGS PRIOR TO BACKFILLING THE TRENCH OR EXCAVATION. THE PHOTOS SHALL BE DATE AND TIME STAMPED. 27. CONTRACTOR SHALL TELEVISE ALL STORM WATER CONDUITS AFTER INSTALLATION, BUT PRIORTO PAVEMENT CONSTRUCTION, IN ACCORDANCE WITH APPLICABLE SPECIFICATION SECTIONS. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TELEVISION INSPECTION OF CONDUITS WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE ITEMS FOR WHICH ITIS REQUIRED. 28. CONTRACTOR SHALL COORDINATE WITH PROPERTY OWNER PRIOR TO ACCESSING PRIVATE PROPERTY INCLUDING UTILITY EASEMENTS. ALL PERIMETER FENCE REMOVED TO GAIN ACCESS TO THE SITE SHALL BE REPLACED WITH NEW FENCE OF THE SAME MATERIAL. CONTRACTOR SHALL MAINTAIN SITE SECURITY BY MEANS OF TEMPORARY FENCING UNTIL PERMANENT FENCE HAS BEEN INSTALLED. CONTRACTOR SHALL RESTORE ALL AREAS AFFECTED BY HIS ACTIVITIES TO PRE - CONSTRUCTION CONDITION. RESTORATION EFFORTS INCLUDE, BUT ARE NOT LIMITED TO ALL EQUIPMENT, LABOR AND MATERIALS REQUIRED TO PLACE TOPSOIL AND BLOCK SOD OR SEEDING, AS INDICATED, CONSTRUCT ASPHALT PAVEMENT REPAIRS, CONCRETE SIDEWALK REPAIRS, CONCRETE DRIVEWAY REPAIRS, CONCRETE PAVEMENT REPAIRS, AND UTILITY CONNECTIONS, AS NEEDED. UNLESS NOTED OTHERWISE, ALL OF THE WORK LISTED HEREIN SHALL BE SUBSIDIARY TO OTHER PAY ITEMS AND WILL NOT BE PAID FOR SEPARATELY. 29. CHANNEL EXCAVATION WORK IS ASSUMED UNDER NATIONWIDE PERMIT 3(MAINTENANCE). E. WATERLINES 1. WATER METERS SHALL BE ACCESSIBLE DURING CONSTRUCTION. 2. THE CONTRACTOR SHALL COORDINATE WITH CITY WATER DEPARTMENT PERSONNEL TO SCHEDULE OPTIMUM TIME FOR WATER CONNECTION TIE-INS. 3. VALVE BOXES AND METER BOXES TO REMAIN IN SERVICE SHALL BE ADJUSTED TO FINISH GRADE. 4. ABANDONED WATER FITTINGS, VALVES, FIRE HYDRANTS, ETC. SHALL BE RECOVERED AND STOCKPILED AT A SECURE LOCATION BY THE CONTRACTOR FOR SALVAGE BY THE CITY. HOWEVER, ALL RELATED ITEMS THAT ARE UNWANTED BY THE CITY SHALL BECOME THE PROPERTY OF THE CONTRACTOR. 5. WHERE A WASTEWATER LINE AND A WATERLINE CROSS, THE WATERLINE SHALL BE PLACED OVER TI -18 WASTEWATER LINE WITH A USUAL VERTICAL CLEARANCE OF 2 FEET. IF THIS IS NOT POSSIBLE, THE WASTEWATER LINE SHALL BE 0900 OR C905 WITH A MINIMUM PRESSURE RATING OF 150 PSI, OR SHALL BE ENCASED WITH A STANDARD 20 -FT. LENGTH OF PRESSURE PIPE. THE CASING PIPE SHALL NOT BE PAID FOR DIRECTLY BUT SHALL BE SUBSIDIARY TO THE CARRIER PIPE. 6. WATERLINES SHALL BE PLACED TO DEPTH AS PER CITY'S WATERLINE MINIMUM COVER REQUIREMENTS ON WATER DETAIL SHEETS, OR AS OTHERWISE SHOWN ON THE DRAWINGS. HOWEVER, IT MAY BE NECESSARY TO PLACE THE WATERLINE DEEPER AT CERTAIN LOCATIONS IN ORDER TO AVOID CONFLICTS. 7. PIPE BETWEEN FITTINGS AT VERTICAL AND HORIZONTAL CHANGES IN ALIGNMENT SHALL BE DUCTILE IRON PIPE WITH JOINT RESTRAINT DEVICES. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS WORK; IT SHALL BE CONSIDERED SUBSIDIARY TO THE BID ITEMS FOR WATER IMPROVEMENTS. 8. CONNECTIONS TO THE EXISTING WATER SYSTEM WILL BE PAID FOR AS INDICATED IN THE BID PROPOSAL. 9. ALL ASBESTOS -CEMENT (AC) PIPE DESIGNATED FOR REMOVAL SHALL BE DISPOSED OF IN STRICT COMPLIANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. 10. WHERE EXISTING WATER SERVICE LINE CONNECTS TO EXISTING WATERLINE TO BE REMOVED OR ABANDONED, PROVIDE NEW WATER SERVICE LINE OF SAME SIZE FROM NEW PVC WATERLINE TO EXISTING WATER METER. 11. THE EXACT LOCATION AND SIZE OF EACH INDIVIDUAL WATER SERVICE CONNECTION SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR PRIOR TO INSTALLATION OF THE PROPOSED WATERLINES. CONTRACTOR SHALL INSTALL THE APPROPRIATE SIZE WATER SERVICE FROM THE MAIN TO THE EXISTING WATER METER IN ACCORDANCE WITH CITY OF CORPUS CHRISTI STANDARD WATER DETAILS. 12. FIRE HYDRANT LEADS LONGER THAN 20 FEET MAY UTILIZE 0900 PVC (DR 18) PIPE UP TO THE GATE VALVE. 13. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, DEWATERING OF WATERLINES WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE ITEM IT IS ASSOCIATED WITH. F. SPECIAL RESTRICTIONS FOR SEQUENCING WORK 1. H.M.A.C. BON D BREAKER COURSE SHALL FOLLOW COMPLETED FLEXIBLE BASE COURSE WITHIN5 DAYS. 2. DRIVEWAY CONSTRUCTION SHALL BEGIN WITHIN 2 DAYS OF COMPLETING CONCRETE PAVED SHOULDERS. 3. UTILITIES TO BE ABANDONED SHALL BE MAINTAINED BY THE CONTRACTOR AND REMAIN IN SERVICE UNTIL THE APPROPRIATE SERVICE CHANGEOVERS HAVE BEEN COMPLETED BY THE CONTRACTOR AND ACCEPTED FOR USE BY THE APPROPRIATE CITY OPERATING DEPARTMENT. 4. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS ACROSS AU. DETOURS AND INTERSECTIONS DURING VARIOUS PHASES OF THE WORK, AND SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS ALONG THE DETOUR AND ROADWAY AS REQUIRED TO PREVENT FLOODING AND PROMOTE POSITIVE RUNOFF FROM THE SITE. SUCH TEMPORARY STORM WATER DRAINAGE DEVICES SHALL BE MAINTAINED UNTIL SUCH TIME THAT PERMANENT STORM WATER DRAINAGE STRUCTURES AND CONDUITS ARE COMPLETED. THESE TEMPORARY DRAINAGE DEVICES WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 5. CONTRACTOR SHALL COORDINATE WATERLINE HYDROSTATIC TESTING AND BACTERIOLOGICAL TESTING WITH THE PROPOSED CONSTRUCTION SEQUENCING FOR THIS PROJECT. REVISION NO. DESCRIPTION REVISION NO. CONSULTANT'S JOB NO. 130580 ;n O 2 U 10 i-' O L1 SHEET 4 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 G. TRAFFIC 1. THE CONTRACTOR SHALL NOTIFY ALL BUSINESS OWNERS WITHIN THE CONSTRUCTION AREA 5 DAYS PRIOR TO PLACING CONSTRUCTION SIGNS. 2. REFLECTORIZED PAVEMENT MARKINGS FOR STREETS SHALL BE TYPE I THERMOPLASTIC 90 MILLS THICK WITH GLASS BEADS. 3. PAVEMENT MARKING WORDS,SHAPES, SYMBOLS AND STOP LINES SHALL BE PRE -FABRICATED THERMOPLASTIC. 4. CONCRETE PAVEMENTS SHALL BE SEALED WITH TYPE II MARKINGS OR ACRYLIC OR EPDXY PRIMER - SEALER PRIOR TO PLACING TYPE I MARKINGS. PRIMER -SEALER WILL NOT BE PAID FOR DIRECTLY BUT WILL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 5. OBLITERATING EXISTING PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAVEMENT MARKING PAY ITEMS. 6. TABS, TRAFFIC BUTTONS AND OTHER TEMPORARY OR ABBREVIATED PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAY ITEMS FOR PAVEMENT MARKING AND TRAFFIC CONTROL. 7. AT LEAST 48 HOURS PRIOR TO APPLYING PERMANENT PAVEMENT MARKINGS, THE CONTRACTOR SHALL NOTIFY AND OBTAIN CITY APPROVAL FOR THE LOCATION, ALIGNMENT AND LAYOUT OF THE PAVEMENT MARKINGS. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC CONTROLS THROUGHOUT THE CONSTRUCTION PERIOD FOR ALL PHASES OF THE WORK, IN ACCORDANCE WITH THE 'TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (LATEST EDITION), TRAFFIC CONTROL PLAN, AND BARRICADE AND CONSTRUCTION STANDARDS. 9. ALL-WEATHER ACCESS TO LOCAL BUSINESSES SHALL BE MAINTAINED THROUGHOUT THE CONSTRUCTION PERIOD. THIS REQUIRES THAT THE CONTRACTOR PROVIDE A PAVEMENT SURFACE COURSE OONSISTING OF CONCRETE, ASPHALT OR SURFACE TREATMENT. 10. THE CONTRACTOR MAY USE EXCAVATED BASE MATERIAL FOR TEMPORARY TRANSITIONS TO EXISTING DRIVEWAYS DURING CONSTRUCTION. HOWEVER, ALL RE -USED BASE MATERIAL MUST BE REMOVED PRIOR TO CONSTRUCTION OF PERMANENT PAVEMENT AND DRIVEWAYS. 11, CONTRACTOR SHALL NOTIFY AND COORDINATE WITH TEXAS DEPARTMENT OF TRANSPORTATION WHEN WORKING NEAR I.H.37 RIGHT-OF-WAY. PROVIDE 48 HOURS ADVANCE NOTICE TO TxDOT WHEN WORK IS PLANNED IN TxDOT RIGHT-OF-WAY, INCLUDING TRAFFIC CONTROL. 12. ALL TRAFFIC SIGNS ON THIS PROJECT SHALL HAVE ANTI -GRAFFITI FILM ON BOTH SIDES AND SHALL UTILIZE TRIANGULAR SLIPBASE SYSTEM INSTALLATION. H. MISCELLANEOUS 1. CONCRETE SHALL BE SAW -CUT WHERE AN EXISTING CONCRETE STRUCTURE IS TO BE PARTIALLY REMOVED. 2. TREE TRIMMING SHALL BE DONE IN ACCORDANCE WITH STANDARD HORTICULTURAL PRACTICE. TREES, TREE STUMPS AND BRUSH WITHIN THE R.O.W. THAT CONFLICT WITH THE PROPOSED IMPROVEMENTS SHALL BE REMOVED AND HAULED AWAY. PAYMENT FOR THIS WORK IS SUBSIDIARY TO ITEM "CLEAR RIGHT-OF-WAY". 3. PRIMING AND HOT -MIX PLACING OPERATIONS SHALL NOT BE CONDUCTED ON DAYS FOR WHICH AN OZONE ADVISORY HAS BEEN ISSUED, EXCEPT FOR REPAIRS. 4. FENCES SHALL BE RELOCATED PER STANDARD SPECIFICATIONS OR AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL NOT DISTURB FENCES ALONG THE R.O.W. THAT DO NOT ENCROACH WITHIN THE R.O.W., UNLESS DIRECTED BY THE ENGINEER AND REQUIRED FOR GRADE ADJUSTMENTS. ALL FENCES ON PRIVATE PROPERTY THAT ARE DISTURBED, REMOVED, ETC., FOR THE CONTRACTOR'S CONVENIENCE, SHALL BE REPLACED WITH LIKE -KIND OR BETTER AT THE CONTRACTOR'S EXPENSE. 5. UNLESS OTHERWISE INDICATED, REMOVAL OF EXISTING FENCE IN AREAS TO RECEIVE NEW FENCE WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE VARIOUS 81D ITEMS. THE CONTRACTOR SHALL PROVIDE A TEMPORARY FENCE FROM THE TIME AN EXISTING FENCE IS REMOVEDTO THE TIME THE PROPOSED FENCE IS REPLACED. THIS WORK WILL NOT BE PAID FOR DIRECTLY BUT CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 6. ALL WORK SHALL BE PERFORMED DURING DAYLIGHT HOURS UNLESS SPECIAL PERMISSION I5 GIVEN FOR NIGHT WORK. 7. THE STORM WATER POLLUTION PREVENTION PLAN SHALL CONSIST OF USING THE BID ITEMS BLOCK SODDING, SEEDING, SILT FENCE, EROSION CONTROL LOGS AND SEDIMENT TRAPS, AS SHOWN ON THE PLANS. BLOCK SODDING SHALL BE PLACED AS SOON AS POSSIBLE AFTER COMPLETION OF FINAL GRADING FOR DRAINAGE DITCHES. IF INLETS, MANHOLES OR JUNCTION BOXES ARE BUILT IN STAGES, EROSION CONTROL LOGS SHALL BE PLACED AROUND THE STRUCTURE. ONCE INSTALLED, EROSION CONTROL LOGS SHALL REMAIN IN PLACE UNTIL DISTURBED AREAS HAVE ACHIEVED AT LEAST 75% VEGETATIVE COVER. CONTRACTOR SHALL PROPERLY MAINTAIN STRUCTURAL B.M.P.s THROUGHOUT THE PROJECT DURATION. 8. TOPSOIL AND SEEDING SHALL BE P LACED ON ALL DISTURBED AREAS OUTSIDE OF THE R.O.W. TOPSOIL SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 028020. IF REQUIRED, CONTRACTOR SHALL PROVIDE SOIL -STABILIZING BLANKET OF JUTE MAT, WOOD EXCELSIOR OR MULCH NETTING TO STABILIZE CHANNEL BANKS AND ESTABLISH GRASS GROWTH. SOIL -STABILIZING BLANKET WILL NOT BE PAID FOR SEPARATELY. 9. ALL PROPOSED EASEMENTS AND RIGHTS-OF-WAY FOR THIS PROJECT WILL BE ACQUIRED PRIOR TO BEGINNING CONSTRUCTION. 10. CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING ALL LEGALLY REQUIRED PERMITS AND LICENSES, PAY ALL CHARGES AND FEES, GIVE ALL NOTICES NECESSARY AND INCIDENTAL TO THE DUE AND LAWFUL PROSECUTION OF THE WORK, AND ARRANGE FOR ALL INSPECTIONS. THIS INCLUDES FILING FOR AND PROCURING A TEXAS POLLUTANT DISCHARGE ELIMINATION SYSTEM (TPDES) NOTICE OF INTENT (NO I) FOR LARGE CONSTRUCTION PROJECTS, WITH THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ), PRIOR TO BEGINNING CONSTRUCTION. THE NOTICE OF INTENT AND CONSTRUCTION SITE NOTICE SHALL BE PROMINENTLY POSTED AT THE JOBSITE AT ALL TIMES. THE CONTRACTOR SHALL A LSO FILEA NOTICE OF TERMINATION WITH THETCEQ UPON FINAL COMPLETION OF THE WORK. 11. CONTRACTOR SHALL RELOCATE ROADSIDE MAIL BOXES AS REQUIRED IN ORDER TO MAINTAIN ACCESS TO MAIL BOXES THROUGHOUT THE COURSE OF CONSTRUCTION. UPON COMPLETION OF CONSTRUCTION, CONTRACTOR SHALL INSTALL MAIL BOXES IN THEIR PERMANENT LOCATION. 12. CONTRACTOR SHALL SPRINKLE FOR DUST CONTROL AS NEEDED OR AS DIRECTED BY THE ENGINEER. NO ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 1. DESIGN CRITERIA 1. ROADWAY GEOMETRICS WERE DESIGNED FOR 45 MPH DESIGN SPEED. 2. RIGID PAVEMENT DESIGN WAS BASED ON 2,651,935 RIGID E.A.L. (18 -KIP) FOR 30 -YEAR DESIGN LIFE. 3. STORM WATER PIPES AND DRAINAGE DITCHES WERE DESIGNED FOR 5 -YEAR LEVEL OF PROTECTION (20% ANNUAL PROBABILITY OF OCCURRENCE). 4. RIGHT-OF-WAY DATA SHOWN ON THESE DRAWINGS WAS BASED ON CITY OF CORPUS CHRISTI RIGHT- OF-WAY MAPS AND SUPPLEMENTED BY FIELD SURVEYS. RIGHT -CF -WAY RETRACEMENT SURVEY WAS NOT CONDUCTED FOR THIS PROJECT. 5. THIS PROJECT IS LOCATED IN THE INNER HARBOR DRAINAGE BASIN. FLOWABLE GROUT MATERIAL: "DARAFILL" ADMIXTURE MANUFACTURED BY GRACE CONSTRUCTION PRODUCTS. FLOWABLE GROUT SHALL BE SUPPLIED WITH THE FOLLOWING MIXTURE BY AN APPROVED READY -MIX SUPPLIER. THE MANUFACTURER'S REPRESENTATIVE SHALL BE CONSULTED FOR ANY FINAL ADJUSTMENTS TO IMPROVE THE FLOWABILITY OF THE MIXTURE. 1001bs/CY PORTLAND CEMENT 300Ibs/CY FLY ASH 2501bs/CY WATER 2100 Lbs/CY SAND 6 oz/CY DARAFILL CAUTION: EXISTING HIGH PRESSURE GAS LINES AND PRODUCT PIPELINES ARE LOCATED WITHIN THE PROJECT LIMITS. CONTRACTOR SHALL NOTIFY THE CITY GAS DEPARTMENT AND APPROPRIATE PIPELINE COMPANIES 72 HOURS PRIOR TO ACTUAL START OF CONSTRUCTION, AND HAVE ALL PIPELINES LOCATED PRIOR TO BEGINNING CONSTRUCTION. TESTING SCHEDULE DESCRIPTION RATE EST. QUANTITY SOILS: STANDARD PROCTOR - TRENCH BACKFILL STANDARD PROCTOR - SUBGRADE PER MATERIAL SOURCE PER STREET/MATERIAL 1 2 DENSITIES - TRENCH BACKFILL PER 200 LF TRENCH/LIFT .,-. DENSITIES - SUBGRADE (ASPHALT STREET) PER 100 LF/LANE/LIFT - DENSITIES - SUBGRADE (CONCRETE STREET) PER 200 LF/LANE/LIFT _.. DENSITIES - SUBGRADE (DRIVEWAYS) PER 2 DRIVEWAYS DENSITIES - SUBGRADE (SIDEWALKS) PER 5000 SF DENSITIES - BEHIND CURB AND GUTTER PER 200 LF FLEXIBLE BASE: SIEVE ANALYSIS PER 3000 CY ATTERBURG LIMITS PER 3000 CY MODIFIED PROCTOR PER 3000 CY L.A. ABRASION PER 3000 CY 1 CBR (STANDARD) PER MATERIAL SOURCE WET BALL MILL TEST PER MATERIAL SOURCE TRIAXIAL TEST PER MATERIAL SOURCE 1 DENSITIES OF COMPACTED BASE (ASPHALT STREET) PER 100 LF/LANE/LIFT - DENSITIES OF COMPACTED BASE (CONCRETE STREET) PER 200 LF/LANE/LIFT _.-. DENSITIES OF COMPACTED BASE (C&G) PER 200 LF C&G - HOT -MIX ASPHALT (HMA:) EXTRACTION, SIEVE ANALYSIS PER 500 TONS OR DAY - LAB DENSITY & STABILITY PER 500 TONS OR DAY - THEORETICAL DENSITY (RICE METHOD) PER 500 TONS OR DAY - TEMPERATURE - DURING LAY -DOWN CONTINUOUS AS NEEDED - THICKNESS - IN PLACE (CORE) PER 1000 LF STREET 9 AIR VOIDS - IN PLACE (CORE) PER 1000 LF STREET 9 THEORETICAL DENSITY - IN PLACE (CORE) PER 1000 LF STREET CONCRETE: (UNCONFINED COMPRESSION, 7, 14, & 28 DAY) CURB & GUTTER / CURB PER 500 LF C&G / CURB 1 SIDEWALKS AND CURB RAMPS PER 4000 SF - DRIVEWAYS PER 2500 SF .- CURB, POST & GRATE INLETS PER 6 EACH 1 BOX CULVERTS (CAST -IN-PLACE) PER 100 LF - WINGWALLS PER EACH - STORM MANHOLES (CAST -IN-PLACE) PER 2 EACH RIPRAP, APRONS & S.E.T.s PER 4000 SF 7 MANHOLE BASE/FOOTING PER 10 EACH RIGID CONCRETE PAVEMENT: COMPRESSION STRENGTH (7 & 28 DAY) PER 2500 SY OR DAY 4 FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) PER 2500 SY OR DAY 4 AIR CONTENT PER 2500 5Y OR DAY 4 SLUMP PER 2500 SY OR DAY 4 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. REVISION NO. CONSULTANT'S JOB NO. 130580 ;n O 2 U (0 O U G) 7 J C D C LJ 0 WCD Z O j Z (n W Ct Q ~ W Z Z � C_D SHEET 5 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095 Item DESCRIPTION UNIT ESTIMATED QUANTITY Base Bid Part A- GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al TEMPORARY TRAFFIC CONTROLS LS 1 A2 TEMPORARY PAVEMENT FOR CONSTRUCTION DETOUR SY 2920 A3 OZONE ACTION DAY DAY 2 A4 SILT FENCE FOR S.W.P.P.P. LF 50 A5 12" EROSION CONTROL LOG FOR S.W.P.P.P. LF 192 A6 18" EROSION CONTROL LOG FOR S.W.P.P.P. LF 266 A7 CONSTRUCTION EXITFORS.W.P.P.P. EA 4 A8 SEEDING FOR EROSION CONTROL SY 150 A9 SURVEY MONUMENT EA 1 A10 FENCE RELOCATION LF 1000 Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 61 MOBILIZATION (MAXIMUM OF 5% OF STREET IMPROVEMENTS CONTRACT PRICE) LS 1 B2 CLEAR RIGHT-OF-WAY AC 3.3 B3 STREET EXCAVATION SY 8800 B4 12" COMPACTED SUBGRADE SY 8800 B5 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR 1-2) SY 8800 B6 PRIME COAT (0.15 GAL/SY) GAL 1320 B7 1" HMAC PAVEMENT (TYPE D) BOND BREAKER SY 8400 B8 8" CONT. REINF. CONCRETE PAVEMENT (CLASS P) SY 8400 69 6" CONCRETE DRIVEWAY SF 2540 B10 8" CONCRETE DRIVEWAY (MATCH EXISTING) SF 4074 B11 PREFAB. PAVEMENT MARKING TYPE C (W) (ARROW) EA 2 B12 PREFAB. PAVEMENT MARKINGTYPEC(W)("ONLY") EA 2 B13 REFL. PAVEMENT MARKING TYPE I (W) (4") (SOLID) LF 3650 B14 REFL. PAVEMENT MARKING TYPE I (Y) (4") (SOLID) LF 1084 B15 REFL. PAVEMENT MARKING TYPE I (Y) (4") (BROKEN) LF 370 B16 REFL. PAVEMENT MARKING TYPE I (W) (8") (SOLID) LF 60 B17 REFL. PAVEMENT MARKING TYPE I (W) (24") (SOLID) LF 30 618 TY II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED) EA 60 B19 TY I -C RAISED PAVEMENT MARKER (REFLECTORIZED) EA 10 B20 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) EA 1 B21 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) AND STOP SIGN EA 1 B22 NO PARKING SIGN EA 4 B23 OTHER REGULATORY SIGN EA 5 B24 ASPHALT PAVEMENT REPAIR (TYPE 1) SY 64 B25 FLOWABLE GROUT MATERIAL FOR GAP FILLER GAL 1555 B26 6" CONCRETE PAVEMENT REPAIR (CLASS P) SY 25 B27 METAL BEAM GUARD FENCE LF 70 828 TIE-IN TO EXISTING METAL BEAM GUARD FENCE LS 1 B29 SINGLE GUARDRAIL TERMINAL EA 1 Part C - STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) I C1 MOBILIZATION (MAXIMUM OF 5% OF STORM WATER IMPROVEMENTS CONTRACT PRICE) LS 1 C2 BLOCK SODDING FOR DRAINAGE SWALE SY 4156 C3 CHANNEL EXCAVATION CY 4495 C4 18" DIA. RCP (CLASS 111) LF 53 C5 24" DIA. RCP (CLASS I11) LF 276 C6 30" DIA. RCP (CLASS 111) LF 10 C7 TIE-IN TO EXISTING CONCRETE BOX CULVERT EA 2 C8 2 -SIDED POST INLET EA 2 C9 4 -SIDED POST INLET &JUNCTION BOX EA 1 C10 ADJUST EXISTING STORM WATER MANHOLE TO FINISH GRADE EA 1 C11 6" CONCRETE HEADER CURB LF 50 C12 6" CONCRETE CURB &GUTTER LF 40 C13 5" CONCRETE RIPRAP SF 21,273 C14 CONCRETE SAFETY END TREATMENT SF 240 C15 TRENCH SAFETY FOR STORM WATER CONDUITS LF 339 C16 TRENCH SAFETY FOR STORM WATER INLET EA 3 C17 CLEANING AND TELEVISED INSPECTION OFEXISTINGTxDOT 10' X 7' BOX CULVERT LF 1806 Item DESCRIPTION UNIT ESTIMATED QUANTITY Part D - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 MOBILIZATION (MAXIMUM OF 5% OF WATER IMPROVEMENTS CONTRACT PRICE) LS 1 D2 8" DIA. TIE-IN/CONNECTION EA 1 D3 24" DIA. TIE-IN / CONNECTION EA 2 D4 REMOVE EXIST. 8" DIA. ASBESTOS-CEMENTWATERLINE LF 312 D5 REMOVE EXIST. 20" DIA. C.I. OR D.I. WATERLINE LF 205 D6 REMOVE EXIST. 24" DIA. C.I. OR D.I. WATERLINE LF 1714 D7 BACKFILL EXIST. CONCRETE WATER VALVE BOX LS 1 D8 8" DIA. C900 PVC WATERLINE (DR 18) LF 1817 D9 8" DIA. DUCTILE IRON WATERLINE (CLASS 350 PSI) LF 20 010 24" DIA. DUCTILE IRON WATERLINE (CLASS 250 PSI) LF 1745 011 12" DIA. STEEL CASING FOR8" WATERLINE (SCH. 40) LF 80 012 36" DIA. STEEL CASING FOR 24" WATERLINE (SCH. STD) LF 80 013 8" DIA. 45° D.I. BEND EA 2 014 24" DIA. 45° D.I. BEND EA 6 015 24" X 8" D.I. TEE EA 1 016 8" DIA. GATE VALVE WITH BOX & COVER EA 4 017 24" DIA. GATE VALVE WITH BOX & COVER EA 1 018 REMOVE & SALVAGE EXIST. FIRE HYDRANT ASSEMBLY EA 2 D19 FIRE HYDRANT ASSEMBLY (TYPE 1) EA 6 D20 FIRE HYDRANT ASSEMBLY (TYPE 2) EA 1 D21 REMOVE & REPLACE EXIST. 1" DIA. WATER SERVICE EA 1 D22 REMOVE & REPLACE EXIST. 2" DIA. WATER SERVICE EA 1 D23 RELOCATE EXIST. WATER METER EA 2 D24 ADJUST EXIST. WATER VALVE STEMS AND METER BOXES TO FINISH GRADE LS 1 D25 TEMPORARY LINE STOP FOR 24" WATERLINE, INCLUDING CONCRETE BLOCKING AND ENCASEMENT L5 1 D26 TRENCH SAFETY FOR WATERLINES LF 5813 Part E -GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El ADJUST EXISTING GAS VALVE STEM TO FIN ISH GRADE EA 1 Part F - ALLOWANCES (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) F1 CONTINGENCY FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 F2 CONTINGENCY FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 F3 CONTINGENCY FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 CONSULTANT'S JOB NO. 130580 REVISION NO. SHEET 6 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 SUMMARY OF SUBSIDIARY ITEMS TO BE REMOVED UNDER BID ITEM "CLEAR RIGHT-OF-WAY" STATION(S) OFFSET CURB & GUTTER LF CONC RIP RAP SY CONC PIPE 12" TO 30" LF CONC 8'x10'x10' WATER VAULT EA CONC SAFETY END TREATMENT EA DRIVEWAYS (CONC) SY METAL BEAM GUARD FENCE REMOVAL LF 0+00 TO E N D 2+56 56' LT 70 3+32 25' LT 1 3+80 23' RT 1 3+91 24' RT 34 4+07 11' RT 115 4+23 22' RT 1 5+32 26' RT 130 5+52 15' RT 103 5+77 20' RT 62 6+14 13' RT 220 6+63 25' RT 1 6+73 26' RT 18 6+90 26' RT 1 6+95 27' RT 84 7+40 20' RT 213 7+80 26' RT 1 8+23 25' RT 15 12+20 33' RT 1 12+31 34' RT 74 12+69 12 'RT 207 13+06 31' RT 1 13+83 29' RT 1 13+95 32' RT 34 14+11 20' RT 75 14+24 28' RT 1 29+28 11' LT 44 SHEET TOTALS 44 77 374 1 9 933 70 NOTE: THIS REMOVAL SUMMARY IS A SUPPLEMENT TO ITEM CLEAR RIGHT-OF-WAY. QUANTITIES SHOWN ARE NOT TO BE PAID FOR DIRECTLY. ALL QUANTITIES AND LOCATIONS ON THIS SHEET ARE APPROXIMATE AND ARE FOR INFORMATION PURPOSES ONLY. THE REMOVAL OF ADDITIONAL ITEMS NOT SHOWN ON THIS SUMMARY MAY BE REQUIRED FOR NO ADDITIONAL PAY. CONSULTANT'S JOB NO. 130580 REVISION NO. o U f0 4-' 0 0.1 0 loth _c.„. Z wsp= 2 c mew F2 Cr) 0 Li U k— 0 U Department of Capitol Programs O CC ti tr- g Q_ WZ cc ci F z o WC a 0 N REMOVAL SUMMARY REVISION NO. SHEET 7 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 EXISTING FENCE EXISTING AT&T LINE PROP. FENCE EXISTING HIGH-PRESSURE GAS UNE (EL PASO) PROP. R.O.W. EXISTING R.O.W. EXISTING POWER POLE TO BE RELOCATED BY AEP EXISTING AEP - DISTRIBUTION POWER POLES R.O.W. VARIES 60.0' TO 65.0' 26.0' ± EXISTING PAVEMENT 1 EXISTING 24" CIP WATER UNE EXISTING TxDOT 10'x7' BOX CULVERT t EXISTING FENCE EXISTING DITCH ii EXIS11NG 2" GAS (CRY) EXISTING AT&T LINE EXISTING 8" ACP WATER UNE EXISTING TYPICAL SECTION SCALE: N.T.S. PROP. POWER POLE f(TO BE RELOCATED BY AEP) R.O.W. VARIES 80.0' TO 83.0' 0.0' TO 18.0' ADD. R.O.W. 8.0' SHLDR 52.0' 12.0' 12.0' LANE TURNI LANE TRAVEL LANE J ; PAVEMENT �► PVMT. CROWN 2.0% 2.0% 12.0' TURN 8.0' SHLDR EXISTING AEP DISTRIBUTION POWER POLES EXIS11NG FENCE PROP DITCH PROP. 24" DIP U PROP. WATER LINE ��SWALE PROP. 1' FLAT BOTTOM EXISTING HIGH-PRESSURE GAS LINE (EL PASO) EXISTING 24" CIP WATER UNE TO BE REMOVED EXISTING AT&T LINE TO BE RELOCATED BY OTHERS (AT&T) EXISTING TxDOT 10'x7' BOX CULVERT 1.0'i TYP. PROP. 2 FLAT BOTTOM PROP. 8" PVC WATER UNE (PROVIDE 4' COVER) PROPOSED TYPICAL 3 LANE SECTION STA. 2+73 TO STA. 4+00 SCALE: N.T.S. II EXISTING 2" GAS (CITY) SLOPE VARIES 1:1 to 6:1 EXISTING 8" ACP WATER LINE TO BE REMOVED EXISTING AT&T UNE TO BE RELOCATED BY OTHERS (AT&T) PROP. POWER POLE (TO BE RELOCATED BY AEP) d PROP. 0 FENCE a R.O.W. VARIES 75.0' TO 81.0' x 15.0' TO 18.0 PAVEMENT d 8.0' 12.0' 12.0' 8.0' d•HLDR TRAVEL LANE TRAVEL LANE SHLDR EXISTING AT&T UNE - TO BE RELOCATED BY OTHERS (AT&T) EXISTING -� HIGH-PRESSURE GAS LINE (EL PASO) PROP. 24" DIP WATER LINE P OP. ) PROP. 1' 1.0' FLAT BOTTOM VARIES TYP, 1'-11" TO 6'-4" PROP. 2'-4' FLAT BOTTOM EXISTING 24" CIP WATER UNE TO BE REMOVED EXISTING R.O.W. EXISTING AEP DISTRIBUTION POWER POLES EXISTING TxDOT 10'x7' BOX CULVERT PROP. 8" PVC WATER LINE (PROVIDE 4' COVER) PROPOSED TYPICAL SECTION STA. 4+00 TO STA. 19+00 SCALE: N.T.S. R.O.W. VARIES 68.0' TO 78.0' EXISTING AEP DISTRIBUTION POWER POLES EXISTING 8" ACP WATER UNE TO BE REMOVED 3 EXISTING AT&T UNE TO BE RELOCATED BY OTHERS (AT&T) NOTE: ALL TYPICAL SECTIONS ON THIS SHEET ARE LOOKING SOUTH IN THE DIRECTION OF INCREASING STATIONING. 8" CONT. REINFORCED CONCRETE PVMT. PRIME COAT 12" COMPACTED SUBGRADE MOISTURE CONDITIONED PROPOSED RIGID PAVEMENT SECTION A 1" HMAC TYPE D BOND BREAKER 6" CRUSHED UM NE FLEXIBLE BASE (TY A, GR. 1-2) PROP. 24" DIP WATER LINE EXISTING 24"-� CIP WATER UNE TO BE REMOVED 0 PROP. SWALE 3�1 rL PAVEMENT 40.0' 8.0' 12.0' 1 SHLDR TRAVEL LANE 12.0' 8.0' TRAVEL LANE SHLDR BASELINE 2.0% /PROP. PAVEA(ENT CROW/ .0% PROP. 1' FLAT BOTTOM 0.0' TO 2.0' OFFSET FROM It TO PROP. PAVEMENT CROWN PROP. PAVEMENT 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR. 1-2) 12" COMPACTED SUBGRADE MOISTURE CONDITIONED EXIST TYP DITCH VARIES 5'-10" TO 6'-4" EXISTING TxDOT 10'x7' BOX CULVERT PROP. 8" PVC WATER UNE (PROVIDE 4' COVER) PROPOSED TYPICAL SECTION STA. 19+00 TO STA. 20+28 SCALE: N.T.S. 3" GAP TO BE FILLED WITH FLOWABLE GROUT MATERIAL 2' MIN. VARIES 111111111111.111Sr /I/ 12'=•-1 6 PROPOSED RIP RAP TIE-IN DETAIL FOR WEST DITCH STA. 2+17.75 TO STA. 19+00 SCALE: N.T.S. EXISTING AEP DISTRIBUTION POWER POLES EXISTING FENCE SLOPE VARIES 1:1 to 6:1 EXISTING AT&T UNE TO BE RELOCATED BY OTHERS (AT&T) EXISTING 2" GAS (CITY) EXISTING FENCE © EXISTING 2" GAS (CITY) EXIS11NG 8" ACP WATER UNE TO BE REMOVED EXISTING AT&T UNE TO BE RELOCATED BY OTHERS (AT&T) PROP. CONCRETE RIP RAP WWF 6x6-W2.9xW2.9 CONSULTANT'S JOB NO. 130580 220 ouV UqPi g2 ▪ m om m Q REVISION NO. DESCRIPTION (4VIII '31IIS m O TYPICAL SECTIONS REVISION NO. SHEET 8 ofl09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 PROP. POWER POLE BY OTHERS (AEP) PROP. TWO SIDED POST INLET TOC=10.0 FLOW IN EL=9.00 EXISTING AEP DISTRIBUTION POWER POLES TO BE RELOCATED BY OTHERS (AEP) R.O.W. 84.0' EXISTING AEP DISTRIBUTION POWER POLES 43.5' 40.3' PROP. p � FENCE d a X LJ PROP. 24" DIP WATER UNE E=5.33 25.5' 8.0' SHLDR 12.0' TURN LANE 12.0' TURN LANE 12.0' TRAVEL LANE 8.0' SHLDR 3 0 6 EL=11.18 6.0' 6.0' t. EL=11.70 TOB EL=9.60 EL=11.18 LJ 2.49% _ EXIST U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (AT&T) PROP. 18"x 35' RCP EXIST 24" DIP WATER UNE TO REMAIN IN PLACE E=4.46 EXISTING TxDOT 10'x7' BOX CULVERT E=1.67± PROP. 18"x 18' RCP E=4.46 PROPOSED DRAINAGE OUTFALL TYPICAL SECTION © STA. 2+77 LOOKING SOUTH SCALE: 1"=1 0' o s m• E=5.33 XFE EXINCESTING a PROP. TWO SIDED POST INLET TOC=10.0 EL=9.00 NOTE: CONCRETE RIP -PAP AND CONCRETE APRON NOT SHOWN, FOR CLARITY. EXIST. 2" CITY GAS PROP. 8" PVC WATER LINE (PROVIDE 4' COVER) CONSULTANT'S JOB NO. 130580 DFSCPIPTION m REVISION NO. DESCRIPTION o m„ c 0 0 N + u+ 2 ▪ N ?om VIII VIII b E U (i) o CL X ) CD L O 4— E o_ U o 5) 0 O cc Ncn Z N Z>m cc ix W O en J J L.L. 0z 0 w E < Z (n J CC—I 0 U �w w 0 0 0 Q_ REVISION NO. SHEET 9 of1 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 O O MATCHLINE ICP -5 10 0 a a m 10 n n NON 55. • WOW ▪ NOW • WOW ✓ a. 13+00 1+00 }--_F---t S 0'00'18.58"W 214.07' BASELINE 5+00 S 2'07 18 53"E 148.91' 6+00 7+•0 SOUTHRN MINERALS RD 0+00 11+00 12+00 6'09.80"E 13.68'---F---F CONTROL LAYOUT SCALE: HORIZ: 1 "=100' BM -2470 S 3'11'48.74'6 66.83' 50' 100' REFER TO SHEET 11 FOR BASELINE CURVE DATA IBM -10521 m 5+•0 + 21+00 22+00 23+00 24+00 _ 25+00 27+00 27+42.98 --+---1 BASELINE S 0'51'39.24;E SOU ERN MINERALS RD. BM -17341 CONTROLLAYOUT SCALE:E: HORIZ: 1 "=100' 50' 100' BENCH MARK INFORMATION BENCH MARK BASELINE STATION OFFSET DESCRIPTION NORTHING EASTING ELEVATION BM -1052 STA 27+13.93 139.66' LT TOP OF DISC 17185070.32 1306810.86 EL. 27.13 BM -1734 STA 14+27.89 31.86' RT CHISLED "0" ON S.E.T. 17186355.79 1306628.12 EL. 25.72 BM -2470 STA 1+66.87 29.85' RT RR SPIKE -POWER POLE 17187614.63 1306619.01 EL. 11.09 NOTE: THE TOPOGRAPHIC SURVEY FOR THIS PROJECT WAS PERFORMED BY LNV ENGINEERING ON 12-18-13 AND IS BASED ON NAD83/NAVD29 TEXAS STATE PLANE SOUTH ZONE 4205. CONTROL POINT INFORMATION CONTROL POINT BASELINE STATION OFFSET NORTHING EASTING DESCRIPTION CP -1 STA 26+31.31 95.55' RT 17185149.36 1306574.42 IRON ROD CP -3 STA 20+64.69 123.77' LT 17185719.24 1306785.14 IRON ROD CP -4 STA 15+15.75 39.36' LT 17186265.06 1306695.30 IRON ROD CP -5 STA 9+31.04 19.41' LT 17186850.90 1306684.08 IRON ROD CP -6 STA 1+78.17 1.52' LT 17187603.33 1306650.38 IRON ROD O O + • in W z U DESCRIPTIO CONSULTANT'S JOB NO. 130580 •i- ' Z 0) 9 ciiill mew m 0 REVISION NO. DESCRIPTION 2 O 2 2 U a (!1 0 Ill ( Q a IA0 o I- 0 o C) g Q_ WZ F N cc Z CC cc m W 'w 'O Y/ REVISION NO SHEET 1 0 of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 Horizontal Curve Data Point PT1 N 17,187,781.57 E 1,306,648.94 Sta 0+00.00 Course from PT1 to PC CRV1 S 0° 00' 18.58" W Dist 214.07 Course from PT CRV2 to PC CRV3 S 0° 36' 09.80" E Dist 413.68 Beginning Baseline Description Curve CRV3 Curve CRV1 P.I. Station 12+76.69 N 17,186,505.12 E 1,306,668.29 P.I. Station 3+14.08 N 17,187,467.49 E 1,306,648.91 Delta = 3° 47' 58.54" (RT) Delta = 2° 07' 37.11" (LT) Degree = 1° 53' 59.29" Degree = 1° 03' 48.55" Tangent 100.04 Tangent = 100.01 Length = 200.00 Length = 200.00 Radius 3,015.88 Radius = 5,387.54 External 1.66 External = 0.93 Long Chord 199.96 Long Chord = 199.99 Mid. Ord. = 1.66 Mid. Ord. = 0.93 P.C. Station 11+76.66 N 17,186,605.15 E 1,306,667.23 P.C. Station 2+14.07 N 17,187,567.50 E 1,306,648.92 P.T. Station 13+76.66 N 17,186,405.24 E 1,306,662.71 P.T. Station 4+14,07 N 17,187,367.55 E 1,306,652.62 C.C. N 17,186,573.42 E 1,303,651.52 C.C. N 17,187,567.02 E 1,312,036.46 Back = 5 0'36' 09.80" E Back = S 0' 00' 18.58" W Ahead = S 3' 11' 48.74" W Ahead = S 2' 07' 18.53" E Chord Bear = 5 1° 17' 49.47" W Chord Bear = 5 1° 03' 29.97" E Course from PT CRV1 to PC CRV2 5 2° 07' 18.53" E Dist 148.91 Curve CRV2 P.I. Station 6+62.98 N 17,187,118.81 E 1,306,661.83 Delta = 1° 31' 08.73" (RT) Degree 0° 45' 34.37" Tangent 100.01 Length 200.00 Radius = 7,543.42 External 0.66 Long Chord = 199.99 Mid. Ord. = 0.66 P.C. Station 5+62.97 N 17,187,218.74 E 1,306,658.13 P.T. Station 7+62.97 N 17,187,018.81 E 1,306,662.88 C.C. N 17,186,939.46 E 1,299,119.88 Back =S 2°07'18.53"E Ahead = 5 0° 36' 09.80" E Chord Bear = S 1° 21' 44.16" E Course from PT CRV3 to PC CRV4 5 3° 11' 48.74" W Dist 66.83 Curve CRV4 P.I. Station 15+43.53 N 17,186,238.62 E 1,306,653.40 Deka 4° 03' 27.98" (LT) Degree 2'01' 44.05" Tangent = 100.04 Length = 200.00 Radius 2,823.98 External = 1.77 Long Chord = 199.96 Mid. Ord. = 1.77 P.C. Station 14+43.49 N 17,186,338.51 E 1,306,658.98 P.T. Station 16+43.49 N 17,186,138.59 E 1,306,654.90 C.C. N 17,186,181.02 E 1,309,478.57 Back = S 3°11'48.74"W Ahead = S 0° 51' 39.24" E Chord Bear = 5 1° 10' 04.75" W Course from PT CRV4 to PT21 S 0° 51' 39.24" E Dist 1,099.49 Point PT21 N 17,185,039.22 E 1,306,671.42 Sta 27+42.98 Ending Baseline Description CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION cc WZ F z ,cc cc 69- 0 0 co HORIZONTAL ALIGNMENT DATA REVISION NO SHEET 1 1 of1 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 N EXIST WATER VALVE VAULT 24" CIPS SOUTHERN 8" CAP EXIST FIRE HYDRANT MATCHLINE A AD kk. 24"CIP SOUTHERN MINERALS ROAD 12"ACP uJ z J S U EXISTING WATER BASE MAP SCALE: 1"=300' 150 300' LEGEND M 10" WATER METER EXISTING WATER LINES (SHOWS SIZE OF LINES AND MATERIAL TYPE) EXISTING ABANDONED WATER LINES DQ EXISTING WATER VALVES EXISTING FIRE HYDRANT ASSEMBLY DESCRIPTIO CONSULTANT'S JOB NO. 130580 m 0 REVISION NO. DESCRIPTION Ei O 2 2 CD a (n o IAIll (11.Q a o k_ o, o I- o, o WATER BASE MAP CD z_ X W REVISION NO SHEET 1 2 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 SOUTHERN MINERALS RD SOUTHERN MINERALS ROAD ^0^ -cc Aalle �U i. Z ir Z NOTE: THERE ARE NO EXISTING WASTEWATER LINES IN THE PROJECT LIMITS AND NO PROPOSED WASTEWATER IMPROVEMENTS. EXISTING WASTEWATER BASE MAP SCALE: 1"=300' 150' 300' CONSULTANT'S JOB NO. 130580 DESCRIPTION a 0 DESCRIPTION e o �o U L J Z QNB J VIII VIII w a 0 M = r W F Z N G Z m cc cc W a. H0 0 H EXISTING WASTEWATER BASE MAP 6 z 0 SHEET 1 3 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 EXISTING OUTFALL / / / / / / / / / / / /0' Off/ cky / EXIST 10'x7' CBC altir►cof X X X EXIST DITCH EXIST 2-30" RCP EXIST 30•• RCP EXIST CURB INLET EXIST CURB INLET EXIST 18" RCP EXIST POST INLET EXIST 18" RCP VIZIML Agill6 r•,-,..,= 101, km —...".1.IIIIIIIIIIIIIIIr EXIST 24" RCP W/SET EXIST STORM WATER MANHOLE EXIST 24" RCP W/SET EXIST DRAINAGE DITCH EXISTING STORM WATER BASE MAP SCALE: 1 "=300' 0 150 300' rI+ v E EXIST POST INLET EXIST POST INLET SOUTHERN MINERALS ROAD IST 30" RCP LEGEND 18" X O ❑O EXISTING CE OF DITCH EXISTING STORM WATER LINE (SHOWS SIZE LINES) EXISTING FENCE EXISTING STORM WATER MANHOLE EXISTING POST INLET EXISTING INLET CONSULTANT'S JOB NO. 130580 DESCRIPTION rm 0 DESCRIPTION e o �o U a-+ m L 2P1 CD ki) i J r WZ N G Z OC OC W a. H � 0 H EXISTING STORM WATER BASE MAP 6 z 0 SHEET 1 4 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 2 fit 6 ti EXIST 2" WS EXIST 2 WS SOUTHERN MINERALS RD EXIST 2" PE EXISTING GAS BASE MAP SCALE: 1"=300' 150 300' NOTE: ONLY RELOCATE GAS LINES THAT CONFLICT WITH PROPOSED IMPROVEMENTS ii EXIST Ws 1 AD - 44/ A/ SOUTHERN MINERALS ROAD ® z Agile LEGEND EXISTING GAS LINE (SHOWS SIZE LINES) I EXISTING GAS VALVES CONSULTANT'S JOB NO. 130580 DESCRIPTION a 0 DESCRIPTION e o �o 0 kitm L igr 21°I J VIII �II� c. ti 2=_r WZ N G Z m CC CC W a. H0 0 H EXISTING GAS BASE MAP SHEET 1 5 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 EXIST. SECTION OF MBGF TO BE REMOVED CONSTRUCTION PHASE 1 PLACEMENT OF TEMPORARY DETOUR PAVEMENT SOUTHERN MINERALS ROAD ROW ROW ROW ROW ROW X ROW L CONSTRUCTION PHASE 1. 1. PLACEMENT OF TEMPORARY DETOUR PAVEMENT (SEE DETAIL ON SHEET 18). 2. REMOVE AND REPLACE CI -IAN LINK FENCE. 3. POWER POLE RELOCATION (AEP). 4. REMOVE METAL BEAM GUARD FENCE AT UP RIVER ROAD. ROW ROW ROW ROW �� GRAft 0 0 + LC) MATCHLINE STA SOUTHERN MINER LS ROAD ROW, ONSTRUCTION SEQUENCE LAYOUT PHASE 1 SCALE: 1"=100' 0 50' 100' • 0 0 L() MATCHLINE STA Row CONSTRUCTION PHASE 1 PLACEMENT OF TEMPORARY DETOUR PAVEMENT RDW 11 ".11.1 21+00 22+0 23+00 b 25+00 �z z he - �, 00 27+00 27+42.98 -F CONSTRUCTION PHASE 1 PLACEMENT OF TEMPORARY DETOUR PAVEMENT CONSTRUCTION SEQUENCE LAYOUT PHASE 1 SCALE: 1"=100' 0 50' 100' CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION a cc N c� = r WZ cc in � N Z>La- w a 0 h 0 LLI 0 LLI Of W (n < Q Z CL 0 0 (n Z 0 U REVISION NO SHEET 1 6 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 2 .00 // EXIST. SECTION OF MBGF TO BE REMOVED PHASE 3 / WORK AREA SOUTHERN MINERALS ROAD �``$f► . ,+i►- ���► �.��- ��-� • .i► i �� G �� ��jv�,�� Off' �� �O!� �� ��®���0� �����®�G �� �'��b ���j����' ��. ..� ♦-. 3+i 0 �i.� �� 4+00 �- 5+c 0 ��-w���� 6+c 0 �-�`.•i.*ANDRrO��*.�i • •-.tr �•�•O_• - riirr.�i�wrrirrrrr�r�_���► • arrr_r'r�®irr.�ri_ri�►r����� �� _:����'Amm . �_ iri ���� rAV ����i%AIME ' / //i - rr4271 iii �� iii 4/� w� z __ .CAAnnearA 14+ 00 5 AdrigrAr • raw x SOUTHERN MINER LS ROAD PHASE 2 WORK AREA CONSTRUCTION SEQUENCE LAYOUT PHASE 2 & PHASE 3 SCALE: 1•=100' 0 50' 100• Q (n W Z J 0 Row PHASE 3 WORK AREA .00-0 ♦.-04"��♦�♦♦�.♦�♦��♦�,,N• `... .♦��.��♦����r�r ��♦ v. A'®® ."i' Are �! i ��i �� ��/�OO G©: t — .lfe7� � ��sriAir .ANTAVAIPWAeg Ali' 00 27+00 27+42.98 0 PHASE 2 WORK AREA 2 C CONSTRUCTION SEQUENCE LAYOUT PHASE 2 & PHASE 3 SCALE: 1"=100' 0 50' WACONSTRUCTION PHASE 2 CONSTRUCTION PHASE 3 CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION o T 0 m w 0 a cn) = WZ cc Z>m CC eC W 0 O h REVISION NO SHEET 1 7 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 d z ET PROP. RELOCATED FENCE (THIS PHAS 1 -PROP. POWER POLES (AEP) - EXISTING POWER POLES TO BE RELOCATED BY AEP (THIS PHASE) 31 lir �r 14'(TYP) I TEMP. PVMT. 3I EXISTING r FENCE (TO BE REMOVED), u R.O.W. VARIES 70.0' TO 75.0' TEMPORARY DETOUR PAVEMENT 11.5' 11.5' TRAVEL LANE TRAVEL UNE r 26.7' f 3 z EXISTING AEP- i DISTRIBUTION -, POWER POLES �I_Fn. -EXISTING f FENCE • u PHASE 1 -PLACEMENT OF TEMPORARY DETOUR PAVEMENT SCALE 1"=20' (LOOKING SOUTH) PROP. POWER POLES (AEP) I -4 - EXISTING AEP DISTRIBUTION POWER POLES rc PROP.1� RELOCATED] FENCE 1 PROP. -- RELOCATED FENCE u u R.O.W. VARIES 70.0' TO 60.0' 11' 11' 3.0' TRAVEL LANE TRAVEL LANE 1 37' WORK AREA t DUSTING R.O.W. TEMPORARY TWO-WAY DETOUR TRAFFIC PANEL. PLASRC DRUM PAVEMENT CW6-4 CHANNEUZING DEVICE PROP. POWER POLE (AEP) 26.7' PHASE 2 SCALE: 1'=20' (LOOKING SOUTH) R.O.W. VARIES 75.0' TO 60.0' 10.0' 10.0' 40' WORK AREA TRAVEL LANE TRAVEL LANE 1 EXISTING AEP DISTRIBUTION POWER POLES ISI DCISIING R.O.W. EXISTING FENCE PLASTIC DRUM CHANNEUZING DEVICE PHASE 3 SCALE: 1'=20' (LOOKING SOUTH) TWO-WAY PROP TRAFFIC PANEL DITCH CV/6-4 R EXISTING FENCE *PRIOR TO BEGINNING WORK ON ANY PHASE. THE CONTRACTOR AND ENGINEER SHALL INSPECT THE EXISTING PAVEMENT FOR EXCESSIVE FAILURES. AREAS DEEMED INCAPABLE OF CARRYING CONSTRUCTION TRAFFIC SHALL BE REPAIRED UTILIZING THE 'PAVEMENT REPAIR TY 1' (SHEET 65) PAY ITEM. AND STANDARD TXDOT LANE CLOSURES FOR A TWO LANE ROADWAY. L TEMPORARY DETOUR PAVEMENT SECTION DETAIL SCALE N.T.S. 2 -COURSE SURFACE TREATMENT PRIME COAT B' CRUSHED UMESTONE FLEXIBLE BASE (TYPE A. GRADE I-2) 95X MOD. PROCTOR B' COMPACTED SUBGRADE 955 STD. PROCTOR LEGEND TWO-WAY TRAFFIC PANEL CW6-4 40 -FT MAX SPACING TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNEUZING DEVICE 40 -FT MAX SPACING WORK AREA CONSULTANT'S JOB NO. 130580 0 m 0 0 z z 5 g::: E 0 O a` O a 0 0 0 E 0 0 2 O aw O U z gC )oI ;417 0 o 0 cnU z N LU 0 2 0 J CC CC m D° r a. CC }} N z O 0 U) 0 m SHEET 18 o1109 RECORD DRAWING NO. 6 STR 898 0 CITY PROJECT,# E13095 ROAD WORK 4— NEXT X MILES G20-1bL 72'X24" CW20-1D 48"X48" OBEY WARNING SIGNS STATE LAW R20-3 48"X4," ROAD WORK NEXT X MILES —► G20-1bR 72"X24" C48W20-1 OBEY WARNING SIGNS STATE LAW ROAD WORK NEXT X MILES G20—lo 72"424" OBEY WARNING SIGNS STATE LAW CW20-1D 48"542" G20 -5T 48"X24' BEGIN ROAD WORK NEXT X MILES BEGIN WORK ZONE EG20-9T 24"X24 TRAFFICFINES O. (� NES DOUBLE END ROAD WORK Geo36-2o 'X18" NAME ADDRESS STITY ATE CONTRACTOR G20-6 J(O� O 20& J4- n z- X0 4, 0 4Z O 24"X30" Rb0 5 PLAQUE 24"X12" 48"X30" END ROAD WORK G20-20 36"X18" 48'548" R20-3 48"X42" BEGIN WORK ZONE TRAFFIC FINES DOUBLE EG20-9T 24"X24" G20 -5T 48"X24" BEGIN SOUTHERN MINERALS ROAD ROAD WORK NEXT X MILES END ROAD WORK 920-5 24"X30" R20-5 PLAQUE 24x12" NAME ADDRESS STY STATE CONTRACTOR END ROAD WORK G20-20 G20-20 36"X18" Geo -6 48"X30" END ROAD WORK G20 -2a 36"X18" Jho =oo� 02 OBEY WARNING SIGNS STATE LAW R20-3 48"442" ROAD WORK —► NEXT X MILES G20-1LR 72"X24" OBEY WARNING SIGNS STATE LAW CW20—ID 48"548" td - ADVANCE WARNING SIGNS AT PROJECT LIMITS SCALE: NOT TO SCALE 24" to 30" R20-3 48"442" CW20-1D 48"548" BUCKEYE TERMINAL NOTE: WHITE LETTERING WITH BLUE BACKGROUND 0 N WORK ZONE ENTRANCE SIGNS SHALL BE MOUNTED ON PLASTIC DRUMS AND BE PLACED AT BUSINESS DRIVEWAY ENTRANCES FOR THE DURATION OF EACH STEP OF CONSTRUCTION IN WHICH THE WORK ZONE IS IMMEDIATELY ADJACENT TO THE BUSINESS DRIVEWAY. NO SEPARATE MEASUREMENT AND PAYMENT. WORK ZONE ENTRANCE SIGNS FOR BUSINESSES SCALE: NOT TO SCALE ROAD WORK —► NEXT X MILES PROPOSED SIGNS G20-1bR 72'X24" 1. BUCKEYE TERMINAL 2. BUCKEYE ENERGY SERVICES CONSULTANT'S JOB N0. 130580 DESCRIPTION REVISION NO DESCRIPTION Department of Capitol Programs co REVISION NO. SHEET 1 9 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 GENERAL NOTES FOR TRAFFIC CONTROL: 1. TRAFFIC SIGNS, SIGN SPACING, SIGN LOCATIONS, TAPER LENGTHS, TRANSITION LENGTHS, CHANNELIZING DEVICES, AND ALL TRAFFIC CONTROL DEVICES SHALL BE IN STRICT ACCORDANCE WITH THE LATEST EDITION OF THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (TEXAS M.U.T.C.D.) AND CURRENT REVISIONS, AND THE PROJECT TRAFFIC CONTROL PLAN. ANY DISCREPANCIES BETWEEN THE TRAFFIC CONTROL PLAN AND THE TEXAS M.U.T.C.D. SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. IF A DISCREPANCY BETWEEN THE TRAFFIC CONTROL PLAN AND THE TEXAS M.U.T.C.D. IS DISCOVERED, THE TEXAS M.U.T.C.D. SHALL GOVERN. 2. ROAD CLOSURES SHALL BE LIMITED TO WORK AREAS ONLY. 3. ALL WORK SHALL START AFTER 6:00 A.M. AND WORK SHALL BE SCHEDULED SO THAT NO WORK IS PERFORMED AFTER 8:00 P.M. 4. MESSAGE BOARDS SHALL BE USED PRIOR TO ANY CHANGES IN TRAFFIC PATTERNS AS DIRECTED BY THE ENGINEER. CONTRACTOR SHALL PROVIDE THE ENGINEER TWO WEEKS NOTICE PRIOR TO MAJOR TRAFFIC CHANGES IN ORDER TO NOTIFY THE MEDIA. 5. ALL EXCAVATIONS SHALL BE BACKFILLED AND COMPACTED IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS AND SHALL BE OPEN TO TRAFFIC IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS AND TRAFFIC CONTROL PLAN. 6. CONTRACTOR SHALL PROVIDE CONTINUOUS ACCESS TO ALL DRIVEWAYS DURING THE CONSTRUCTION PERIOD. 7. CONTRACTOR SHALL PROVIDE TEMPORARY BLUE SIGN BOARDS THAT DIRECT TRAFFIC TO BUSINESSES AND DRIVEWAYS PRIOR TO BEGINNING EACH PHASE OF CONSTRUCTION. THE SIGN BOARDS MAY BE EITHER SKID MOUNTED OR DRUM MOUNTED. THE INSTALLATION AND REMOVAL OF THE SIGN BOARDS WILL BE CONSIDERED SUBSIDIARY TO THE CONTRACT ITEM FOR TRAFFIC CONTROL, AND WILL NOT BE PAID FOR SEPARATELY. 8. STREET INTERSECTIONS DESIGNATED FOR PARTIAL CLOSURE MAY BE PARTIALLY CLOSED TO TRAFFIC 24 HOURS A DAY UNTIL THE WORK IS COMPLETE. CONTRACTOR SHALL NOTIFY THE ENGINEER 14 CALENDAR DAYS PRIOR TO COMMENCING ANY INTERSECTION CLOSURE ACTIVITY. 9. ALL WORK ACTIVITIES SHALL BE IN ACCORDANCE WITH THE PROJECT CONSTRUCTION SEQUENCING PLAN. NO WORK SHALL BE PERFORMED OUT OF SEQUENCE UNLESS AUTHORIZED BY THE ENGINEER. 10. CONTRACTOR IS RESPONSIBLE FOR PROVIDING AND MAINTAINING ALL TRAFFIC CONTROL DEVICES FOR THE COMPLETE DURATION OF PROJECT. ANY TRAFFIC CONTROL DEVICES DEEMED UNSATISFACTORY BY THE ENGINEER SHALL BE REPLACED WITHIN 24 HOURS AT NO EXPENSE TO THE CITY. 11. CONTRACTOR SHALL INSTALL AND MAINTAIN A 4' HIGH BARRIER FENCE AROUND ALL OPEN TRENCHES OR EXCAVATED AREAS. SAFETY BARRICADE FENCING SHALL BE HIGH-DENSITY POLYETHYLENE TENSAR-UX4050 9S6 -ORANGE- 4' HIGH, OR APPROVED EQUIVALENT. 12. DURING NON -WORKING HOURS, CONTRACTOR WILL BE REQUIRED TO PROVIDE A 3:1 OR FLATTER SLOPE WHERE VERTICAL CUT EXISTS ADJACENT TO EDGE OF PAVEMENT. MATERIAL USED FOR SLOPE PROTECTION WILL BE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THIS CONTRACT. 13. BARRICADES, SIGNS, CHANNELIZING DEVICES AND OTHER TRAFFIC CONTROL DEVICES MAY BE ADJUSTED TO FIT FIELD CONDITIONS AS DIRECTED BY THE ENGINEER. 14. EQUIPMENT AND MATERIALS SHALL NOT BE STORED IN PUBLIC RIGHT-OF-WAY AT ANYTIME DURING THE COURSE OF CONSTRUCTION. ANY MATERIAL OR EQUIPMENT APPROVED BY THE ENGINEER FOR TEMPORARY PLACEMENT IN PUBLIC RIGHT-OF-WAY SHALL BE ADEQUATELY BARRICADED ON EACH DIRECTION OF TRAVEL. 15. THE CONTRACTOR SHALL MAINTAIN ALL REGULATORY SIGNS DURING THE CONSTRUCTION PERIOD. 16. ALL CONSTRUCTION WARNING SIGNS MAY BE GROUND MOUNTED OR ENGINEER -APPROVED PORTABLE MOUNTING DEVICES. 17. CONTRACTOR SHALL NOTIFY THE CITY'S STREET DEPARTMENT IMMEDIATELY AT (361)-826-1962 IN THE EVENT THAT ANY STREET SIGN, SIGN POST OR SIGN FOUNDATION IS DAMAGED DURING CONSTRUCTION. 18. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY DRAINAGE MEASURES THROUGHOUT THE PROJECT SITE INCLUDING TEMPORARY DETOURS TO ENSURE POSITIVE DRAINAGE UNTIL SUCH TIME THAT PERMANENT DRAINAGE STRUCTURES ARE COMPLETE AND OPERATIONAL. THE COST ASSOCIATED WITH CONSTRUCTING AND MAINTAINING TEMPORARY DRAINAGE IMPROVEMENTS WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE TRAFFIC CONTROL BID ITEM. 19. TRAFFIC CONTROL DURING INSTALLATION OF UTILITY CROSSINGS SHALL BE HANDLED BY TEMPORARY LANE CLOSURES USING FLAGGERS, MESSAGE SIGNS AND OTHER APPROPRIATE TRAFFIC CONTROL DEVICES AND SIGNAGE. TWO-WAY TRAFFIC MUST BE MAINTAINED AT ALL TIMES ALONG SOUTHERN MINERALS ROAD. ALL UTILITY TRENCHES MUST BE BACKFILLED, COMPACTED AND PAVED TO CARRY TRAFFIC. TEMPORARY PAVEMENTS MAY UTILIZE ONE -COURSE OR TWO -COURSE SURFACE TREATMENT, AS NEEDED. 20. CONTRACTOR SHALL MAINTAIN CONTINUOUS TRAFFIC FLOW THROUGH INTERSECTIONS AT ALL TIMES. 21. CONTRACTOR SHALL "BAG" EXISTING SIGNS AS REQUIRED FOR LANE CLOSURES AND DETOURS. 22. CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC ENGINEERING DIVISION AT LEAST48 HOURS PRIOR TO MAKING ANY LANE CHANGES OR LANE CLOSURES. 23. CONTRACTOR SHALL PROVIDE TEMPORARY PAVEMENT MARKINGS (PAINT WITH GLASS TRAFFIC BEADS OR REMOVABLE TRAFFIC BUTTONS) ON NEW PAVEMENT SURFACE UNTIL PERMANENT PAVEMENT MARKINGS ARE PLACED. TEMPORARY PAVEMENT MARKINGS SHALL BE LAID OUT IN ACCORDANCE WITH THE APPROVED STRIPING PLAN AND SHALL BE REMOVED BY CONTRACTOR PRIOR TO PLACING FINAL PAVEMENT MARKINGS OR WHEN THEY ARE NO LONGER NEEDED. CONSULTANT'S JOB NO. 130580 DESCRIPTION a DESCRIPTION t +5 m x Z ai <N= .a) AFt (7, aom 0 U Y c ch = r WF Z N ct Z m cc CC W a. 1- 0 0 H Z J W F— OU Z Ow U Z E W ao I REVISION N0. SHEET 20 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 1+00 1— END ROAD WORK END ROAD WORK G20 -2a MATCHLINE .o ROW 420-2a EXIST. (70 LF) SECTION OF MBGF TO BE REMOVED 1" ROW( PLASTIC DRUM CHANNELTZING DEVICE SPACED 0 40' C -C CONSTRUCTION PHASE 1. 1. PLACEMENT OF TEMPORARY DETOUR PAVEMENT (SEE DETAIL ON SHEET /18). 2. REMOVE AND REPLACE CHAIN UNK FENCE 3. POWER POLE RELOCATION (AEP). 4. REMOVE METAL BEAM GUARD FENCE AT UP RNER ROAD. r - -s-- --� ' S+ar a 3+121 4+0 b '6+00 <}' I— 25 MPH CW13-1P LEGEND • 7+05- 800 ' -• 1 } m ©I Type Ill Barricade Heavy Work Vehicle Trailer Mounted Flashing Arrow Panel Sign Exist Power Pole To Be Removed By Others (AEP) Chonnelizing Devices ® Truck Mounted Attenuator Portable Changeable M Message Sign E❑ Work Zone Pav Mrkr TY I (Y)(4")(DOT) Work Zone Pav Mrkr TY I (W)(4")(DOT) a Traffic Flow li Two—Way Traffic Ponel CW6-4 Temporary Detour Pavement I Existing I Driveway PLASTIC DRUM CHANNEUZING DEVICE SPACED 0 40' C -C SOUTHERN MINERALS ROAD 17 i 7� '18+00 CONSTRUCTION PHASE 1. PLACEMENT OF TEMPORARY DETOUR PAVEMENT (SEE DETAIL ON SHEET #18) N DEMO 40 IF EXIST. CURB & GUTTER } 1 + - O g{ "- 21+00 X22+00 r • r 9+0 SOUTHERN MINERALS ROAD TRAFFIC CONTROL PLAN PHASE 1 SCALE 1•-100' b 0+00 EOM OBLITERATION OF EXISTING CONFUCTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSIT10N5. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. • SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDOT TRAFFIC STANDARD SHEETS BC REVISED 8/14 2+00 13+I'� p 14+0,3 1 r — _ STA 20+28 CONSTRUCTON PHASE 1, PLACEMENT OF TEMPORARY DETOUR PAVEMENT (SEE SHEET #18) a 23+00 • 24+00 TRAFFIC CONTROL PLAN PHASE 1 SCALE: 1 •-100' END ROAD WORK 020-2a 26+00 27+00 27+42.98 +-1 15 O O + TCHLINE S CONSULTANT'S JOB No.l 130580 0 DESCRIPrION m a 0 z i O Yi r, (ft CI pO Z F N cc CIZ W C O H SHEET 21 of109 RECORD DRAWiNG NO. STR 898 C,Tv PROJECT#E13095 1+00 I— END ROAD WORK END ROAD WORK G20 -2a r1I/ TEMPORARY R1-1 0'x30' STA. 2+71 TWO—WAY TRAFFIC PANELS CCW6-4) SPACED 0 40' —C TEMPORARY DETOUR N ■ � ODS 5+0094imiedriirealliMIATO ' CW6-3 R a 6+00b 7+00 _ b ROAD CLOSED R11-2 TYPE III CW6— BARRICADES CW20-1 25 MPH CW13-1P TCP PHASE 2 WORK AREA LEGEND PLASTIC DRUM CHANNEUZING DEVICE SPACED 0 40' C—C TCP PHASE 2 WORK AREA 8+00 — 9+00 m N 0+00 r. 11+00 TEMPORARY DETOUR 12+00 CW6— w N' TWO—WAY TRAFFIC PANELS (CW6-4) SPACED 0 40' C—C N m 3 00 SOUMIER 'MINERALS Ro,Aw",1 oo oeed TRAFFIC CONTROL PLAN PHASE 2 SCALE 1'-100' I IV m Type 111 Barricade Heavy Work Vehicle Trailer Mounted Flashing Arrow Panel Sign Temporary Detour Pavement TEMPORARY DETOUR N S THERM MINEfRS-1�6Ab momez ee.ArztAreoz • • 0 —• I =1 CY �t 15 dam ■■ ( M Channelizing Devices Truck Mounted Attenuator Portable Changeable Message Sign Traffic Flow Two—Way Traffic Panel CW6-4 Construction Exit E0 Work Zone Pav Mrkr TY 1 (Y)(4")(DOT) IEI Work Zone Pay Mrkr TY 1 (W)(4")(DOT) TWO—WAY TRAFFIC PANELS (CW8-4) SPACED 0 40' CC— C Work Area CW6— 25 MPH CW13-11 DEMO 40 LF EXIST. CURB k GUTTER 1 Existing Driveway 0 CW6— PLAS IC DRUM TCP PHASE 2 CHANNEUZING WORK AREA DEVICE SPACED 0 40' C—C CW1-4 ROAD CLOSED R11-2 CW6— TCP PHASE 2 WORK AREA OBLJTERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) 15 REQUIRED FOR ALL LANE SHIFTS AND TRANSRIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID RENS. • S:GNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDOT TRAFFIC STANDARD SHEETS BC REVISED 8/14 CW21-18 CW21-4 PLASTIC DRUM TCP PHASE 2 CHANNEUZING WORK AREA DEVICE SPACED 0 40' C—C CW20-1 PO VI CW1-4 G20 -2a 1_6.0' `21+00 tti 22+00 b �I TYPE III BARRICADES STA 20+27.87 a 23+00 + 1 — TRAFFIC CONTROL PLAN PHASE 2 SCALE 1'-100' 24+00 25+00 26+00 27+00 27+42.98 DESCRIPTION CONSULTANT'S JOB NO. 130580 o I• I§ t Baa 4 ri Cdf 0 u > i aco a 2 .1 11.! 'a5 pa mgp1 1.c as E u E m REVISION NO. • 1111=011 DESCRIPTION E 0 Eto, z o U a i 6 IIIf Q o o o - E 1— 0 I- a U o 111 m 0 Z 0 J 0 N I LiJ Z(n 0 < a_ U L 1- H REVISION NO SHEET 22 of109 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095 •00 END ROAD WORK CW20-1 G20 -2a TEMPORARY R1-1 0'x30' E III BARRICADES -PHASE 3 WORK AREA CW6- PHASE 3 WORK AREA CW6- END ROAD WORK 020-2a I 0 0 Lf) CW20-1 LEGEND CW6- 25 MPH PLASTIC DRUM CHANNEUZING DEVICE SPACED 0 40' C -C CW13-1P TRAFFIC CONTROL PLAN PHASE 3 SCALE 1'=100' m =pi I©I ■_■ Type 111 Barricade Heavy Work Vehicle Trailer Mounted Flosh:ng Arrcw Ponel Sign Temporary Detour Pavement PHASE 3 WORK AREA F%s77- /7/////177 /SOUTHERN MINERALS ROAD Z U .. 11 M Channeliz•ng Devices Truck Mounted Attenuator Portable Changeable Message Sign 1 Existing Driveway ' A Work Area PLASTIC DRUM CHANNEUZING DEVICE SPACED 0 40' C -C E❑ Work Zone Pay Mrkr TY I (Y)(4")(DOT) F❑Work Zone Pav Mrkr TY I (W)(4")(DOT) Two—Way li Traffic Ponel CW6-4 a Traffic Flow 25 MPH CW13-1P Construction Exit Concrete Pavement ROAD CLOSED R11-2 TYPE III BARRICADES NE OBLJTERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSNIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID TEEMS. • SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDOT TRAFFIC STANDARD SHEETS BC REVISED 8/14 CW6- TWO-WAY TRAFFIC PANELS (CW6-4) SPACED 0 40 CC - C CW21-1B CW21-4 CW20-1 tY ROW x_60' _ ROW 22+00 25+00 TWO-WAY TRAFFIC PANELS (CW8-4) SPACED 0 40' CC - C TEMPORARY DETOUR PAVEMENT CW6- CW1-4L - STA 20+27.87 TRAFFIC CONTROL PLAN PHASE 3 SCALE 1'_100' C20 -2a 28+00 - 27+00 27+42.98 0 0 + CONSULTANT'S JOB NO 130580 0 REVISION NO. E, z 0 U D_ v) o ( a CL k U 0 L o ° E >- T— o. U o + + 0 REVISION NO. SHEET 23 oil 09 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095. CONSULTANT'S JOB NO.I 130580 tE 1 DENNIS L MLLER �i `•• 51503 7-3/- /s 4.9" 19.7" 6" 24.5" 4.9'N BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: =, R=44" Ij ,7-, t PS av 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples for placement of temporary traffic control devices, contruction pavement markins, and typcaI work zone s i gns. information contained in these sheets meet or exceed the requirements "Texas R=.13" R=1 1 1 L' _ ► COLORS: , YELLOW BACKGROUND BLACK BORDER AND LEGEND / STAY ALERTI![The 0 shown in the Manual on Uniform Traffic Control Devices" (TMUTCD). t � `NV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs ineering Practice Act". No warro ssumea no responsibility for the 1 or damages resulting from its usi 2. The development and design of the Traffic Control Plan (TCP)is the ,C / ~ R=•79' Fl ?A M �• ORANGE 1.25�� �� - M DESCRIPTION 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, BACKGROUND BLACK BORDELEGENDR AND SYMBOL , 1[Ei... 1 o `�, v sign and seal Contractor proposed changes.n WHITE BLACKS ► X1.25" ti 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. is'� TALK OR TEXT LATER ,-, g meet the 5. Geometric design of lane shifts and detours should,whenpossible, WHITE zo �� � 4 1!) �, SCLAIMER: The use of this standard is governed by the "Texas Eng id is made by TxDOT for any purpose whatsoever. TxDOT a this standard to other formats Or for incorrect results applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Officials (AASHT01, o O zo" zo" zo" t "A Policy on Geometric Design of Highways and Streets,"the TxDOT "Roadway Design Manual" or engineering judgment. ° - o 0 0 3.5" 12 BI+fi.3�4.6 2. 11. 7 I N ... �-- ' 6. When projects abut, the Engineer (s) may omit the END ROAD WORK, TRAFFIC 60" FINES DOUBLE, and other advance warning signs if the signing would be . a - redundant and the work areas appear continuous to the motorists. If thecs adjacent project is completed first, the Contractor shall erect the P °' 3. 0" Radius, 1.25" Border, 0.75" Indent, Black on Yellow; [STAY ALERT] Font: D necessary warning signs as shown on these sheets, the TCP sheets or as Q 3.0" Radius, 1.25 Border, 0.75" Indent, Black Orange; directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be ► on [TALK OR TEXT LATER] Font: C specified length; revised to show appropriate work zone distance. I 1.68".67"1.68"167"1.68" � o 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes 31 , 1" 6.38 1" 31" REVISION NO. justify the signing. 8.38" 8. All signs shall be constructed in accordance with the details found in the 9" "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shall be shown in the or the Engineer shall plans provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the SIGN DETAIL (G20 -10T) Y$ 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, STAY ALERT TALK OR TEXT LATER (see Sign Detail G20 -10T) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. However, the TRAFFIC FINES DOUBLE sign will not be required on projects consisting solely of mobile operation work, such as striping or milling edgeline rumble strips. 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. Only pre qualified products shall be used. The "Compliant Work Zone Traffic Control Devices List" (CWZTCD) describes pre -qualified products and their sources and may be found on-line at the web address given below or by contacting: Texas Department of Transportation Traffic Operations Division TE Phone (512) 416-3118 SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) BARRICADE AND CONSTRUCTION BC(1)-14 12. The Engineer has the final decision on the location of all traffic control devices. SHEET 1 OF 12 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.txdot.gov AOrWows Department of7fansportatlon OpmatkinTraffic a ZE right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) 0 DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST (MPL) GENERAL NOTES 1. Workers on foot who are exposed to traffic or to construction equipment ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" AND REQUIREMENTS within the right-of-way shall wear high -visibility safety apparel meeting the requirements ISEA "American National Standard for High -Visibility STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) BC ( 1 ) - 1 4 of TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD)EIL Apparel," or equivalent revisions, and labeled a5 ANSI 107-2004 standard e: be -14. d7o eN: rxoor IcK: rxoorIo. rxoor ION: TxooT performance for Class 2 or 3 risk exposure. Class 3 garments should be TRAFFIC ENGINEERING STANDARD SHEETS ©T900T November 2002 CONT SECT Jae HIGHWAY considered for high traffic volume work areas or night time work.m 5 W W 4-03 5-10 8X514 7-13 DIST COUNT,' sxeeT 90. a- 00 9-07 I 95 1 w SHEET 24 ofl 09 .. RECORD DRAWING NO. STR 898 0 o CITY PROJECT#E13095 CONSULTANT'S JOB NO.I 130580 tE OF 44;4 1 DAMNS L MLLER $ �i `•• 51503 z.� 7-3/- /s TYPICAL LOCATION OF CROSSROAD SIGNS T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACINGI.5.6 ROAD WORK ROAD 020-2 END * n \ a NEXT X MILES NEXT % MILES WORK AHEAD ROAD WORK NEXT %NILES b 020-1bTL ROAD WORK a NEXT X NILES ~4 SIZE SPAC1NG ROAD WORK (Optianol 020-1bTR 4 .17_' see Note 020-1sT CW20-1D 1 4) / I Sign Posted S gn w > and iii 1 INTERSECTED 1 Block - City — ROADWAY 1000'-1500' - Hwy X 1000'-1500' - Hwy I Block- City Nuroer or Series Conventional Rood Expressway/ Freeway Speed Spacing (§,i, 1..._...k Fee+ `NV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs +} CROSSROAD x X % X X CW204 MPH (A prx. ) x % % CSJ WORK CW21 30 120 o' X } 4 ' B0' 020-5aP 48" X 48" 48" x 48" wo L L L 620-5aP ZONE BEGIN min. °' Limit ZONE TRAFFIC CW23 35 160 •mow I° r r R TRAFFIC 020-51 ROAD WORK NEXT % MILES o / R20-5T CW25 40 240 v a c•`- RDAD ROAD WORK \ R20-5T FINES x T DOUBLE 45 320 WORK a NEXT % NILES DOUBLE wmxlss z ma± AHEAD NEC! X MILES* R20-SaTP 020-6i err / R20.5aTP „• CW1, CW2, 50 400 o i= +gam �, CW20.1D 020-1sT (Optional 020-2 END ROAD WORK * wcewwar surf carxCra CW7, CW8, 36" x 36" 48" x 48" 55 5002 a a exas Engineering Frac TxDOT assumes no ree results or damages r see Note 1 and 41 I END ROADWORK CW9, CW11, CW14 60 6002 DESCI "ROAD A � G20-2 65 700 2 May be mounted on back of WORK EAD"16820-1D) si9n with approval of En 0'ineer. " \ (See note 2 below) CW3, CW4, CW5, CW6, 48" x 48" 48" x 48" 70 8m2 1. The typical minima signing on a crossroad approach should be a "ROAD WORK AHEAD" ICW20-1D)sign and a CSJ LIMITS AT T-INTERSECTION CW8-3, 75 9002 (G20-2) "END ROAD WORK" sign, unless noted otherwise in plans. CMM 0, CW12 80 10002 2. The Engineer may use the reduced size 36" x 36" ROAD WORK AHEAD (CW20-1D) sign mounted back to back with the reduced size 36" x 18" "END ROAD WORK"(G20-2) sign on low volume crossroads (see Note 4 under "Typical Construction Warning Sign Size Spacing'). See the 'Standard Highway Sign Designs For 1. The Engineer will determine the types and location of any additional traffic control devices, such as a flogger and accompanying signs, or other signs, that should be used when work is aK 3 iK this standard is governed by the "T o TxDOT for any purpose whatsoever. '0 to other formats or for incorrect and Texas" manual for sign details. The Engineer may omit the advance warning signs an low volume crossroads. The Engineer will determine whether o road i6 low volume. This information shall be shown being performed at or near an intersection. 2. If construction closes the rood of a T-intersection the Contractor sh011 place the "CONTRACTOR * For typical sign spacings on divided highways, expressways and freeways, in the plans. 3. Based on existing field conditions, the Engineer/Inspector may require additional signs such as FLAGGER AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs are required, these signs will be considered part of the minimal, requirements. The Engineer/Inspector will determine the proper locati05 and spacing Of any sign not shown on the BC sheets, Traffic Control Plan sheets or the Work NAME"(020-6T) sign behind the Type 3 Barricades for the road closure (see BC(10) also). The "ROAD WORK NEXT X MILES" left arrow(G20-1bTL) and "ROAD WORK NEXT X MILES" right orrow (620-1bTR)" signs shall be replaced by the detour signing called for in the plans. see Part 6 of the Texas Manual an Uniform Traffic Control Devices" (TMUTCD) typical application diagrams or TCP Standard Sheets. a Minimus Distance from work area to first Advance Warning sign nearest the work area and/or distance between each additional Sign. as Zone Standard Sheets. 4. The "ROAD WORK NEXT X MILES"(020-1oT1sign shall be required at high volume crossroads to advise GENERAL NOTES ma+oris+s of the length of construction in either direction frau the intersection. The Engineer wi11 determine whether o roadway is considered high volume. 5. Additional traffic control devices may be shown elsewhere in the plans for higher volume crossroads. 6. When work occurs in the intersection area, appropriate traffic control devices, as shown elsewhere in 1. Special or larger size signs may be used as necessary. 2. Distance between signs should be increased as required to have 1500 feet o the plans or as determined by the Engineer/Inspector, shall be in place. advance warning. 0 z SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS 3. Distance between signs should he increased as required to have 1/2 mile or more advance warning. o o a $ k 3) © 620-9TP X * BEGIN 4. 36" x 36" "ROAD WORK AHEAD" (0120-IDlsigns may be used on low volare w SPEED ZONE crossroads 0+ the discretion of the Engineer. See Note 2 older "Typical a w 3 E w ROAD LIMIT STAY ALERT Location of Crossroad Signs". BEGIN DO R20-5TX X TRAFFIC OBEY a w w «-- **020-5T nCWI-4L ROAD WORK XE%T %NILES R4-1 lag PASS AHEAD X X FINES DOUBLE �, WARNING SIGNS 5. Only diamond 560260 warning sign sizes ore 100120tea. N~c CW20-ID ROAD L/(J X X020-6T NAxE ,rmxes XX CW13-10 ere appropriate) * *R2-1 R20-5oTPX X '^ 'Oulu.' TALK OR TETT LATER STATE LAW 'Standard "nual o 1,7'8 ROAD WORK CW1-4R WORK �A AHEAD cur MATE CW20-1D O G20-I OT* * R20-3TX X 6 See sign size IrsTexa in f", Sign Appendix of available ig H design Sign Designs for Texas" manual for complete list of available sign design AHEAD aaxrxxcrwx sizes. 3% i N CW13-1P Type 3 Barricade or X X X K 71 CW20-1D channelizing devices K SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) BARRICADE AND CONSTRUCTION BC(2)-14 <1= LEGEND • • 1 " a • a I1---1 Type 3 Barricade • O o 0 Channellzing Devices WORK 1 geg inning of / NO-PASSING SPACE Irl SPEEDENp l'"---...7 O Sign _........../Beginning R2-1 Channel izi line LIMIT 'K ZONE 020-20TX-X .1L 3X ng CSJ Limit l'..---..... Devicescoordinate should END O X X See Typical Construction When extended distances occur between minimal work spaces, the Engineer/Inspector should ensure additional "ROAD WORK AHEAD"(CW20-1D)si ns ore laced in advance of these work areas to remind drivers theyare still O P ROAD WORK with sign 020-2 * * location NOTES X Warning Sign Size and Spacing chart or the within the project limits. See the applicable TCP sheets for exact location and spacing of signs and channelizing devices. The Contractor shall determine the appropriate distance "BEGIN TMUTCD for sign spacing requirements. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS to be placed on the G20-1 series signs and ROAD WORK WORK NEXT X MILES"(020-5T)sign for each specific project. SHEET 2 OF 12 k >I **020-5aP This distance shall replace the "X" and shall be rounded © BEGIN SPEED ZONE STAY ALERT OBEY to the nearest whole mile with the approval of the Engineer.Alimpil • Traffic o ROADDivision XX G20-5T ROAD ROAD ROAD WORK NEXT %MILES LIMIT *)(920-5! TRAFFIC FINES .�, 1 � WARNING SIGNS No decimals shall be used. ,78Xr88DbPartrRentofThansportaNan Op f a EE CLOSED q11-2 WORK WORK WE DOUBLE The "BEGIN WORK ZONE"1020-9TPI "END WORK ZONE" (020-2bT) CWI-4L AHEAD /z MILE ADDRESS X X X*R20-5aTP TALK OR TEXT ami STATE LAW and O shal 1 be used as shown on the sample layout when advance o o C—I CW1-6 Type 3 G20-6T CW20-1D surx X*R2-I �v,u w G20-10T 820-3T inform Barricade or XX CW13-1P C820•1E X X carxxcra * * * * signs ore required outside the CSJ Limits. They the channelizing MPH Devices \ \ % \ % X x % \- % % mo+oris+ of entering or leaving a part of the work zone lying outside the CSJ Limits where traffic fines may double if workers are present. BARRICADE AND CONSTRUCTION K / 4 4 4 * * Required CSJ Limit signing. See Note 10 on BC (1 ). TRAFFIC PROJECT LIMIT 4 1 FINES DOUBLE signs will not be required on projects consisting solely of mobile operations work. Channel izing CSJ Limit Area for of "ROAD WORK AHEAD" (CW20-1D)sign w BC ( 2) -1 4 Devices placement © J,ts. and other signs or devices as called for on the Traffic ror, be-14. dgn ow: TxDOT cc: TxDOT ox: TxDOT a= Tx00T I 0 SPEED R2-1 Contra l P I On. ©Tx00T November 2002 con+ MV doe HIGHWAY WORK END H` ') LIMIT O /TAContractor will install a regulatory speed limit sign at xevcvmxs m 1-_i ROAD WORK the the 9-07 8-14 MST COUNTY SHEET NO. 00 G20-2 * * X X end Of work zone. 7-13 I 9s I W SHEET 25 ofl 09 o RECORD DRAWING NO. STR 898 0 o L7_, CITY PROJECT#E13095 WW F — 4 .. O LL Signing shown for one direction only. See BC(2) for additional advance signing. SPEED LIMIT 70 R2-1 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. l (750' - 1500'1 See General Note 4 GUIDANCE FOR USE: CW3-5 SPEED LIMIT 60 020-5aP R2-1 LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic control plans 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 Speed Limit signs, when approved as described above, Should be posted and visible to the motorist when work activity is present. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: (J) rough rood or damaged pavement surface b) substantial alteration of roadway geometrics (diversions) cl construction detours dl grade e) width f) other conditions readily apparent to the driver As long as any of these conditions exist, the work zone speed limit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit may be included on the design of the traffic control plans when workers or equipment are not behind concrete barrier, when work activity is within 10 feet of the traveled way or actually in the travelled way. 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 shall be removed or covered. (See Removing or Covering on BC(4)). Signing shown for one direction only. See BC(2) for additional advance signing. CSJ LIMITS WORK ZONE SPEED LIMIT 60 G20-5aP R2-1 GENERAL NOTES See General Note 4 SPEED LIMIT 70 R2-1 See General Note 4 WORK ZONE SPEED LIMIT 60 1. Regulatory work zone speed limits should be used only for sections of construction projects where speed control is of major importance. 2. Regulatory work zone speed limit signs shall be placed on supports at o 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 black legend and border on a white reflective background (See "Reflective Sheeting" on BC(4)). 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, "WORK ZONE"(G20-5aP) plaque and the "SPEED LIMIT"(R2-1)signs shall not be paid for directly, but shall be considered subsidiary to [tem 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless as otherwise noted under "REMOVING OR COVERING" on BC(4). 8. Techniques that may help reduce traffic speeds include but are not limited to: A. Law enforcement. B. Flogger stationed next to sign. C. Portable changeable message sign (PCMS). D. Low-power (drone) radar 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 approved for each project. 10.For more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form 01204 in the TxDOT e -form system. 020-50P R2-1 WORK ZONE G20-5aP SPEED LIMIT 6 0 R2 -I 1- SPEED LIMIT 70 SHEET 3 OF 12 R2-1 Department of W anaporl'atlon Traffic Opmftm Standard BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3)-14 re.E� be -I 1. dgn 0N: Tx00T I4- Tx00T ow: TAW la= TxDOT ©Tx00T November 2002 coeT sec* doe emwwer slows 9-07 8-14 7-13 onsT COUNT, SHEET NO. I 97 1 CONSULTANT'S JOB NO. 130580 DESCRIPTION m 0 REVISION NO. DESCRIPTION o m c U CONSTRUCTION REVISION NO SHEET 26 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CONSULTANT'S JOB NO.I 130580 tE OF TF\\I 1 DENNIS L MLLER �i `•• 51503 7-3/- /s +y of any onversion GENERAL NOTES FOR WORK ZONE SIGNS 12' min. • TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS /R®�® 1. contractor shall install and maintain signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts shall be painted white. 3. Barricades shall NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or es directed by the Engineer. Signs shall be used to regulate, warn, and •, 6, 2 minima from curb N®�� (/ ���® �O�l� guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the "Standard Highway Sign Designs for Texas' (5H5D). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are Shown in the TMJTCD but may have been omitted from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the cholges in ce Act". No warran nsibili+y for the c ul+ing from its use g 3_ F Travel lone edg r '1 the Inspector's TxDOT diary and having both the Inspector and Can tractor initial and date the agreed upon Changes. LNV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH -(361)883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs d min. ~� 6. Inc Contractor shall furnish sign supports listed in the 'Compliant Work Zone Traffic Control Device List" (CWZTCD). The Contractor iu 0 3E% wPxm shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation > 0'-6' 6' or 7.0' min. 7 0' min. procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recamendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged or cracked substrates and/or o '� greater 9.0' max. 1 9.0' max. X 6.0' min. damned or marred reflective sheeting as directed bythe Engineer/Inspector. 9 9 8. Identification markings may be shown only on the back Of the Sign substrate. The maximum height of letters and/or company logos used for identification shall be 1 inch. p le "Texas Engineering Prac+i ver. TxDOT assumes no respo •rec+ results or damages res � �/ QQ //\y//moi 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts Shall not be spliced. DURATION OF WORK las defined by the 'Texas Manual an Uniform Traffic Control Devices' Part 61 DESCRIPT h/Mi Paved /Cj/�\�x Paved /�P*; �p shoulder Shoulder * When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and ploib. Objects shall NOT be placed under skids as a means of leveling. 3E 3E When plaques are placed on dual-leg supports, they should be attached to the upright nearest the travel lone. Supplemental plaques (advisory or distance) Should not cover the Surface of the parent Sign. 7,/, \7,/, qt‘/ 1. Inc types of Sign supports, sign mounting height,the size of signs, and the type of sign substrates can vary based on the type Of work being performed. The Engineer is responsible for selecting the oppropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrote meets manufacturer's recommendations in regard to crashwcrthiness and duration of work requirements. a. Long-term etotionory - work that occupies 0 location more than 3 days. b. Intermediate-term stationary - work that occupies 0 location more than one daylight period up to 3 Boys, or nighttime work lasting more than one hour. c. Short-term Stationary - daytime work that occupies a location for more than 1 hour in a single daylight period. d. Short, duration - work that Occupies 0 location up t0 1 hour. e. Mobile - work that moves continuously or intermittently (stopping for up to approximo+ely 15 minutes.) SIGN MOUNTING HEIGHT Support ATTACHMENT FOR SIGN SUPPORTSA+tpahlmlent t0 Wooden supports 1. The bottom of Long-term/Intermediate-term signs shall be at least 7 feet, but not more than 9 feet, above the paved surface, except r- B oo x,0 c ����, shall not 8 protrude I above sign g will rbee bybolts and nuts or screws. Use TxDOT's or manufacturer's recommended as shown for supplemental plaques mounted below other signs. 2. The bottom Of Short-+ernVShOr+ Duration signs Shall be 0 minima Of 1 foot above the pavement surface but no more than 2 feet above the ground. 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. m c ZONE LS lLi111V LS _ \ , procedures for attaching Sign 4. Short-term/Short Duration signs shall be used Only during daylight and shall be removed at the end of the workday or raised t0 > o i i :_�n m nunn-"'mal substrates t0 other types of appropriate Lang-term/Intermediate sign height. a 1_ m �+ .at e WWWHC 0� Support f .114 Fir sign supports 5. Regulatory signs shall be mounted at least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. SIZE OF SIGNS or $°w CN FINESES shall not protrude IIUOWD r r .."......„...„4„. 1. the Contractor shall furnish the sign sizes shown an BC 121 unless otherwise shown in the plans or as directed by the Engineer. SIGN SUBSTRATES 5 o DOUBLE above sign OR 1. The Contractor is installed in for owe I �jj Olf"U Jv Nails shall NOT shall ensure the sign substrate accordance with the manufacturer's recommendations the type of sign support that is being used. The CWZTCO lists each substrate that can be used an the different types and models of sign supports. 0 100 ° '� x ~ ‘- I WORKERSWW1 ARK �R�Sf11IT �� ` be allowed. Each sign I be 2. "Mesh' type materials are NOT an approved sign substrate, regardless of the Tightness Of The weave. 3. All wooden individual sign panels fabricated from 2 or more pieces shall have one or more plywo0a cleat, 1/2' thick by 6' wide, fastened to the bock of the sign and extending fully across the sign. The cleat shall be attached to the back of the sign using wood z o DISCLAIMER: The use of kind is mode b: of this s+andoi Sign supports shall extend mare than -` .xnxnxmununxnmmina1ro1a1npp1�.,1p �'� shol attached directly to the sign screws that do not penetrate the face of the sign panel. The screws shall be placed 0n both sides of the splice and spaced at 6" centers. The Engineer may approve other MethOd8 of splicing the sign face. 1/2 way up the \' REFLECTIVE SHEETING back of the sign substrate. FRONT ELEVATION Wood, metal or Fiber Reinforced PlOstiC - support. Multiple signs shall not be joined or spliced by any means. Wood 1. All signs shall be retr°reflective and constructed of sheeting meeting the color and retro-reflectivity requirements of DMS-8300 for rigid signs or DMS-8310 for roll-up signs. The web address for DNS specifications is shown on BC(I). 2. White sheeting, meeting the requirements of DMS-8300 Type A, shall be used for signs with a white background. 3. Orange sheeting, meeting the requirements of DMS-8300 Type BFi or Type CFL, shall be used for rigid signs with orange backgrounds. SIGN LETTERS Splicing height above embedded perforated square metal tubing in order to extend post will Only be allowed when the splice is made using four bolts, two old two below Inc spice point. Splice mist be located entirely behind SIDE ELEVATION supports shall not be extended or repaired by sol iCinQ Or 1. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWAI and as published in the "Standard Highway Sign Design for Texas' manual. Signs, letters and numbers shall be of first 01035 workmanship in accordance with Department Standards and Specifications. BEHOVING OR COVERING SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) BARRICADE AND CONSTRUCTION BC(4)-14 the should sign substrate, not near the base of the support. Splice insert lengths be at least 5 times nominal post size, centered on the splice and Wood other means. 1. When sign messages may be confusing or d0 not apply, the signs shall be removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away frau traffic 90 degrees when of at least the sane gauge material. the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any intersections where the sign may be seen from approaching traffic. STOP/SLOW PADDLES 1. STOP/SLOW paddles are the primary method to control traffic by flaggers. The STOP/SLOW paddle size should be 24" x 24" as detailed below. 2. When used at night, the STOP/SLOW paddle shall be retroreflectorized. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 1. Permanent signs are used to give notice of traffic lows or regulations, call attention to conditions that are potentially hazardous t0 traffic operations, show route designations, destinations, directions, distances, services, points 3. Signs installed on wooden skids shall not be turned at 90 degree angles to the roadway. These Signs should be removed or completely covered when not required. 4. When signs are covered, the material used shall be opaque, such as heavy mil black plastic, or other materials which will cover the entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 5. Burlap shall NOT be used to cover signs. 6. Duct tape or other adhesive material shall NOT be affixed to a sign face. 7. Signs and anchor stubs shall be removed and holes backfilled upon completion 0f work. SIGN SUPPORT WEIGHTS 3. STOP/SLOW paddles may be attached to a Staff with a minimum length of 6' to the bottom of the Sign. 4. Any lights incorporated into the STOP or SLOW paddle faces of interest, and other geographical, recreational, or cultural information. Drivers proceeding through a work zone need the some, if not better route guidance as normally installed on a roadway without construction. 1. Where Sign Supports require the use Of weights t0 keep frau turning over, the use Of Sandbags with dry, cohesionleSS Sand Should be used, 2. the sandbags will be tied shut to keep the End from spilling and t° SHEET 4 OF 1 2 sa shall Only be a6 specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. 2. When permanent regulatory or warning signs conflict with work zone conditions,no remove or cover the permanent signs until the permanent sign message matches the rocondition. 3. When existing permanent signs are moved and relocated due to construction maintain 0 constant weight. 3. Rock, concrete, iron, Steel or other Solid objects Shall not be permitted for use as sign Support we ight5. 4. Sandbags 35 lbs 50 lbs. • 'TexasDepartmentofT8ansportctIon ?�f9 Division Standard o a adway E2 o 10" 10" purposes, they shall be visible to motorists at all times. 4. If existing signs ore to be relocated on their original supports, they shall be installed on croshworthy bases as shown on the SMD Standard sheets. The signs should weigh a minimum of and a maximum of 5. Sandbags Shall be made Of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) sh011 NOT be used. 6. Rubber ballasts designed for devices be for (,, o 24' �l%%����``'' \\ nv,) j�� \� I.[ 1111) 11, v Ill 1 VIII III���JJJ\III lul I 8^C 24" %yl� 1�/\�f�\�1L' IIIff11III \\ II rl,'J11L_I� I�tI ff`1}}1rIRR1YJ/ I I !i + Il.11 UU 11LL1111 . ,T� 1 "'Brelocating 8`1 Ye" shall meet the required moulting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate 00y item for existing signs. supports, 5. If permanent signs are to be removed and relocated using Contractor s or the the Ciroctor 50011 use CrOShworthy Su020rt3 OS shorn 011 the BC Sheetet CWZTCD. The signs 3h011 meet the required mounting heights shown an the BC Sheets or the SMD Standards during construction. This work should be paid for under the appropriate pay item for relocating existing signs. channelizing should not used ballast on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic Control device aid shall not be Suspended above ground level or hung with rope, wire, Chains or other fasteners. Sandbags shall be placed along the length of the skids to weigh down the sign support. 8. Sandbags shall NOT be placed under the skid old shall not be used to level sign supports placed On Slopes. BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC (4 ) - 1 4 Y 6. Any sign or traffic control device that is struck or damaged by the Contractor FLAGS ON SIGNS FILE. bc-14.dgn Do. TON 108 Tx00l D•: T3DOT IC, TxDOT E BY k24 k or hie/her construction equipment Sh011 be replaced as soon as possible by the ©Tx00T November 2002 cool SECT are HIGHWAY >1 24 - Red Background - Orange Contractor to ensure proper guidance for the motorists. 7915 will be subsidiary 1. Flags may be used +0 drove attention +0 warning signs. When used the flog shall be 16 inches square or larger old shall be orange or fluorescent HEN W w a BxkgrgrWJ Legend a Border - mite Legend a Border - Blxk to Item 502. red-orange in CO 10r, Flags shoo not be allowed +O Cover any portion Of 9-07 8-14 DIST COUNTY SHEET No. .J. a LL the sign face. 7-13 1 9B 1 SHEET 27 ofl 09 o RECORD DRAWING NO. STR 898 0 o L7_, 4- CITY PROJECT#E13095 ww Maximum 21 sq. ft. of sign face 0 4x4 wood X Post See BC(4) for sign height requirement 40" Front 4x4 wood post Maximum 12 sq. ft. of Q sign face Top 36" Side See BC(4) for sign height requirement Front 2x4 brace f rA Sign Post co Sign - Post 9' desirable Length of sk ds may be increased for additional stability. 4x4 block sloe SKID MOUNTED WOOD SIGN SUPPORTS TOO 3/8' bolts w/nuts or 3/8" x 3 1/2' (min.) lag screws 454 block LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ 34' min. in strong soils, 55' min. in weak soils. OPTION 1 (Direct Embedment) Anchor Stub (1/4" larger than sign Post) Sign - Post 9.. desirable 18" Optional reinforcing sleeve—. (1/2" leeve - (1/2" larger than sign post) x 18" Anchor Stub (1/4" larger than sign post) 34" min in strong soils, 55" min in weak soils. OPTION 2 OPT ON 3 (Anchor Stub) (Anchor Stub and Reinforcing Sleeve() PERFORATED SQUARE METAL TUBING y$ Ga Sign Post e Base See the CWZTCD I■ Post for embedment. WING CHANNEL Lap-solice/base bolted anchor GROUND MOUNTED SIGN SUPPORTS Refer t0 the CWZTCD and the manufacturer's install05(0n procedure for each type sign support. The maximum sign square footage shall adhere to the monufacturer's recommendation. Two post installations con be used for larger signs. Upright must telescope to provide 7' height above pavement weld weld starts here A 9 sq. ft. or less- IOTm extruded thinwall plastic sign only 1 3/4" x 1 3/4" x 11 foot 12 ga post (DO NOT SPLICE) 1 3/4' gals. round with 5/16" holes or 1 3/4' x 1 3/4' square tubing 36" Welds to start on Opposite sides going in opposite directions. Minimum weld, do not back fill puddle. weld starts here weld pin at angle needed to match S1deSlape 48' 2.5 L 5' SINGLE LEG BASE Side View 2"x2"x 12 ga. upright 16 sq. ft. or less of any rigid sign substrate listed in section J.2.d of the CWZTCD, except 5/8" plywood. 1/2" plywood is allowed. 0 3/8' x 3" gr. 5 bolt (2 per support) joining sign panel and supports 1 3/4 ' x 1 3/4 ' x 129" (hole to hole( 12 ga. support telescopes into sleeve 1 3/4 " x 1 3/4 " x 52" (hole to hole) 12 ga. square perforated tubing diagonal brace 1 3/4 " x 1 3/4 " x 32" (hole t0 hale) 12 ga. square perforated tubing cross brace 3/8" X 4-1/2 gr. 5 BOLT (TYP.) 07/16" 32' 1 Nominal Post Number of Maximum Sq. feet of Minimum Soil Drilled Hole(s) Size Posts Sign Face Embedment Required 4 x 4 1 12 36' NO 4 x 4 2 21 36" NO 4 x 6 1 21 36" YES 4 x 6 2 36 36' YES WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS WEDGE ANCHORS Both steel and plastic Wedge Anchor Systems as shown on the SMD Standard Sheets may be used as temporary sign supports for signs up to 10 square feet of sign face. They may be set in concrete or in sturdy soils if approved by the Engineer. (See web address for "Traffic Engineering Standard Sheets" on BC(1)). OTHER DESIGNS MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. GENERAL NOTES 1 3/4 " x 1 3/4 " x 129' (hole to hole) 12 ga. square perforated tubing upright 2" x 2" x 59" (hole to hole) 12 ga. perforated tubing skid SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 0 3/8 " X 3" gr. 5 bolt Completely welded around tubing 2" x 2' x8" (hole to hole) 12 go. square perforated tubing sleeve welded to skid 1. Nails may be used in the assembly of wooden sign supports, but 3/8' bolts with nuts or 3/8' z 3 1/2" lag screws must be used on every joint for final connection. 2. No more than 2 sign posts shall be placed within 0 7 ft. circle, except for specific materials noted on the CWZTCD List. 3. When project is completed, all sign supports and foundations shall be removed from the project site. This will be considered Subsidiary to Item 502. ❑ See BC(4) for definition of "Work Duration.' 4 Wood sign posts MUST be one piece. Splicing will NOT be allowed. Posts shall be painted white. A See the CWZTCD for the type of sign substrate that can be used for each approved sign support. SHEET 5 OF 12 Department of hanapartafon heft Opiretiom rlslon Standard BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC(5)-14 EILE: be -14. dgn 8N: Tx00T I= Tx00TI D.: T000T ICx: Tx00T © TxDOT November 2002 CONT SECT JOB NIOHNAY 9-07 8-14 SIDNs 7-13 DIST COUNTY 5.EET NO. 1 99 1 CONSULTANT'S JOB NO. 130580 DESCRIPTIO o U (a 0 m uJ 0 REVISION NO. DESCRIPTION REVISION NO SHEET 28 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 WW f J a .. O LL WHEN NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC PORTABLE CHANGEABLE MESSAGE SIGNS 1 The Engineer/Inspector shall approve all messages used on portable changeable message signs (PCMS). 2. Messages on PCMS should contain no more than 8 words (about four to eight characters per word), not including simple words such as "TO,' "FOR,' "AT," etc. 3. Messages should consist of a single phase, or two phases that alternate. Three-phase messages are not allowed. Each phase Of the message should Convey a single thought, and must be understood by itself. 4. Use the word 'EXIT" to refer to an exit ramp on a freeway; i,e., "EXIT CLOSED." Do not use the term "RAMP,' 5. Always use the route or interstate designation (IH, US, 5H, FM) along with the number when referring to a roadway. 6. When in use the bottom of a stationary PCMS message panel should be a minimum 7 feet above the roadway, where possible. 7. The message term "WEEKEND' Should be used only if the work is to start an Saturday morning and end by Sunday evening at midnight. Actual days and hours of work should be displayed On the PCMS if work is to begin on Friday evening and/or continue into Monday morning. 8. The Engineer/Inspector may select one of two options which are avail- able for displaying a two-phase message on a PCMS. Each phase may be displayed for either four seconds each or for three seconds each. 9. Do not "flash' messages or words included in a message. The message should be steady burn or continuous while displayed. 10. Do not present redundant information on a two-phase message; i.e., keeping two lines of the message the sane and changing the third line. 11. Do not use the word "Danger' in message. 12. Do not display the message 'LANES SHIFT LEFT" or "LANES SHIFT RIGHT" on a PCMS. Drivers do not understand the message. 13. Do not display messages that scroll horizontally or vertically across the face of the Sign. 14. The following table lists abbreviated words and two -word phrases that are acceptable for use On a PCMS. Both words in a phrase III(Jst be displayed together. Words or phrases not on this list should not be abbreviated, unless shown in the TMUTCD. 15. PCMS character height should be at least 18 inches for trailer mounted units. They should be visible from at least 1/2 (.5) mile and the text should be legible from at least 600 feet at night and 800 feet in daylight. Truck mounted units must have a character height of 10 inches and must be legible from at least 400 feet. 16. Each line of text should be centered on the message board rather than left or right justified. 17. If disabled, the PCMS should default to an illegible display that will not alarm motorists and will only be used to alert workers that the PCMS hos malfunctioned. A pattern such as a series of horizontal solid bars is appropriate. WORD OR PHRASE ABBREVIATION WORD OR PHRASE ABBREVIATION Access Road ACCS RD Major MAJ Alternate ALT Miles MI Avenue AVE Miles Per Hour MPH Best Route BEST RTE Minor MNR Boulevard BLVD Monday MON Bridge GROG Normal NORM Cannot CANT North N Center CTR Northbound (route) N Construction Ahead CONST AHDParking PKING Road RD CROSSING XING Right Lane RT LN Detour Route DETOUR RTE Saturday SAT Do Not DONT Service Rood SERV RD East E Shoulder SHLDR Eastbound (route) E Slippery SLIP Emergency EMER South 5 Emergency Vehicle EMER VEH Southbound (route) 5 Entrance, Enter ENT Speed SPD Express Lane EXP LN Street 5T Expressway EXPWY Sunday SUN XXXX Feet XXXX FT Telephone PHONE Fog Ahead FOG AHD Temporary TEMP Freeway FRWY, FWY Thursday TOURS Freeway Blocked FRY BLKD To Downtown To DWNTN Friday FRI Traffic !RAF Hazardous Driving HAZ DRIVING Travelers TRVLRS Hazardous Material HAZMAT Tuesday TUES High -Occupancy HOV Time Minutes TIME MIN Vehicle Highway HWY Upper Level UPR LEVEL Vehicles (SI VEH, VERS Hour(s) OR, ORS Warning WARN Information INFO Wednesday WED It IS Junction ITS JCT Weight Limit WT LIMIT Leff LFT West W Left Lane LFT LN Westbound (route) W Lone CloSed LN CLOSED Wet Pavement WET PVMT Lower Level LWR LEVEL Will Not WONT Maintenance MAINT Roadway designation * IH -number, US -number, SH -number, FM -number RECOMMENDED PHASES AND FORMATS (The Engineer may approve other Phase 1: Condition Lists Road/Lane/Ramp 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 FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES messages not specifically covered here.) Phase 2: Possible Component Lists 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 1F iF LANES SHIFT in Phase I oust be used with STAY IN LANE in Phase 2. APPLICATION GUIDELINES I. Only 1 or 2 phases are to be used on a PCMS. 2. The 1st phase (Or both) should be selected from the "Road/Lone/Romp Closure List' and the "other Condition List". 3. A 2nd phase can be selected from the "Action to Take/Effect on Travel, Location, General Warning, or Advance Notice Phase Lists". 4, A Location Phase is necessary only if a distance or location is not included in the first phase selected. 5. If two PCMS are used in sequence, they must be Separated by 0 minimum of 1000 ft. Each PCMS shall be limited to two phases, and should be understandable by themselves. 6. For advance notice, when the current date is within seven days of the actual work dote, calendar days Should be replaced with days of the week. Advance notification should typically be far no more than one week prior to the work. 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 II FORM X LINES RIGHT USE XXXXX RD EXIT USE EXIT I -XX NORTH USE I -XX E TO I -XX N WATCH FOR TRUCKS EXPECT DELAYS PREPARE TO STOP END SHOULDER USE WATCH FOR WORKERS WORDING ALTERNATIVES Location List AT FM XXXX BEFORE RAILROAD CROSSING NEXT X MILES PAST US XXX EXIT XXXXXXX TO XxXXXxX US XXX TO FM XXXX 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 ox Advance Notice List TUE-FRI XX AM - X PM APR XX - XX X PM -X AM 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 3E X See Appl teat ion Guidelines Note 6. 1. The words RIGHT, LEFT end ALL can beinterchanged as appropriate. 2. Roadway designations 1H, US, SH, FM and LP can be interchanged as appropriate. 3. EAST, WEST, NORTH and SOUTH (or abbreviations E, W, N and SI con be interchanged as appropriate. 4. Highway nares and numbers replaced as appropriate. 5. ROAD, HIGHWAY and FREEWAY can be interchanged as needed. 6. AHEAD may be used instead of distances if necessary. 7. FT and M1, MILE and MILES interchanged as appropriate. 8. AT, BEFORE and PAST interchanged as needed. 9. Distances or AHEAD can be eliminated 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, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. FULL MATRIX PCMS SIGNS 1. When Full Matrix PCMS signs are used, the character height and legibility/visibility requirements shall be maintained as listed in Note 15 under "PORTABLE CHANGEABLE MESSAGE SIGNS" above. 2. When symbol signs, Such as the "Flogger Symbo1"(CW20-7) are represented graphically 0n the Full Matrix PCMS sign and, with the approval of the Engineer, it shall maintain the legibility/visibility requirement listed above. 3. When symbol signs are represented graphically an the Full Matrix PCMS, they shall Only supplement the use of the static Sign represented, and Shall not substitute for, or replace that sign. 4. A full matrix PCMS may be used to simulate a flashing arrow board provided it meets the visibility, flash rate and dimming requirements on BC(7), for the sane size arrow. SHEET 6 OF 12 Maw Department of TYansportatlon Wife Opera DholAbn standard BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) -14 r,oE: bC-14. dip ow -WO I cN: TXDOT o'.: TxDOT I a: Tx0OT © T%DOT November 2002 CONT SECT JOB SIMS, 9-07 8-14 7-13 DIST COONS, SNEET N0. 1 100 1 CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION m REVISION NO SHEET 29 af109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 00 f - u_ LL 1. Barrier Reflectors shall be pre -qualified, and conform to the color and reflectivity requirements of DMS -8600. A list of prequalified Barrier Reflectors can be found at the Material Producer List web address shown on BC(1). 2. Color of Barrier Reflectors shall be OS specified in the TMUTCD. The cosi of the reflectors sholl be considered subsidiory to Item 512. CONCRETE TRAFFIC BARRIER (CTB) Barrier Reflectors 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors shall be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This will allow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the site of the CTB shall be located directly below the reflector mounted on top of the barrier, as shown in the detail above. 4. Where CTB separates two-way traffic, three barrier reflectors shall be mounted on each section of CTB. The reflector unit an top 88011 have two yellow reflective faces (Bi-Directionallwhile the reflectors on each side of the barrier shall have one yellow reflective face, as shown in the detail move. 5. When CTB separates traffic traveling in the same direction, no barrier reflectors will be required on top of the CTB. 6. Barrier Reflector units shall be yellow or white in color to match the edgeline being supplemented. 7. Maximum spacing of Barrier Reflectors is forty 140) feet. 8. Pavement markers or temporary flexible -reflective roadway marker tabs shall NOT be used as CTB delineation. 9. Attachment of Barrier Reflectors to CTB shall be per manufacturer's recommendations. 10.Missing or damaged Barrier Reflectors shall be replaced as directed by the Engineer. 11.Single slope barriers shall be delineated as shown on the above detail. Barrier Reflector on 16' tall plastic bracket� See D & OM (VIA) 16" Max. spacing of barrier reflectors is 20 feet. Attach the delineators as per manufacturer's recommendations. LOW PROFILE CONCRETE BARRIER (LPCB) Install a minimum of 3 Barrier Reflectors as per manufacturer's recommendations. DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB's in work zones shall meet crashworthy standards as defined in the National Cooperative Highway Research Report 350. Refer to the CWZTCD List for approved end treatments Old manufacturers. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS Type C Warning Light or approved substitute mounted on a drum adjacent to the travel way. Warning reflector may be round or squore.Must have a yellow reflective surface area of at least 30 square inches WARNING LIGHTS 1. Warning lights shall meet the requirements of the TMUTCD. 2. Warning lights shall NOT be installed on barricades. 3. Type A -Low Intensity Flashing Warning Lights are commonly used with drums. They ore intended to warn of or mark a potentially hazardous area. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "FL'. The Type A Warning Lights shall not be used with signs manufactured with Type BFLor CFLSheeting meeting the requirements of Departmental Material Specification DMS -8300. 4. Type -C and Type D 360 degree Steady Burn Lights are intended to be used in a series for delineation to supplement other traffic control devices. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "SB'. 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed on the traffic control devices. 6. When required by the Engineer, the Contractor shall furnish c copy of the warning lights certification. The warning light manufacturer will certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing and Steady -Burn Warning Lights. 7. When used to delineate curves, Type -C and Type D Steady Burn Lights should only be placed on the outside of the curve, not the inside. 8. The location of warning lights and warning reflectors on drums shall be as shown elsewhere in the plans. WARNING LIGHTS MOUNTED ON PLASTIC DRUMS 1. Type A flashing warning lights ore intended to worn drivers that they are approaching or are in 0 potentially hazardous area. 2. Type A random flashing warning lights are not intended for delineation aid shall not be used in a series. 3. A series of sequential flashing warning lights placed on channelizing devices to form merging taper may be used for delineation. If used, the successive flashing of the sequential Warning lights should occur from the beginning Of the taper to the end of +he merging taper in order to identify the desired vehicle path. The rate of flashing for each light shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C and D steady -burn warning lights are intended to be used in a series to delineate the edge of the travel lone on detours, on lane changes, on lane closures, and on other similar conditions. 5. Type A, Type C and Type 0 warning lights shall be installed at locations as detailed on other sheets in the plans. 6. Warning lights shall not be installed on 0 drum that has 0 sign, chevron or vertical panel. 7. The maximan spacing for warning lights on drums should be identical to the channelizing device spacing. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS 1. A warning reflector or approved substitute may be mounted an a plastic drum as a substitute for a Type C, steady burn warning light at the discretion of the Contractor unless otherwise noted in the plans. 2. The warning reflector Shall be yellow in color and Shall be manufactured using a Sign Substrate approved for use with plaStic drums listed on the CWZTCD. 3. The warning reflector shall have a minimum retroreflective surface area (one -side) of 30 square inches. 4. Round reflectors shall be fully reflectorized, including the area where attached to the drum. 5. Square substrates must have a minimum of 30 square inches of reflectorized sheeting. They do not have to be reflectorized where it attaches to the drum. 6. The Side of the warning reflector facing approaching traffic Shall have Sheeting meeting the color and retroreflectivity requirements for DMS 8300 -Type B or Type C. 7. When used near Iwo -way traffic, both sides of the warning reflector shall be reflectorized. 8. The warning reflector should be mounted on the side of the handle nearest approaching traffic. 9. The maximum spacing for warning reflectors should be identical to the channelizing device spacing requirements. Arrow Boards may be located behind channelizing devices in place for a shoulder taper or merging toper, otherwise they Shall be delineated with four (4) channelizing devices placed perpendicular to traffic an the upstream side of traffic. 1. The Flashing Arrow Board should be used for all lane closures on multi -lane roadways, or slow moving maintenance or construction activities on the travel lanes. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions or work an shoulders unless the 'CAUTION" display (see detail below) is used. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic control devices that should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: • • • • 4 CORNER CAUTION • • • • • • • • DOUBLE ARROW OR • • • • • • • • • • • •• • 0 • ALTERNATING DIAMOND CAUTION • • LEFT & RIGHT • • • • • •• • • • • • • • • • • • • • • • • • • • • • • • CHEVRON ARROW LEFT & RICHT 5. The "CAUTION" display consists of four corner lamps flashing simultaneously, or the Alternating Diamond Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated lamp voltage. The flashing rate of the lamps shall not be less than 25 nor more than 40 flashes per minute. 8. Minimum Tamp "on time' shall be approximately 50 percent for the flashing arrow and equal intervals of 25 percent for each sequential phase of the flashing chevron, 9. The sequential arrow display is NOT ALLOWED. 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron display may be used during daylight operations. 11. The Flashing Arrow Board shall be mounted on a vehicle, trailer or other suitable support. 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13. A full matrix PCM5 may be used to simulate a Flashing Arrow Board provided it meets visibility, flash rate and dimming requirements on this sheet for the same Size arrow, 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet frau roadway to bottom of panel. REQUIREMENTS TYPE MINIMUM SIZE MINIMUM NUMBER OF PANEL LAMPS MINIMUM VISIBILITY DISTANCE B 30 x 60 13 3/4 mile C 48 x 96 15 1 mile ATTENTION Flashing Arrow Boards shall be equipped with automatic dimming devices. FLASHING ARROW BOARDS WHEN NOT IN USE, REMOVE THE ARROW BOARD FROM THE RIGHT-OF-WAY OR PLACE THE ARROW BOARD BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL. SHEET 7 OF 12 TRUCK -MOUNTED ATTENUATORS 1. Truck -mounted attenuators (TMA) used on TxDOT facilities must meet the requirements outlined in the National Cooperative Highway Research Report No. 350 (NCHRP 350) or the Manual for Assessing Safety Hardware (MASH). 2. Refer to the CWZTCD for the requirements of Level 2 or Level 3 TMAs. 3. Refer to the CWZTCD for a list of approved TMAs. 4. TMAs are required on freeways unless otherwise noted in the plans. 5. A TMA should be used anytime that it can be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the work performance. 6. The only reason a TMA Should not be required is when 0 work area is spread down the roadway and the work crew is an extended distance from the TMA. D•partrnentofTYanaporfatlan Traffic Operations Dimbion Standard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC(7)-14 WILE: bc-14.dgn ow 14051 I4- 0030T ev. 0050) I a: Tx00T ©T400T November 2002 CONT SECT JOB HIGHWAY 9-07 8-14 s,mNs 7-13 DIST COUNTY SNEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTION m 0 REVISION NO. DESCRIPTION (0 f0 Z G cx cc n M g 'r Zcc CIN wz > m W a. H 0 z 0 it SHEET 30 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 GENERAL NOTES 1. For long term stationary work zones on freeways, drums shall be used as the primary channelizing device. 2. For intermediate term stationary work zones On freeways, drums should be used as the primary channelizing device but may be replaced in tangent sections by vertical panels, or 42" two-piece cones. In tangent sections ane -piece cones may be used with the approval of the Engineer but only if personnel are present an the project at all times t0 maintain the cones in proper position and location. 3. For short term stationary work zones 0n freeways, drums are the preferred channelizing device but may be replaced in topers, transitions and tangent sections by vertical panels, two-piece cones or One-piece cones as approved by the Engineer. 4. Dams and all related items shall comply with the requirements of the current version of the 'Texas Manual on Uniform Traffic Control Devices" ITMJTCDI and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 5. Drams, bases, and related materials shall exhibit good workmanship and shall be free from objectionable marks or defects that would adversely affect their appearance or serviceability. 6. The Contractor shall have a maximum of 24 hours to replace any plastic drums identified for replacement by the Engineer/Inspector. The replace- ment device must be an approved device. GENERAL DESIGN REQUIREMENTS Pre -qualified plastic drums shall meet the following requirements: 1. Plastic drums shall be a two-piece design; the "body' of the drum shall be the +op portion and the "base' shall be the bottom. 2. The body and base shall lock together in such a manner that the body separates from the base when impacted by a vehicle traveling at a speed of 20 MPH or greater but prevents occidental separation due to normal handling and/or air turbulence created by passing vehicles. 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or single piece plastic drums as channelizotion devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width at the 36 inch height when viewed from any direction. The height of drum unit (body installed on base) shall be a minimum of 36 inches and a maximum of 42 inches. 5. The top of the drum shall have a built-in handle for easy pickup and shall be designed to drain water and not collect debris. The handle shall have a minimum of two widely spaced 9/16 inch diameter holes to allow attachment of a warning light, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shall have a minimum of four alternating orange and white retroreflective circllllferentiol stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized space between any two adjacent stripes shall not exceed 2 inches in width. 7. Bases shall hove O maximum width Of 36 inches, a maximum height of 4 inches, and a minimum of two footholds of sufficient size to allow base to be held down while separating the drum body from the base. 8. Plastic drums shall be constructed of ultra -violet stabilized, Orange, high-density polyethylene (HDPE) or other approved material. 9. Drum body shall have a maximum unballasted weight of 11 lbs. 10. Drum and base shall be marked with manufacturer's name and model number. RETROREFLECTIVE SHEETING 1. The stripes used on drums shall be constructed of sheeting meeting the color and retroreflectivity requirements of Departmental Materials Specification DM5-8300, "Sign Face Materials." Type A reflective sheeting shall be supplied unless otherwise specified in the plans. 2. The sheeting sh011 be suitable for use on and shall adhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in -piece and exhibit no deleminoting, crocking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. BALLAST I. Unballosted bases shall be large enough to hold up to 50 lbs. Of sand. This base, when filled with the ballast material, should weigh between 35 lbs (minimum) and 50 lbs (maximum). The ballast may be sand in one to three sandbags separate from the base, sand in a sand -filled plastic base, or other ballasting devices as approved by the Engineer. Stacking of sandbags will be allowed, however height of sandbags above pavement surface may not exceed 12 inches. 2. Bases with built-in ballast shall weigh between 40 lbs. and 50 lbs. Built-in ballast can be constructed of an integral crumb rubber base or a solid rubber base. 3. Recycled truck tire sidewalls may be used for ballast On drums approved for this type of ballast on the CWZTCB list. 4. The ballast shall not be heavy objects, water, or any material that would become hazardous to motorists, pedestrians, or workers when the drum is struck by a vehicle. 5. When used in regions susceptible to freezing, drums shall have drainage holes in the bottoms so that water will not collect and freeze becoming a hazard when struck by a vehicle. 6. Ballast shall not be placed 0n top of drums. 7. Adhesives may be used to secure base of drums to pavement. Handle Top should not allow collection of water or debris 18" min 4" max 4" min 8" max (-LW 9/16" dia. Itypl for mounting signs and warning lights Each drum shall have a minimum of 2 orange and 2 white stripes using Type A retro - reflective sheeting with the top stripe being orange. Toper t0 allow for stocking a minimum of 5 drums Base (36" dia. noxi 36" ":10,!!":1045°��� (" Orange Whit4e 0001 444446 DIRECTION INDICATOR BARRICADE 1. The Direction Indicator Barricade may be used in topers, transitions, ono other areas where specific directional guidance to drivers is necessary. 2. If used, the Direction Indicator Barricade should be used in series to direct the driver through the transition and into the intended travel lone. 3. The Direction Indicator Barricade shall consist of One -Direction Large Arrow ICWI-61 sign in the size shown with 0 black arrow on a background of Type B,Lor Type CriOrange retroreflective sheeting above a rail with Type A retroreflective sheeting in alternating 4" white and orange stripes sloping downward at an angle of 45 degrees in the direction road users are to pass. Sheeting types shall be as per DMS 8300. 4. D0ouble arrowa on the Direction Indicator Barricade will not be 110880. 5. Approved manufacturers are shown on the CWZTCD List. Ballast Shall be as approved by the manufacturers instructions. This detail is not intended for fabrication. See note 3 and the CWZTCD list for providers of approved Detectable Pedestrian Barricades Continuous smooth 36' roil fpr hpntl trailing Detectable Edge 1111.1111! 00, 2 DETECTABLE PEDESTRIAN BARRICADES ax. 1. When existing pedestrian facilities are disrupted, closed, or relocated in a TTC zone, the temporary facilities shall be detectable and include accessibility features consistent with the features present in the existing pedestrian facility. 2. Where pedestrians With visual disabilities normally use the closed sidewalk, o device that is detectable by a person with 0 visual disability tr0velinQ with the aid Of a long cane shall be placed across the full width of the closed sidewalk. 3. Detectable pedestrian barricades similar to the one pictured above, longitudinal channelizing devices, some concrete barriers, and wood or chain link fencing with a continuous detectable ea9in9 Can satisfactorily delineate a pedestrian Path. 4. Tape, rope, or plastic chain strung between devices are not detectable, do not comply with the design standards in the "Americans with Disabilities Act Accessibility Guidelines for Buildings and facilities (02050)" and should not be used as a control for pedestrian movements. 5. Warning lights shall not be attached to detectable pedestrian barricades. 6. Detectable pedestrian barricades may use 8" nominal barricade roils 05 shown on BC(10) provided that -Inc top rail provides a smooth continuous roil suitable for hand trailing With no splinters, burrs, or sharp edges. c 18" x 24' Sign (Maximum Sign Dimension) Chevron CW1-8, Opposing Traffic Lone Divider, Driveway sign D700, Keep Right R4 series or o+her signs as approved by Engineer 12' x 24" Vertical Panel mount with diagonals sloping down towards trove) way Plywood, Aluminum or Metal sign substrates shall NOT be used on plastic drums SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS 1. Signs used on plastic drums shall be manufactured using substrates listed on +he CWZTCD. 2. Chevrons and other work zone signs with an orange background shall be manufactured with Type BFL or Type CFLOrange sheeting meeting the color and retroreflectivity requirements of DMS -8300, "Sign Face Material," unless otherwise Specified in the plon5. 3. Vertical Panels shall be manufactured with orange and white sheeting meeting the requirements of DMS -8300 Type A Diagonal Stripes on Vertical PonelS Shall Slope down toward the intended traveled lane. 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 18 inches in width or 24 inches in height, except for the R9 series signs discussed in note 8 below. 5. Signs shall be installed using a 1/2 inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shall be fully engaged and adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 7. Chevrons may be placed On drums on the outside of curves, on merging topers or on shifting tapers. When used in these locations they may be placed an every drum or spaced not more than on every third drum. A minimum of three (31 Should be used at each location called for in the plans. 8. R9-9, R9-10, R9-11 and R9 -11a Sidewalk Closed signs which are 24 inches wide may be mounted on plastic drums, with approval of the Engineer. SHEET 8 OF 12 Thins Deportment of Ti ane DepB Po+tetTon some Oponitions Oldskn Staedwd BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(8)-14 FILE. bc-14.d9n ON. TOM I'. TxDOT I o'.= TxDOT los. TxDOT © Tx00T November 2002 CONT SECT JOB HIGHWAY 4-03 7-I3N dons 9-07 8-14 DIST COUNTY SHEET NO. 102 1 DESCRIPTION CONSULTANT'S JOB NO. 130580 0 REVISION NO. DESCRIPTION ca O ( ) grn N Zccp 0 CC CC 512 W D. O h 0 0 SHEET 31 of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 W uJ F J O LL 8' to 12" I -H 45° VP -IL Fixed Bose w/ Approved Adhesive _sr 4 See note 7 Surface Mount Roadway fBose/Surface 8' to 12' 8' to 12" ISM FIXED (Rigid or self-righting) 24' min. See note 7 I I (Rigid or self-righting) PORTABLE Self-righting Support 6" to 12" 8' to 12" 12" minimum embedment depth 1 Rigid Support DRIVEABLE 1. Vertical Ponels (VP's) are normally used to channelize traffic or divide opposing lanes of traffic. 2. VP's may be used in daytime or nighttime situations. They may be used at the edge of shoulder drop-offs and other preps such os lone transitions where positive daytime and nighttime delineation is required. The Engineer/Inspector shall refer to the Roadway Design Manual Appendix B 'Treatment of Pavement Drop-offs in Work Zones" for additional guidelines on the use of VP's for drop-offs. 3. VP's should be mounted back to back if used at the edge of cuts adjacent to two-way two lane roadways. Stripes are to be reflective orange and reflective white and should always slope downward toward the travel lane. 4. VP's used on expressways and freeways or other high speed roadways, may hove more than 270 square inches of re+roreflecfive area facing traffic. 5. Self-righting supports ore available wi+h portable base. See "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 6. Sheeting for the VP's shall be retroreflective Type A conforming to Departmental Material Specification DMS -8300, unless noted otherwise. 7. Where the height Of reflective material on the vertical panel is 36 inches or greater, 0 ponel stripe of 6 inches shall be used. VERTICAL PANELS (VPs) 18' Min. 36' Fixed Bose w/ Approved Adhesive (Driveable Base, or Flexible Support can be used) 1. The chevron shall be o vertical rectangle with a minimum size of 12 by 18 inches. 2. Chevrons ore intended to give notice of a sharp change of alignment with the direction of travel and provide additional emphasis and guidance for vehicle operators with regard t0 changes in horizontal alignment of the roadway. 3. Chevrons, when used, shall be erected on the out- side of a sharp curve or turn, or on the far side of an intersection. They shall be in line with and at right angles to approaching traffic. Spacing should be such that the Motorist always hos three in view, until the change in alignment eliminates its need. 4. To be effective, the chevron should be visible for at least 500 feet. 5. Chevrons shall be orange with a black nonreflec- tive legend. Sheeting for the chevron shall be retroreflective Type Brior Type Ch. conforming to Departmental Material Specification 0M5-8300, unless no+ed otherwise. The legend shall meet the requirements of DMS -8300. 6. For Long Term Stationary use on tapers or transitions an freeways and divided highways self-righting chevrons may be used to supplement plastic drums but not to replace plastic drums. CHEVRONS GENERAL NOTES 1. Work Zane channelizing devices illustrated On this sheet may be installed in close proximity to traffic 01d are suitable for use on high or low speed roadways. The Engineer/Inspector shall ensure that spacing and placement is uniform and in accordance with the "Texas Manual On Uniform Traffic Control Devices" (TMUTCD). 2. Chatlnelizing devices shown an this sheet may have a driveable, fixed or portable base. The requirement for self-righting channelizing devices must be specified in the General Notes or other plan sheets. 3. Chatlnelizing devices on self-righting supports should be used in wOrK zone areas where channelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the channelizing devices difficult t0 maintain. Locations of these devices shall be detailed else- where in the plans. These devices shall conform to the TMUTCD and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 4. The Contractor shall maintain devices in a clean condition and replace damaged, nonreflective, faded, or broken devices and bases as required by the Engineer/Inspector. The Contractor shall be required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin and/or recycled rubber. The portable bases shall weigh a minimum of 30 lbs. 6. Pavement surfaces shall be prepared in a manner that ensures proper bonding between the adhesives, the fixed mount bases and the pavement surface. Adhesives shall be prepared and applied according to the manufacturer's recommendations. 7. The installation and removal of channelizing devices shall not cause detrimental effects to the final pavement surfaces, including pavement surface discoloration or surface integrity. Driveable bases shall not be permitted on final pavement surfaces. The Engineer/Inspector shall approve all application and removal procedures of fixed bases. C186-4 Panels mounted back to back Portable, Fixed or Driveable Base may be used, Or may be mounted on drums. 1. Opposing Traffic Lane Dividers (OTLD) are delineation devices designed to convert a normal one-way roadway section t0 two-way operation. OTLD's are used an temporary centerlines. The upward and downward arrows on the sign's face indicate the direction of traffic on either side Of the divider. The base is secured to the pavement with an adhesive Or rubber weight to minimize movement caused by a vehicle impact or wind gust. 2. The OTLD may be used in combination with 42' cones or VPs. 3. Spacing between the OTLD shall not exceed 500 feet. 42' cones or VPs placed be+ween the OTLD's should not exceed 100 foot spacing. 4. The OTLD shall be orange with a black non - reflective legend. Sheeting for the OTLD shall be retroreflective Type BFLar Type CFLconform)ng to Departmental Material Specification DMS -8300, unless noted otherwise. The legend shall meet the requirements of DMS -8300. OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES (LCD) 1. LCDs are croshworthy, lightweight, deformable devices that are highly visible, have good target value and con be connected together. They are not designed to contain or redirect 0 vehicle on impact. 2. LCDs may be used instead of a line of cones or drums. 3. LCDs shall be placed in accordance t0 application and installation requirements Specific to the device, and used only when shown on the CWZTCD list. 4. LCDs should not be used +o provide positive protection for obs+ooles, pedestrians or workers. 5. LCDs shall be supplemented with retroreflective delineation as required for temporary barriers on BC(71 when placed roughly parallel to the travel lanes. 6. LCDs used as barricades placed perpendicular to traffic should have at least one row Of reflective sheeting meeting the requirements for barricade rails as shown on BC(10) placed near the top of the LCD along the full length of the device. WATER BALLASTED SYSTEMS USED AS BARRIERS 1. Water ballasted systems used as barriers shall not be used solely to channelize road users, but also to protect the work space per the appropriate NCHRP 350 crashwarthiness requirements based an roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shall be supplemented with retroreflective delineation or channelizing devices to improve daytime/nighttime visibility. They may also be supplemented with pavement markings. 3. Water ballasted systems used as barriers shall be placed in accordance to application and installation requirements specific to the device, and used only when shown an the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging taper except in low Speed (less than 45 MPH) urban areas. When used an a taper in a low speed urban area, the taper shall be delineated and the taper length should be designed to optimize road user operations considering the available geometric conditions. 5. When water ballasted systems used as barriers have blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or flared to a point outside the clear zone. 1f used +a channelize pedestrians, longitudinal channelizing devices or water ballasted systems must have a continuous detectable bottom for users of long canes and the top of the unit shall not be less +hon 32 inches in height. HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS Posted Speed * Formula Minimum Desirable Toper Lengths * * Suggested Maximus Spacing of Channe [zing Devices 10' Off Set 11' Of feet 12' Offset on 0 Taper on a Tangent 30 2 150' 165' 180' 30' 60' 35 L. V' 205' 225' 245' 35' 70' 40 60 265' 295' 320' 40' 80' 45 450' 495' 540' 45' 90' 50 500' 550' 600' 50' 100' 55L_W5 550' 605' 660' 55' 110' 60 600' 660' 720' 60' 120' 65 650' 715' 780' 65' 130' 70 700' 770' 840' 70' 140' 75 750' 825' 900' 75' 150' 80 800' 880' 960' 80' 160' **Taper lengths have been rounded off. L -Length of Toper (FT 1 W -Width of Offeet (FT./ 5 -Posted Speed (MPH/ SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS SHEET 9 OF 12 A Or Wares Department of hansportatlon MOM OpemMms t7lvMa Slumlord BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (9) -14 Fab: bo-14.dgn GN: TxDOT '0 1520115. Tx00T ICs: TOOT ©TOOT November 2002 CONT SECT JOB HIGHWAY 9-07 8-14 510X5 7-13 GIST COUNTY SHEET NO. I 103 1 DESCRIPTION CONSULTANT'S JOB NO. 130580 0 REVISION NO. DESCRIPTION O g r WN Z>0 pC ICC W O H 0 0 CY SHEET 32 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CONSULTANT'S JOB NO.I 130580 tE OF TF\\I ytP 4- x'th 1 DAMNS L MLLER $ li `•• 51503 z.� 7-3/- /5- se s TYPE 3 BARRICADES Each roadway of a 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCDI amp for details of the Type 3 Barricades and 0 list of 011 materials divided highway shall be barricaded in the some manner. R11-2 ROAD CLOSED xwf ADDRESS CITY STATE 020-6T =1�� - \ ` 1. Where positive redirectional +.a capability is provided, drums i used in the construction Of Type 3 Barricades. CONTRACTOR r ■� -- m�i�. may be Omitted. M4-10L C�if•P1:I .- 2. Plastic construction fencing PE °'m o m ,'-'6. 2. Type 3 Barricades shall be used at each end of construction projects closed t0 all traffic. 3. Barricades extending across a roadway should have stripes that slope downward in the direction toward which 'traffic must +urn in detouring, When both left turns the . ' }� � J - ��+' �� -�� \ �ww \ R mpy be used with drUmms for safety as required in the plans. 3. Vertical Panels on flexible support :e Act". No worran tsibi Ii+y for +he o ,I+Tnq from i+s use right and ore provided, chevron striping may slope downward in both directions from the center of the barricade. Where n0 turns are provided at a closed road striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slopes downward to the left. For the left side of the roadway, striping %. 14 �! � -. l• _ -r "? �� �-'- %i, ��. ' `� 4, �_ / s { -sem �. I l te- may be substituted for drums when the \ \ Typical shoulder width is less than 4 feet. Plastic Oram 4. When the shoulder width is greater \ than 12 feet, steady-burn lights PERSPECTIVE VIEW may be omitted if drums Ore used. NOL LNV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH -(361)883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs should slope downward to the right. 5. Identification +ion markings may be shown only on the back of the barricade rails. The maximum height of letters and/or company logos used for identification shall be 1", •< .-� .� 30 feet ^'� / =" l These drum 5. Drums must extend the length are not required of the culvert widening. on one-way roadway 8.2 Dem 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. PERSPECTIVE VIEW Detour \ Roadway LEGEND a 0 o L'2 o a o 0 6 7. Warning lights shall NOT be installed an barricades. 8. Where barricades require the use of weights to keep from turning over, the Use of saldbags with dry, cohesiOnless sand is recommended. The fl===a f===Ro A _ $ a x 2 A ®1 ® PIps+1a drum QD 0 6E' E26 L C50 sandbags will be tied shut to keep +he sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner The three rails on Type 3 barricades shall be reflectorized orange and 10•� tiro drllllo Sh8 SS the work a® - ® 1 1 Plastic drun with steady burn light or yellow warning reflector .F02 that covers any portion of a barricade rails reflective sheeting. Rock, Concrete, iron, Steel or Other solid Objects Will NOT be reflective white stripes on one side facing one-way troffic and both sides 11 11 11 11 \ SB Steady burn warning light permitted. Sandbags should weigh a minimum of 35 lbs and a maximum of for two-way traffic. •-�- a or Yellow warning reflector o z m V4 50 lbs. Sandbags shall be made of a durable material that tears upon Barricade striping should slant 11 11 11 11 m� L _ U o m m vehicular impact. Rubber (such as tire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shall no+ be suspended above ground level downward in the direction of detour. - 0 `�e a 'c n 0 - o^ Increase number of plastic drums on the side of approaching traffic if the crown *88 ,,w a ��•- DL L or hung with rope, wire, chains or other fasteners 9. Sheeting for barricades shall be retroreflective Type A conforming to Departmental Material Specification DMS-8300 un ens otherwise noted. I. Signs should be mounted on independent supports 01 a 7 foot mounting height in center Of roadway. The signs should be a minima of 10 feet behind Type 3 Barricades. 8' max. length Type 3 Barricades PLAN m a a e o , V - Width makes it necessary, (minimum of 2 and maximum of 4 drums) m a ° 2. Advance signing shall be as specified elsewhere in the plans. VIEW e e =0 ago Barricades shall NOT PLAN VIEW PL. end be used as a sign support. TYPE 3 BARRICADE CADE (POST AND SKID) D) TYP I CAL APPLICATION CAT I ON CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS w iii Minimum 0 6' T width g USED DEVICE SHALL NOT BE ED ON 6.22 nominal Reflective CONES LET AFTER MARCH 2014. m, 0 /45'go Sheeting3•_4. 0 z DISCLAIMER= The Use Of +his kind is made by TxDO of +his standard +o 6" 6" 7 inches. TT 114" min, orange z TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 2" min, ■ /' 4" min. white i 4 to 4" 2• o w 4' min., B' max, 3"-4" • 2" min. 0" min. orange 1 4' a- T6" min. � T2" x i: Sr / / / / / / / Air I�'4" 1 $ ` 2" min. min. 2" min. ■ 4" min, white 42" 33"-4" 6" min. 'I max. _ 3" min. 2" to 6" z'„ 42" 4•' EDGEL INE CHANNEL IZER �' / / / / / / / AW II v R 28" min. min, 2" min. 4" min. 3" min. Stiffener Ills` / / / / / / / Ar 28" 28" min. min. Fiat rail Stiffener may inside Or outside of but no more than de or support, but 1 1. This device is intended only for use in place of a vertical panel to SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) BARRICADE AND CONSTRUCTION BC(10)-14 2 stiffenersbeins be allowed one barricade. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Two-Piece cones One-Piece cones Tubular Marker channelize traffic by indicating the edge of the travel lone. It is not intended to be used in transitions or tapers. 2. This device shall not be used to separate lanes of traffic (opposing or otherwise) or warn of objects. 3. This device is based on a 42 inch, two-piece Cone with On alternate inch Alternate Alternate Approx. Drums, vertical panels or 42" cones Approx. ® 28" Cones shat l have a minimum weight of 9 1/2 lbs. 42" 2-piece cones 6h011 hove a minimum weight of 30 lbs. including base. striping pattern: four 4 retroreflective bands, with an approximate 2 inch gap between bonds. The color of the bond should Correspond to the color Of the edgeline (yellow for left edgeline, white for right edgeline) for which the device is substituted or for Which it supplements. The reflectorized bonds shall be retroreflective Type A conforming to Departmental Material Specification DM5-8300, unless Otherwise noted. 50' at 50' maximspacing a 50' 4. The base must weigh a minima of 30 lbs. -- I. Traffic cones and tubular markers Shall be predominantly orange, and SHEET 10 OF 12 Min. 2 drums or 1 Type 3 barricadeCD ` STOCKPILE Min. 2 drums or 1 Type 3 barricade meet the height and weight requirements shown above.• 2. One-piece Cones have the DOdy and base 0f the cone molded in One Consolidated unit. Two-piece cones have ° cone shaped bodyand 0 separate rubber base, P• ded or bol1051-, that is added to keep the Device upright and in place. ,78ras Departrnenf ofTisneportatlan Traffic Operatbfts Offen Standard z o a N \\i 3. Two-piece cones may have a handle or loop extending up to 8" above the minintm height shown, in order to aid in retrieving the device. o On one-way roads 1:1Desirable downstream drums stockpile location 0r barricade may be is outside Omitted here clear zones �\ El ChanneliZing devices parallel +O 'traffic should be used when stockpile is within 30' from travel lone. 4. Cones or tubular markers used at night sn011 have white or white and orange reflective reflective bands as shown above. The reflective bands shall have a smooth, sealed surface and meet the requirements of Departmental Material Specification DMS-8300Type A. 5. 28"8"cones and tubular markers are generally suitable for snort duration and Short-term stationary work a8 defined an BC14). These Should not be used for intermediate-term or long-term stationary work unless personnel is on-site BARRICADE AND CONSTRUCTION CHANNEL I Z I NG DEVICES to maintain them in their proper upright position. 6. 42" two-piece cones, vertical panels or drums are suitable for all work zone BC (1 0) -1 4 durations. ruE: bc- 14. dgn Pa: TxDOI 100 0500T 00 TxDOT 100: TxDOT E BY ,=1› 7. Cones or tubular markers used on each project should be of the sane size ©T0DOT November 2002 00(T SECT JOB 01000(0 and shape. ons <_1 TRAFFIC CONTROL FOR MATERIAL STOCKPILES 9-07160'45 1000 COUNTY SHEET NO. 0 0 1 104 1 SHEET 33 at109 o RECORD DRAWING NO. STR 898 0 o 7, Z CITY PROJECT#E13095 W W F - Ou_ LL WORK ZONE PAVEMENT MARKINGS GENERAL 1. REMOVAL OF PAVEMENT MARKINGS The Contractor shall be responsible for maintaining work zone and I. existing pavement markings, in accordance with the standard specifications and special provisions, on all roadways open to traffic within the CSJ limits unless otherwise stated in the plans. 2. 2. Color, patterns and dimensions shall be in conformance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 3. Additional supplemental pavement marking details may be found in the plans or specifications. 4, Pavement markings shall be installed in accordance with the TMUTCD and aS shown on to plan$. 5. When short term markings are required on the pions, short term markings shall conform with the TMUTCD, the plans and details as shown on the Standard Plan Sheet WZ(STPM). 6. When standard pavement markings ore mot in place and the roadway is opened fo traffic, DO NOT PASS signs shall be erected to mark the beginning of the sections where passing is prohibited and PASS WITH CARE signs at the beginning of Sections where passing is permitted. 7. All work zone pavement markings shall be installed in accordance with Item 662, 'Work Zone Pavement Markings." RAISED PAVEMENT MARKERS 1. Raised pavement markers are to be placed according to the patterns on BC(12). 2. All raised pavement markers used for work zone markings shall meet the requirements of Item 672, "RAISED PAVEMENT MARKERS" and Departmental Material Specification DMS -4200 or DMS -4300. PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings shall meet the requirements of DMS -8241. 2. Non -removable prefabricated pavement markings (foil bock) shall meet the requirements of DMS -8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS 1. The Contractor will be responsible for maintaining work zone pavement markings within the work limits. 2. Work zone pavement markings shall be inspected in accordance with the frequency and reporting requirements of work zone traffic control device inspections as required by Form 599. 3. The markings should provide a visible reference for a minimum distance of 300 feet during normal daylight hours and 160 feet when illuminated by automobile low -beam headlights at night, unless Sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor as per Specification Item 662. Pavement markings that are no longer applicable, could create confusion or direct a motorist toward or into the closed portion of the roadway shall be removed or obliterated before the roadway is opened to traffic. The above shall not apply to detours in place for less thon three days, where flogger& and/or sufficient channelizing devices are used in lieu of markings to outline the detour route. 3. Pavement markings shall be removed to the fullest extent possible, so as not to leave a discernable marking. This shall be by any method approved by TxDOT Specification Item 677 for 'Eliminating Existing Pavement Markings and Markers". 4. The removal of pavement markings may require resurfacing or seal coating portions of the roadway as described in Item 677. 5. Subject to the approval of the Engineer, any method that proves to be successful on a particular type pavement may be used. 6. Blast cleaning may be used but will not be rewired unless specifically shown in the plans. 7. Over -painting of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers shall be O5 directed by the Engineer. 9. Removal of existing pavement markings and markers will be paid for directly in accordance with Item 677, 'ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. 10.BIack-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. Temporary FIexible-Reflective Roadway Marker Tabs TOP VIEW FRONT VIEW Height of sheeting is usually more than 1/4" and less than 1'. SIDE VIEW C7 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 shall meet the requirements of DMS -824 2. Tabs detailed on this sheet are to be Engineer or designated representative. normally required, however at the opt or "B' below may be imposed to assure roadway. marker tabs used as guidemarks 2. inspected and accepted by the Sampling and testing is not ion of the Engineer, either "A" quality before placement on the A. Select five (51 or more tabs at random from each lot or shipment and submit to the Construction Division, Materials and Pavement Section to determine specification compliance. B. Select five (5) tabs and perform the following test. Affix five (51 tabs at 24 inch intervals on an asphaltic pavement in a straight line. Using a medium size passenger Vehicle or pickup, run over the markers with the front and reor tires at a speed Of 35 to 40 miles per hour, four (4) times in each direction. NO more than one (1) out of the five (51 reflective surfaces shall be lost or displaced as a result of this test. 3. Small design variances may be noted between tab manufacturers. 4. See Standard Sheet WZ(STP1A) for tab placement on new pavements. See Standard Sheet TCP(7-1) for tab placement on seal coat work. RAISED PAVEMENT MARKERS USED AS CUIDEMARKS 1. Raised pavement markers used cm guidemarks shall be from fhe approved product list, and meet the requirements of DM5-4200. 2. All temporary construction raised pavement markers provided on a project shall be of the sane manufacturer. 3. Adhesive for guidemarks shall be bituminous material hot applied or butyl rubber pad far all surfaces, or thermoplastic for concrete surfaces. Guidemarks shall be designated as: YELLOW - (two amber reflective surfaces with yellow body). WHITE - lone silver reflective surface with white body(. DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS TREFLECTORIZED) DMS -4200 TRAFFIC BUTTONS DMS -4300 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS -8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS -8242 A list of prequalified reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings can be found at the Material Producer List web address shown on BC(1). SHEET 11 OF 12 Air Rums Department of Tiranaporfatlan Traffic Operations Wwla an Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS bc-14.dgn BCI11)-14 GN: TON I CK. Tx201- 4- T550T I a: Tx00T ©T800T February 1998 CONT SECT JOB HIGHWAY 2-98 9-07 1-02 7-13 11-02 8-14 REV I S IONS DIST COUNTY SNEER NO. 1 1a5 1 CONSULTANT'S JOB NO. 130580 DESCRIPTION CO 0 REVISION NO. DESCRIPTION G cx (w) = r W F Z N CI z CC CC W a. O CO) 0 z 0 SHEET 34 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 PAVEMENT MARKING PATTERNS clo>R Yellow 10 to 12" i I Yellow f/�Ty\pe II -A -A 000 00 Type II -A -A 0 10 to 12" Type II -A -A l0 a o o o o 000 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 -t0 0 0 0 0 0 0 0 0 0 0 0 0 Type Y buttons REFLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS PATTERN A 1 0 4 to 8" Type II -A -A 0 0 0f0 0 0 0 0 0 0 010 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0/4:o 0 0 0 0 0 no o g Yellow Jf 4> Type Y buttons 6 to B•' Type II -A -A REFLECTORIZED PAVEMENT MARKINGS - PATTERN B RAISED PAVEMENT MARKERS - PATTERN B Pattern A is the TXDOT Standard, however Pattern B may be used if approved by the Engineer. Prefabricated markings may be substituted for reflectorized pavement markings. CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS White`,, YeI low White Type I -C 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 0 0 0 Type W buttons -'. Type I -C or II -C-R a 000 000 000 000 000 Type I -A 4 Type Y bu+tons a 00000U000000000000000000000000000000000000 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 0 0 Yellow C> Type I -A --Ar Type Y buttons, 000 000 000 000 000 000 4> Type W buttons Type I -C or II -C-R REFLECTORIZED PAVEMENT MARKINGS Prefabricated markings may be substituted for reflectorized pavement markings. 0 0 0 0 0 0 0 0 0 00000000O—N0000000000000000000000 RAISED PAVEMENT MARKERS \ Type I -C EDGE & LANE LINES FOR DIVIDED HIGHWAY <=IType1-C a White A 000 000 000 000/ 000 000 aType II -A -A Type Y buttons a 0 0 0 0 0 0 0 0000000000000004'000000000000000000 / 0000000000000000000000000000000000000000000 White," Yellow 000 000 000 000 000 Type I -C 000 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS Prefabricated markings may be substituted for reflectorized pavement markings. LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS ~ White 000 000 Type I -C 000 '1/4000 000 000 _ 0000000 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 0 000 000 000 000 000 000 YeI IOw Type Y buttons Type II -A -A �White�' 000 000 000 000 000 000 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 0 0 0 0 0 0 0 0 0 0 0 0 000 00o 000 0001 000 Type I -C 14> 000 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS Prefabricated markings may be Substituted for reflectorized pavement markings. TWO-WAY LEFT TURN LANE STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS SOLID LINES DOUBLE N0 -PASSING LINE RAISED PAVEMENT MARKERS REFLECTORIZED PAVEMENT MARKINGS 60" 3'• 4 to 12" _1❑ --.1 1"-- 0 0 0 0 O\ ❑ O 0 /0 ❑ O 0 0 0 0 0 0 0 0 0 0 0 0 0 4" 4 to 12••,_ Yellow Type II -A -A Type Y buttons EDGE LINE OR SINGLE NO -PASSING LINE Type I -C , I -A or II -A -A Type W or Y buttons RAISED PAVEMENT 0 0 0 0I 0 0 0 0 0 0 0 0 0 0 0 k MARKERS k- 60" • 3" White or Yellow WIDE LINE 1FOR LEFT TURN CRANIELIZING LINE 01 CRANNELIZING LINE USED TO DISCOURAGE LANE CMANCINC.1 RAISED PAVEMENT MARKERS Type I -C 60" ._ 3" Type W buttons H1-2•' i_❑1/o o 0 0 0 0 0 010 0 0 0 T—❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 REFLECTOR IZED PAVEMENT 1001055 B" White BROKEN LINES Type I -C or II -A -A CENTER RAISED 0 0 0 0 0 ❑ 0 0 PAVEMENT I �j L INE MARKERS k— 1 0 —a— 30' .I —sem OR 0 4O LANE REFLECTORIZED * 1' rl PAVEMENT ❑ JP L 1 NE MARKINGS H 1 0' 30' White or Ye I I ow Type I -C or II -A -A (when required) AUXILIARY OR LANEDROP LINE RAISED 0 0 PAVEMENT I- 3'-- 9' MARKERS RAISED PAVEMENT MARKERS k3'-1- 9' tl ❑ 0 0 0 0 y Type I -C or II -C-R REMOVABLE MARKINGS WITH RAISED PAVEMENT MARKERS If raised pavement markers are used to supplement REMOVABLE markings, the markers shall be applied to the top of the tape at the approximate mid length of tape used for broken lines or at 20 foot spacing for solid lines. This allows an easier removal of raised pavement markers and tape. 5' ± 6"{ Raised Pavement Markers 30 20' • 1' Centerline only - not to be used an edge lines SHEET 12 OF 12 Raised pavement markers used as standard pavement markings shall be from the approved products list and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." ir Thins Deportment of TFansportaNan Traffic Oponitions DIvhd n Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-14 rms. bc-19.dgn DN: MOOT 1' Tx00T 41 MOOT 109: Tx00T ©Tx00T February 1999 coNT BBOT JOB H[oHMAY NFvcvons 1-97 9-07 2-9B 7-13 11-02 8-14 DIST CWNTT SHEET NO. 1 106 1 CONSULTANT'S JOB NO. 130580 DESCRIPTION m EEVISION NO. DESCRIPTION 3 z 0 f'- 0 OC N Z N 0 zv Q 0 LU OD 0 U_ cc m 0 z 0 SHEET 35 of109 RECORD DRAWING NO. STR 898 CITY PROJECT# Et 3095 u�wILL CW20-1D 48" X 48" (Flags - See note 1) 114-1 24" X 30" CW1-4R 4 x DO NOT PASS i x x END ROAD WORK PASS WITH CARE G20-2 48" X 24" If applicable 114-2 24" X 30" T 48" X 48" CW13-1P 24" X 24" x CW1-64:1T 36" X 36" Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 7 & 8) CW1-4R 48" X 48" CW13-1P 24" X 24" ■ CW13-1P 24" X 24" XX MPH --T x • ■ ■ ■ ■ ■ ■ T°. ■. ■ • ■ CWI-6aT 36" X 36" (See note 2)411, ■ 03 • • • � J .,F ■ ■ _r CW1-6aT 36" X 36" (See note 2)A, i R4-2 24" X 30" If applicable PASS WITH CARE G20-2 48" X 24" CW1-4L 48" X 48" CW13-1P 24" X 24" R4-1 24" X 30" END ROAD WORK TCP (2-3a) 2 -LANE ROADWAY WITH PAVED SHOULDERS ONE LANE CLOSED ADEQUATE FIELD OF VIEW CW20-10 48" X 48" (Flags - See note 1) T i.J END ROAD WORK 48" x 24" CW20-1D 48" X 48" (Flags - See note 1) R4-1 24" X 30 CW1-4R 48" X 48 UM -1P 24" X 24 PASS WITH CARE If applicable R4-2 24" X 30" 4" Double Yellow in Buffer Island \ r I 1 36" X T 36" X 36" 0 4" Solid White Edgeline I 411 +4" 4" Double Yellow Line 11 Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 7 & 8) 11 Type II -A -A Raised Pavement Markers on 40' C -C. C81 -4L 00 CW1-4R 48" X 48" CW13-1P 24" X 24" Transverse Channelizing Devices spaced at 500' to 1000' in urban areas, or 1/4 to 1/2 mile in rural areas betweem recurrent work spaces 48" X 48" CW13-1P 24" X 24" CWI-6aT 36" X 36" (See note elk CW1-4L 48" X 48" CW13-1P 24" X 24" R4 -I 24" X 30" PASS WITH CARE R4-2 24" X 30" If applicable G20-2 48" X 24" END ROAD WORK i TCP (2-3b) 2 -LANE ROADWAY WITH PAVED SHOULDERS ONE LANE CLOSED INADEQUATE FIELD OF VIEW CW20-10 48" X 48" (Flags - See note 1) LEGEND Formula Type 3 Barricade ■ ■ Channelizing Devices ® l l) N Heavy Work Vehicle ® Truck Mounted Attenuator (TMA) 6) Trailer Mounted Flashing Arrow Board ,,,, Raised Pavement Markers Ty II -AA i Sign a Traffic Flow 120' Flag EL0 Flogger So d * Formula Minorum Desirable Taper Lengths **pee Suggested Maximum Spacing of Channe 1.1ng Devises Minimum Sign Spacing 0lstance Suggested Longitudinal Buffer Space 10' 0ffset0ffsetOffset 11' 12' On a Taper On a Tangent 30 2 L- WS 60 150' 165' 180' 30' 60' 120' 90' 35 205' 225' 245' 35' 70' 160' 120' 40 265' 295' 320' 40' 80' 240' 155' 45 L -WS 450' 495' 540' 45' 90' 320' 195' 50 500' 550' 600' 50' 100' 400' 240' 55 550' 605' 660' 55' 110' 500' 295' 60 600' 660' 720' 60' 120' 600' 350' 65 650' 715' 780' 65' 130' 700' 410' 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900' 540' * Conventional Roads Only *Taper lengths have been rounded off. L=Length of Taper(FT) W=Width of Offset(FT) S=Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG. TERM STATIONARY TOFU-3D)ONLY ✓ ✓ GENERAL NOTES 1. Flogs attached to signs where shown, are REQUIRED. 2. All traffic control devices illustrated are REQUIRED, except those denoted with the triangle symbol may be omitted when stated elsewhere in the plans, or for routine maintenance work, when approved by the Engineer. 3. When work space will be in place less than three days existing pavement markings may remain in place. Channelizing devices shall be used to separate traffic. 4. Flogger control should NOT be used unless roadway conditions or heavy traffic volume require additional emphasis to safely control traffic. Flogger should be positioned at end of traffic queue. 5. The R4 -I "D0 NOT PASS," R4-2 " PASS WITH CARE" and construction regulatory speed zone signs may be installed within CW20-10 "ROAD WORK AHEAD" signs. Proper spacing of signs shall be maintained. 6. Conflicting pavement marking shall be removed for long term projects. 7. A Shadow Vehicle with a TMA should be used anytime it can be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the performance or quality of the work. If workers are no longer present but road or work conditions require the traffic control to remain in place, Type 3 Barricades or other channelizing devices may be substituted. 8. Additional Shadow Vehicles with TMA may be positioned off the paved surface, next to those shown in order to protect a wider work space. TCP (2-3a) 9. Conflicting pavement markings shall be removed for long-term projects. For shorter durations where traffic is directed over a yellow centerline, channelizing devices which separate two-way traffic should be spaced on tapers at 20' or 15' if posted speeds are 35 mph or slower, and for tangent sections, at 1/2(5) where 5 is the speed in mph. This tighter device spacing is intended for the area of the conflicting markings, not the entire work zone. For construction or maintenance contract work, specific project requirements for shadow vehicles can be found in the project GENERAL NOTES for Item 502, Barricades, Signs and Traffic Handling. Texas Department of Transportation Traffic Operations DMslon TRAFFIC CONTROL PLAN TRAFFIC SHIFTS ON TWO—LANE ROADS TCP(2-3)-12 CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION ©TXDOT December 1985 REVISIONS 8-95 2-12 I-97 4-98 3-03 CONT SECT JOB HIGHWAY DIST COUNTY SHEET N0. 163 TRAFFIC CONTROL PLAN TCP REVISION NO SHEET 36 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CONSULTANT'S JOB NO. 130580 tE 9E-44;4, .1.4,.)-•4- x'eh 1 DENS L MLLER •1 `•• 51503 V 7-3/- /s LEGEND * Trail Vehicle ARROW BOARD DISPLAY `NV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs g.!X Shoulder VEHICLE WORK ** Shadow Vehicle o Work Vehicle with strobes CONVOY CONVOY Work Vehicle RIGHT Directional r with strobes with strobes Heavy Work Vehicle IJ LEFT Directional G 0 0 $ �t CW21-IOc1 72' X 36' C521-100T 60" X 36' ® Truck Mounted Attenuator (TMA) Double Arrow it } ��LL • CAUTION (Alternating o �� Li 1 rel rr0 I`'�-''1y121e�d1 : a Traffic Flow 4 Diamond or 4 Corner Flash) a E RR\\ TYPICAL USAGE w 20 •3 C:› II X VEHICLE CONVOY II •MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY $ Facing I I 6 •'Forward + o AF See Note 9 and i Trail/Shadow Vehicle A Shoulder Arrow Board �i \\ DISCLAIMERS The use of this standard Is governed by the 'Texas Engineering F kind Is made by TxDOT for any purpose whatsoever. TxDOT assumes no of this standard to other formats or for Incorrect results or damage GENERAL NOTES 15See+note I20'-200' Approx. Approx..] I I 120'-200' Approx. I. TRAIL, SHADOW, and LEAD vehicles shall be equipped with arrow boartls as 8 III"' See note 8 "'III TRAIL/SHADOW VEHICLE A illustrated. When a LEAD vehicle is not used the WORK vehicle must be equipped with on arrow board. The Engineer will determine if the LEAD VEHICLE TCP (3-10) UNDIVIDED MULTILANE ROADWAY with RIGHT display Flashing Directional Arrow Board and/or TRAIL VEHICLE are required based on prevailing roadway conditions, traffic volume, and sight distance restrictions. 2. The use of amber high intensity rotating, flashing, oscillating, or strobe lights m On vehicles are required. Blue high intensity rotating, flashing, oscillating or strobe lights when mounted on the driver's side of the vehicle may be operated Work Vehicle with strobes 120'-200' 120'-200' simultaneously with the amber beacons or strobe lights. 3. The use of truck mounted ottenuotors (TMA) on the SHADOW VEHICLE and TRAIL VEHICLE ore required. I REVISION NO. DATE See note 9 and Trail/Shadow Vehicle B Lead Vehicle with strobes Approx. See note 8 Approx. 1500'* Approx. See note 8 4. Reflective sheeting on the rear of +he TMA shall meet or exceed the reflectivity antl color requirements of DEPARTMENTAL MATERIAL SPECIFICATION DMS 8300, Type A. Shoulder 5. Flashing arrow boards shall be Type B or Type C as per the Barricode and Construction (BC) standards. The board shall be controlled from inside the vehicle. IRII `/� •III.7� r 'Imm ,111I un — 6. Each vehicle shall have two-way radio communication capability. Cri> 7. When work convoys must change lanes, the TRAIL VEHICLE should change 101es first to t.. Ii, ill MAP * �-iiyi-f }.71(* * * Shou 1 tler shadow the other convoy vehicles. 1500'. Approx. 120'-200' See note 9 and Trail/Shaoow Vehicle Forward A 8. Vehicle spacing between the TRAIL VEHICLE and the SHADOW VEHICLE will vary Depending On alert tlisfOlCe restrictions. Motorists approaching +he work convoy be to the TRAIL VEHICLE in time to down lanes See note 8 WORK ON SHOULDER Approx. TWO-WAY Facing Arrow Board WORK ON TRAVEL LANE TCP (3-1b) ROADWAY WITH PAVED SHOULDERS should able see slow and/or change as they approach the TRAIL VEHICLE. Vehicle spacing between the WORK VEHICLE and SHADOW VEHICLE and vehicle spacing between WORK VEHICLE and LEAD VEHICLE may vary according to terrain, work activity and other factors. 9. 'X VEHICLE CONVOY" (0121-10cT) or "WORK CONVOY- (CW2I-10(3T) signs shall be used on TRAIL VEHICLES and SHADOW VEHICLES as shown. As an option 46' X 48" diamond shaped "WORK CONVOY'(CW21-10T) or "X VEHICLE CONVOY- (CW21-10bT1 signs may be used where r mounting space exists. l When used, one X VEHICLE CONVOY sign shall have the the nERber of the convoy vehicles displayed on the Sign in the number demi a7ation "X' 'X SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) TRAFFIC CONTROL PLAN TCP (3-1)-13 location. The VEHICLE CONVOY- sign shall not be used on the SHADOW VEHICLE if a TRAIL VEHICLE is used. See note 9 and Trail/Shadow vehicle B Work Vehicle 10. On two-lone two-way roadways, the work and protection vehicles should pull over periodically to allow motor vehicle traffic to pass. If motorists are not allowed to pass the Work Convoy, 0 'DO NOT PASS" (R4-1) sign should be placed on the bock of the with strobes X VEHICLE CONVOY OR WORK CONVOY rearmost protection vehicle. z o a EE 40 CW21-IO0 72' X 36' L'W21-100T 60' X 36" n o Duffle I �\ • • Red Reflective eCt i vs + O slams p� y1 �I ', c/ •• OR White Reflective ,Texas Department of 7FBTltporTetion r10d •MIN•• • • - Lead Vehicle II XX VEHICLE II CONVOY 66 1 TRAFFIC CONTROL PLAN 1500'. Approx. J, 120'-200' with strobes +� _ MOBILE OPERATIONS ..1120'-200' See note 8 Approx. Approx. See note 8 Forward Facing Arrow Board , /,_\\1' 45". = UND 1 V 1 DE D HIGHWAYS TCP TCP (3-1 C) 4/ +�/ *6- TCP i3-1 -13 Co- TRAIL/SHADOW VEHICLE B la (WIDTH OF TMA) 'I FIDE: 1c53-I.dgn on: TxDOT Iex: TXDOT10, TxlOT 1c3.:TxDOT SHEET 37 ofl 09 ©Tx�OT December1985 cant seer sae meNT a TWO-WAY ROADWAY WITHOUT PAVED SHOULDERS with Flashing Arrow Board in CAUTION display STRIPING FOR TMA 2-94 4.9e „T,;; .,8-,B 7-13 DIST COUNTY SHEET N0. RECORD DRAWING NO. STR 898 cLL 1-97 ( 175 1 0 z Q Z CITY PROJECT#E13095 CONSULTANT'S JOB NO. 130580 1 DEWS L MLLER $ •1 `•• 51503 if \ 7-3/-75- 0 -3/- /s See Detail B LEGEND Shoulder * Trail Vehicle b warranty of any 'or the conversion 1 its use. See Note 1 4> ** Shadow Vehicle ARROW BOARD DISPLAY LNV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs * * * Work Vehicle E5'' RIGHT Directional M ll' no Heavy Work Vehicle II LEFT Directional Mounted TruckAt ���II'@ ® ego Double Arrow 'ZUNI! Shoulder en r(MA) Tfil ¢� aTraffic Flow 'ir' CAUTION (Alternating Diamond or 4 Corner Flash! o a 2-4= $ 1500'• Approx. 400' 120'-200' I .ter- fly "711" Approx. III"' "`111 tree Approx. tl' TYPICAL USAGE vi * - �' s°n See Detail A See Detail C MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY 0 'fire 'l8 0i GENERAL NOTES r g 0 4> 1. ADVANCE WARNING, TRAIL and SHADOW vehicles shall be equipped with Type B or Type C flashing arrow boards as per the Barricade and Construction IBC! lr.b lib standards. Arrow boards on WORK vehicles will be optional based on the • RAMP Ram Control Vehicle iypedoftworkebeing, performed. The arrow boards shall be operated from �'O � •$ X xF •• : •• • i •. • CLOSED shall be used when required bythe Engineer 2. For TCP(3-2a0 the Engineer will determine if the TRAIL VEHICLE is required based on ` • •• R11-2bT prevailing roadway conditions, traffic volume, and sight distance restrictions. All other vehicles shown for both TCP(3-2a1 and TCP(3-2b) are required. m • e CW20-5bTR II RIGHT LANE 11 CW20-5bTR �� RIGHT LANE 11 C821-tOaT 111 WORK 48' X 30X The use Of amber high intensity rota+inq, flashing, oscilla+inq, or a+robe lihts 72X36CLOSED 72" X 36(CLOSED 36 CONVDYl ,3. 111 on vehicles are required. Blue high intensity rotating, flashing, oscillating or n ^_ strobe lights when mounted OT1 the driver's side of the vehicle may be opera+etl 0 DISCLAIMER: The use Of tht5 atoneard Is govSrnea kind Is node by TxDOT for any purpose who of this standard to other formats or for �, \\ simultaneously With the aroer beacons or strobe IightB. o — — — — 4. The use of truck mounted ottenua+ore (TMA) on the ADVANCE WARNING, ADVANCE WARNING TRAIL VEHICLE SHADOW VEHICLE **5. SHADOW, and TRAIL vehicles are required. Ref I ec+ i ve encs+ i nq an the rear of the TMA aha I I meet or exceed the reflectivity and REVISION NO. O © VEHICLE (See No+e 2) © RIGHT LANE CLOSURE ON DIVIDED HIGHWAY - TCP(3-20) color requirements of DMS 8300, Type A. 6. EoCh vehicle shall hove two-way radio communication capability. 7. When work convoys oust change lanes, the TRAIL VEHICLE should change lanes first to An additional Shadow Vehicle With Trois Vehicle required TMA and Arrow Board in Caution Mode See Detail D See Detail E See Detail F is required a+ +his location if workers are all foot in the work space ShOdOw the Other convoy vehicles. 8. Vehicle spacing between the TRAIL VEHICLE and the SHADOW VEHICLE will vary depending on sight distance restrictions. Motorists approaching +he work convoy should be able to see the TRAIL VEHICLE in time to slow down and/or change Innes as they approach the TRAIL VEHICLE. Vehicle spacing between the WORK VEHICLE Shoulder See No+e 1 and SHADOW VEHICLE may vary according to terrain, work activity and other factors. 9. Standard 48• X 48• dianond shaped warning signs with the Sane message as those shown SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) TRAFFIC CONTROL PLAN TCP (3-2)-13 may be used where adequate malnting space exists. 10. The signs shown should be used on the Advance Warning Vehicle. As m option, a portable __J '� _�,I' , TIFTIF E4II' Mil' 3U' 'xP 4> 121> changeable message sign (PCMS) or a truck moulted changeable message sign (TMCMS) with a minimum character height of 12", and displaying the same legend may be subst i tuted for _ 4> ) iiI' l * I ci> these signs. An appropriate directional arrow display, simulating the size and legibility of the flashing arrow board, must be used in the second phase of the PCMS/TMCMS message. When this is done, the arrow board will not be required on +he Advance Warning Vehicle. CI' i Shoulder 11. Standard dianond shape versions of the CW20-5 series signs may be used as an option if the rectangular signs shown are not available. 1500'• Approx. 1000' 120'-200' 12. The principles on this sheet may be used to close lanes from the left side of Phe roadway considering the number of lane8, shoulder width, sight distance,and ramp frequency. Approx. Approx. 13. Signs and flashing arrow board modes shall be appropriately altered when implementing interior m o a • • •0 •• • • ••• • • ••• left lane closures or closures which close the left lanes. 14. The Advance Warning Vehicle may straddle the edgeline when shoulder width makes it it 0i 0 — necessary. cw20-5eTR 1� 2 RIGHT LANES �� cwzo-serR 11 P RIGHT LANES �� cwzl -1oaT 1�l WORK Red Reflective Oprs►eafl7a 7z• X 3s" CLOSED • ! o 7z•• X ss• i CLOSED • ► o so• X 36 'CONVOY 111 • 1 .oStendame Department of7hnspor�doa Dh7onuons exp exp exp exp exp exp exp exp exp White Reflective rfZXN �^ i TRAFFIC CONTROL PLAN ADVANCE WARNING REQUIRED TRAIL SHADOW VEHICLE** .. _ MOBILE OPERATIONS 45W VEHICLE O VEHICLE* O DIVIDED HIGHWAYS 8, 8, TCPi3-2}-13 m INTERIOR LANE CLOSURE ON MULTI -LANE DIVIDED HIGHWAY - TCPt3-2b) (NIDTN`OF TIMI rc�e. tcp3-2. tlgn 0w: TxDOT 10x: TxDOT I ow: TxDOT Icw: TxDOT SHEET 38 ofl 09 ©Tx3OT Dece0rber 1975 cmr sECr sae Hrcew,T w STRIPING FORTINA 2_„ 4-98 REVISIONS o ,,,,;; -, 8-95 7-13 DIST COUNTY SHEET N0. RECORD DRAWING NO. STR 898 St.—... 1.97 1 176 I O z Q w CITY PROJECT#E13095 177 CONSULTANT'S JOB NO. 130580 DESCRIPTION 0 REVISION NO. DESCRIPTION t > '.5) Lm 2 0 2 2 J w m,w � om a cc NMS g WZ � N cc in Z>CC CC m h REVISION NO SHEET 39 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 X VEHICLE WORK LEGEND Improved Shoulder CONVOY OR CONVOY * Trail Vehicle See Trail/Shadow Vehicle A Forward Facing Lead Vehicle Note 9� Arrow Boards with strobes ARROW BOARD DISPLAY CW21-IOcT CW21-1OaT +1* Shadow Vehicle 72" X 36' 60" X 36' * {R * Work Vehicle IT RIGHT Directional — \jryl r :ntl 4 — In , •• , Heavy Work Vehicle 13p LEFT Directional U II • • ® Truck Mounted : Double Arrow le* *** Improved Shoulder Attenuator (TMA) 1500'. Approx. 120' 200' 11 X VEHICLE 11 Traffic Flow Er CAUTION (Alternating Diamond or 4 Corner Flash) CONVOY See note TWO LANE I. 8 HIGHWAY 1120'-200' See note 8 TCP (3-3a) WITH PAVED ' See note 6 SHOULDERS ) iYPICAL USAGE ��—_ /,_\\� MOBILE SHORT DURATION SHORT TARN STATIONARY ERTESMATIONA TERM STATIONARY LONG TERM STATIONARY (WORK ON TRAVEL LANE) TRAIL/SHADOW VEHICLE A GENERAL NOTES — with RIGHT Directional display Flashing Arrow Board 1. TRAIL, SHADOW, and LEAD vehicles Shall be equipped with arrow boards as illustrated. When a LEAD vehicle is no+ used on two way roads the WORK vehicle must have an arrow board. For divided roadways, the orrow board on the WORK vehicle is optional based on the type of work being performed. The Engineer will determine if the LEAD vehicle and/or TRAIL vehicle are required bases on prevailing roadway conditions, traffic volume, and sight distance restrictions. See Trail/Shadow Vehicle fondNote 9 w B Forward Facing Arrow Board• Lead Vehicle l with Strobes Forward Facing Arrow Board — . Jilt' I� rJ 111�i I�, Willi X VEHICLE CONVOY OR WORK CONVOY 2• one use of sorer high qui id. Bl et' roighainte, fintensity ng,fleshioscillatinn, or strobe If, or on vehicles are required. Blue high in+en8i+y ro+p+inq, flp8hinq, oscillating, or strobe lights when moLYlted on the driver's Side of the vehicle may be operated simultaneously with the amber beacons or strobe lights. iIF #{I) I72" 1500'. Approx. 120' 200' III** I 120' 200' I. — C921-10cT X 36" CW21-10aT 60" X 36' 3. The use of truck mounted attenuators (TMA) on the SHADOW VEHICLE, ADVANCE WARNING and TRAIL VEHICLE Ore required. 4. Reflective sheeting an the rear of the TMA Shall meet or exceed the reflectivity r •I' See note 8 See note 8 TCP (3-3b) TWO LANE HIGHWAY WITHOUT See note 8 PAVED SHOULDERS ••••• • •• .; •; OR • . and color requirements of DEPARTMENTAL MATERIAL SPECIFICATION DMS 8300, Type A. 5. Flashing arrow boards shall be Type B or Type C os per the Barricade and A— Construction IBC) standards. The board Shall be controlled from inside +he Vehicle. 1111 VEHIOLE CONVOY mm 6. Each vehicle shall hove two-way radio communication capability. 7. When work convoys must change lanes, the TRAIL VEHICLE should change !Ones first to shadow the other convoy vehicles. (WORK ON TRAVEL LANE) 8. Vehicle spacing between +he TRAIL VEHICLE and +he SHADOW VEHICLE will vary See Advance 1500'• Approx. 400° 120°-200' �� \\ II the cconvoy Motorists 10w down depending be On sight distance VEHICLE hange should be able to see the TRAIL VEHICLE in time to slow down and/or change !ones as they approach the TRAIL VEHICLE. Vehicle spacing between the WORK Warning Vehicle + See note 8 Approx. See note 8 Approx. See note 8 TRAIL /SHADOW VEHICLE B VEHICLE and SHADOW VEHICLE and vehicle spacing between WORK VEHICLE and LEAD VEHICLE may vary according to terrain, work activity and other factors. 9. X VEHICLE CONVOY (CW21-10cT) or WORK CONVOY (CW21-IOaT) signs shall be used on TRAIL VEHICLES and SHADOW VEHICLES as shown. As an option 48' x 48" diamond Shoulder Shoulder with Flashing Arrow Board in Caution Mode CW20-$bTL shapes WORK CONVOY ICW21-10T1 or X VEHICLE CONVOY {CW21-10bT1 stens may be used where odequo+e mounting some exists. When used, +he X VEHICLE CONVOY sign Sha!l hove the number of the convoy Vehicles displayed On the Sign in the number designation "X' location. The X VEHICLE CONVOY sign shall not be used the SHADOWis VEHICLE If o TRAIL VEHICLE Is need. 10.FOr divided hiphwpy8 with two or +hr@g Ipn@8 in one direction, +h@ ppprppriate LEFT LANE CLOSED 1C820-5bTL), RIGHT LANE CLOSED (CIM20-SbTRI, or CENTER LANE {IE ' . �II (/ w '* +� II,,,� — �t * �{ •• • • 72" X (See note 36" 141 CLOSED (CW20-5dT) sign Should be used on the Advance Warning Vehicle. As en option, a portable cnongeable message sign (PINS) or truck mowted chongeoble message sign (TMCMS) with 0 minimun character height of 12•. and displaying the Shoulder See Trail/SHADOW Vehicle A Shoulder and note 9/)/ same legend may be substituted for these signs. An appropriate directional arrow II LEFT LANE I CLOSED 11 o display, simulating the size and legibility of the flashing arrow board may be used in the second phase of the PCMS/TMCMS message. When this is done, the arrow board will not be requires on the Advance Warning Vehicle. TCP (3-3c) DIVIDED MULT1LANE H I GHwAY ��� n 11.A double arrow shall not be displayed on the arrow board on the Advace Warning r . /,_\\ Vehicle. 12.For divided highways with three or for lanes in each direction, use TCPI3-2). 13. Standard diamond shape versions of the CW20-5 series signs may be used as an _ _ _ _ if ADVANCE WARNING option the rectangular 5ien8 Shown are not available. 14.The Advance Warning Vehicle may straddle the edgeline when Shoulder width makes it necessary. VEHICLE 15.On iwO-lone two-way roadways, the work and protection vehicles should pull over periodically to allow motor vehicle traffic to poss. If motorists ore not allowed to pass the work Convoy, a DO NOT PASS (R4 -I) sign Should be placed on the back of the rearmost protection vehicle. ! ` Shoulder Forward Facing Lead Vehicle Arrow Boards with strobes— - Red Reflective• Traffic White Reflective ,7iurss Department of7J'anaporta fon Ope/Bpons h4d Standard 4� •• •' i a TRAFFIC CONTROL PLAN MOBILE OPERATIONS RAISED PAVEMENT MARKER INSTALLATION/ see TroiI nar,ptdowe 9 vehicles *� and e,e, I REMOVAL TCP (3-3) -14 Shoulder 1500'. Approx.. I I20'-200' I 1 120'-200' I (WIDTH OF TMA) Err r: tcp3-3. den ow: TxDOT I cr: TxDOT I ow: TxDOT Ica: Tx00T s*6• See note 8 ee ria+e a See note 6 TCP (3-3d) UNDIVIDED MUL T I L ANE HIGHWAY STRIPING NG FOR TMA Seber 1987 September - ©rxoorp+em CONT SECT JOB HIGH.T NS 8-% 7.13 D187 COD TT SHEET w0. 1-97 7-11 177 CONSULTANT'S JOB NO. 130580 DESCRIPTION 0 REVISION NO. DESCRIPTION t > '.5) Lm 2 0 2 2 J w m,w � om a cc NMS g WZ � N cc in Z>CC CC m h REVISION NO SHEET 39 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CW20-1D 48•• X 48• ROAD WORK AHEAD Shadow Vehicle With Attenuator and Arrow Board (See note 2 and 5) LEGEND * Trail Vehicle Shadow Vehicle With Attenuator I_ 'X' — — ill * Shadow Vehicle ARROW BOARD DISPLAY ' * * Work Vehicle 4 RIGHT Directional and Arrow Board a1II (See note 2 0 5) i <, 01:0 Heavy Work Vehicle op LEFT Directional a — 1 1 ® Truck Mounted Attenuator (TMA) CA Double Arrow Traffic Flow ■ ■ ■ Channelizinq Devices '� t•: • e.i�'• • CD>— CD>Desirable — — — E POBtetl Speed Formula M1nImm TIX7er Leng+ns * iE Suggested Maximum Chane Tz1n Dev oea Minimus gigs Sp%In0 Suggested LOrgitutlinOl Buffer Space — — — 30' * I0' offae+OfrsetOffaet 11' 12' On a Taper On a Tangent Distance Mtn. 0820 -ID 48' X 48' 30' 30' \\ \ ROAD WORK .X. Work Space 30 2 150' 165' 180' 30' 60' 120' 90' 35 L•— 205' 225' 245' 35' 70' 160' 120' _ _ _ - Mtn. Min. Work SpOCe \ AHEAD CW20-10 40 60 265' 295' 320' 40' 80' 240' 155' ROAD .► . 48" X 48' WORK AHEAD TYPICAL TRAFFIC CONTROL FOR TYPICAL TRAFFIC CONTROL FOR 45 450' 495' 540' 45' 90' 320' 195' 50 500' 550' 600' 50' 100' 400' 240' ss L -W5 550' 605' 660 55' ,10' 500' 295 CONTINUOUS LEFT TURN LANE SYMBOL MARKINGS OUTSIDE DUAL LEFT TURN LANE SYMBOL MARKINGS 60 600' 660' 720' 60' 120' 600' 350' 65 650' 715' 780' 65' 130' 700' 410' Work Space ROAD 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900' 540' 30'.I WORK 'X' AHEAD -Shadow Vehicle * Conventional Roads Only **Taper lengths have been rounded off. L•Leng+h of Toper(FT) W•Wid+h of Offse+(FT) S.Pos+ed Speed(MPH) Min. I CW20-10 48' X 48' With Attenuator and Arrow Board (See note 2 and 5) c -. ` - :: k. Fwd -+a..•+- • nom: a TYPICAL USAGE MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY . . . Shadow Vehicle With Attenuator and Arrow Board a GENERAL NOTES .c i 4- i (See no+e 2 and 5) X s N 4> .C;110E777 -$- �. I. This +raffia control plan is for use on conventional roads pos+ed Of 45 mph Or less and is intended for mobile operations ?hot move continuously or intermittently (stopping up to approximately 15 minutes) such as short -line striping and In -lone ruJllble strips. When activities are anticipated to take longer Qlaunis Of time or traffic conditions warrant, a short duration or shore -term stationary traffic control pionshould be used. 2. A Truck Moulted Attenuator shall be used on Shadow Vehicle.Striping on the bock panel of all truck mounted attenuators shall be 8" redac Reflectiveand whiereflecsheetinp shall meetsheetingploced or exceed thein annreflectivity eanddncolor requirements of departmental material specification DMS -8300, Type A. 3. All traffic control devices shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices" (TMJTCD), latest edition. 4. The use of yellow rotating beacons or strobe lights on vehicles are required. Blue high intensity rotating,floshing, Oscillating or strobe lights when mounted on the drivers side of the vehicle may be Operated 8irlxiltOT1eously With the a11Der beacons or strobe lights. 5. Flashing arrow board shall be used on Shadow Vehicle. Flashing arrow board Shall be Type B or Type C as per BC Stondaras. The arrow board operation sha11 be controlled from inside +he +ruck. .X� / 30' ROAD 1. Min . WORK Work Some CW20-10 AHEAD TYPICAL TRAFFIC CONTROL FOR 48" X 48' TYPICAL TRAFFIC CONTROL FOR OUTSIDE LANE MARKINGS INSIDE LANE MARKINGS { Work Space C0120 -ID ROAD 48' X 48' WORK 'X' AHEAD - Shadow vehicle \\\` r 30' .. `1 With Attenuator and Arrow Board Min, (See note 2 antl 5) --- — — — <33 Rea Reflective Traffic C820-10 ■w E. • Y^'ii1'.�. . Jr j White Reflective ,7iurasDepartment ofTMnsportadon °ellans Standard ROAD 48' X 48' WORK AHEAD � ■ 4�., 7-N '-:- .MOBILE _`a TRAFFIC CONTROL PLAN OPERATIONS FOR ISOLATED >KORK AREAS UND 1 V l DE D H I GHwAYS ShOdOw Vehicle l I .,„--30,With IIIc AttenuatorROAD d Arrow BoardWORK (See note 2 and 5) AHEAD Work Space B,8, I i6" T CP 3 _ 4� -13 X CW20-ID 48' X 48" TYPICAL TRAFFIC CONTROL FOR TYPICAL TRAFFIC 'Mln ' CONTROL FOR (WIDTH OF TMA) j Ecce. tcp3-4.dgn ox: Tx00T Icx:Tx00Tlow: TxDOT Icx:TCOT © TOOT July, 2013 MW SECT MO mxsT STRIPING FOR TMA REVISIONS LEFT TURN LANE MARKINGS CENTER LANE MARKINGS DIST COAST SHEET NO. 1 17B 1 CONSULTANT'S JOB NO. 130580 DESCRIPTION LE 0 REVISION NO. DESCRIPTION m 0 REVISION NO SHEET 40 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CONSULTANT'S JOB NO. 130580 tE OF T4. DEWS L MLLER 51503 'F t�`ONAL ,/ 7-3/- /S Concrete Beerier LEGENDTroller ® Type 3 Barrictlde gs a a • • • Channelizinq Devices `NV �/ np�11�` CHRISTI engineers I architects I contractors CITY of CORPUS 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 68408 FAX (361) 8831986 TSPS FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs —..........................................a \_\\\\\\\`�\`\� cOt� ``` Md Flashing ArrowBoard e s •`V��, i Si¢n LL! _ ���� -L2. \\V A Safety glare fence 2-1 C5 a .4"4:0 21? • C • B e.°. -• , Work Area o o. g0] +o fEe — eb> — d � a r i MER: 1 use of this standard is governed by the 'Texas Engineering P mode by TxDOT for any purpose whatsoever. TxDOT assumes no 1 atandord to other formats or for Incorrect results or damage • yam, NOTES: 1. Length of Safety Glare Fence will be specified elsewhere in the plane. 2. The emulative nominal length of the modular units sha11 equal the BARRIER DELINEATION WITH MODULAR GLARE SCREENS m length of the individual sections of temporary concrete traffic barrier on which +hey are installed so the joint between barrier sections will not be spanned by any one unit. 3. Panel/blades will be designed such that reflective sheeting conforming with Departmental Material Specification DMS -8300, Sign Face Materials, Type B or C Yellow, minimum size of 2 inches by 12 inches can be attached to the edge of the panel/blade. The sheeting shall be attached to ale a 0 panel/blade per section of tonere+e barrier no+ to exceed a spacing of 30 feet. Barrier reflectors are not necessary when panel/blades are installed with reflective sheeting as described. 4. Payment for these devices will be (rider statewide Special Specification 'Modular Glare Screens for Headlight Barrier.' 5. This detail i8 only intended to show types of locations where Glare REVISION NO. Screens would be appropriate. Required signing and other devices shall be os shown elsewhere in +he pions. Refer to BC and/or TCP - •� sheets for approach 'e •-'0— requirements.• sFd_ a DEPARTMENTAL MATERIAL SPECIFICATIONS N F` SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) TRAFFIC CONTROL PLAN WZ (TD) -13 o xo Centerline SIGN FACE MATERIALS DMS -8300 DELINEATORS AND OBJECT MARKERS DM5-8600 MODULAR GLARE SCREENS FOR HEADLIGHT BARRIER DMS -8610 c p p p p p, to p p p„ p, c x 500' Max. x x - See Notes 2 6 3 Si! ,p „ It 111111 \ !illill I. \ 6111111i1.1 IIIIIII • 1? —. A �� \ ` Only pre -qualified products sh011 be used. A copy of the 'Campilant Work Zone Traffic Control Devices List' (CWZTCD) describes pre -qualified products ono their sources and may be found at the follow ov web address:Ipub http:/lwww.hctlot.govlb dot library!publications/canshvclian.htm m 0 Opposing VP or Opposing Opposing VP or Lane 42" Cone Lane Lane 42" Cone Divider Typical Divider Divider Typical a in 0 VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS (OTLD) 4-'"sem SEPARATING TWO-WAY TRAFFIC ON NORMALLY DIVIDED HIGHWAYS / Texas Department of7Fenspw1edon NOTES: 1. When two-lane, two way traffic control Aust be maintained on one roadway of a normally divided highway, Opposing traffic Shall De separated with either temporary traffic barriers, chornelizing devices, or a temporary noised TRAFF IC CONTROL PLAN T YP 1 CAL DE TA 1 S island throughout the length of the two way operation. The above Typical Application is intended to show the Oppropriote Op01100+Ton of cholnelizing devices when they are used for this purpose. This is not a traffic control plan. If this detail is to be used for other types of roods or applicatiOnS, th088 I000tiene should be stated elsewhere in the p1o1S. Q2. Space devices according to +he Tangent Spacing shown on +he Device Spocinq +able an BC(9) but no+ exceeding 100'. L WZ (T D) - 1 3 r o 3. Every fifth device should be on OTLD except Oen spaced closer t0 accomodate an intersection. An OTLD should era: wZ13-17. tlgn on: TxDOT Icx: Tx00T low: Tx00T cw: TxOOT d SHEET I 1 Oft 09 be the first device an each side of intersecting streets or roads. ©boor February 199+ car seer aae wmwwar w 403 wevls[ows o tie 4. Locations where 81rf00e Iloun+ bases with adhesives or self-righting devices will be required in order +0 main+a(n 0 3 o�sr couxhr sweet NO. RECORD DRAWING NO. ST8 898 cLL them in +heire proper position should be noted elsewhere in the piens. r -t3 M (11+1 d o 7, Z CITY PROJECT#E13095 CONSULTANT'S JOB NO. 130580 tE OF Tf\\S :‘,)•*. ,rI DEWS L SOWER. �i `•• 51503 A. \ ENS.E��� /ONAL 7-3/- /s WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS 20'±6' Type Y-2 DO gs DOUBLE TABS q" to 12• mf m FM m m m m NO-PASSINGq• R4-1 NOT PASS 1-----PASS DO NOT R4-1 `NV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs rt §$ LINE TAPE 4" to 12•x- ♦ - a a o f- -_\ 'v 20'•6" Yellow 1 o m 1 1 m 1 1 m 1 1 on lol t t} SOLID 1`- 4.5 _6.1 1 = �� 1 I I 1 1 111 Imi g.- LINES 20 6• Y-2 W Y611pW Type Y-2 a € m�Type SINGLE TABS- m W *w 21It NO-PASSING LINE r or CHANNELIZATION4. 1........„_. PASS WITH TAPE PASS KITH TABS w �TAPE u"= LINE L R\ 20'±6" �.f4.5'±6' CARE CARE R4-2 DISCLAIMERS The use Of this standard 15 governed by the 'Texas Engineering Practic kind Is mode by TxDOT for any purpose whatsoever. TxDOT assumes no reaper of this standard to other formats or for Incorrect results or damages rest P \ Yellow or White R4_2 CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS Type Y-2 or W 40'±1' BROKEN TABS Omm 01 01 0110 `mmm LINES r4. -.11.--1'±3" TAPE a a Type W a White ----x,-111 111 111 111 111 Imm Ile (FOR CENTER LINE 40'_1` <1131 <01 OR LANE LINE) - . .14.5'±6• Yellow or White rm J 12'±6•� �9 3'23• Type 8 i 4> 11 Imi 111 11� 111 111 111 1111 - 2J WIDE DOTTED TABS m m D m� m m m 4•-1 �` m m D m� m m m LINES 12• • im(-. e\ Type W mm m■ e\--'- ■ ■ ■ m■ m■ CD. CD i o 1 1 11 1m 1 n 11 ml 11 n o m 1 1 m 1 1 M1 1 II 1E11 11 11 11 11 1 ml 1 m i t v 1 ''� B Lu o (FOR LANE DROP LINES) Wide Dotted Linea `5 \Witle •' TAPE 12'±6• -.I I~.l 3'±3• White Dotted Lines Type W Wide Gore Markings Wide Gore Markings TAPE TABS 1 REVISION N0. I.----- 20'±6• Type W LANE LINES FOR DIVIDED HIGHWAY ••±, • TABS m M/ 11' WIDE GOREK. I NGS 20•,612 ' TAPE f- .. 4.5'±6'�� White White ' Type W s �) 111 111 lam 111 111 111 111 InIyIARK 1 I I I m I 1 1 1 1 1 1 1 I m 4, �� 1 m m m I 1 1 1 1 1 1 lit 1 I I Yellow Type Y-2 W11118' 1 TY 1 W III III III u1 u1 Ill `I/ Li" pe SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) TRAFFIC CONTROL PLAN WZ (STPM)-13 NOTES= TAPE TABS 1. Short term pavement markings may be prefabricated markings (stick down tope) or temporary flexible- reflective roadway marker tabs unless otherwise specified elsewhere in plans. LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS 2. Short term pavement markings shall NOT be used to simulate edge lines. 3. Dimensions indicated on this sheet are typical and approximate. Variations in size and height may occur be- tween markers or devices made by manufacturers, by a8 such as 1/4 Inch, unless otherwise noted.- 4. Temporary flexible-reflective roadway marker tabs will require normal maintenance replacement when used anite roodwoys with on ADT per lone of up to 7500 vehicles with no more than IO% truck mix. When roadways exceed these values, additional maintenance replacement of devices should be planned. 5. No segrnent of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. The Contractor will be responsible for maintaining short term pavement markings until permanent pavement markings are In ploce. When the Contractor Is responsible for placement of permanent pavement markings, no segment of roadway shall remain without permanent pavement markings far a period greater that, 14 001 ender days unless weather conditions prohibit placement. Permo,ent povement markings Shal Imel be placed as soon as weather permits. a - 111 III ,,,,III 111 111 111 III III �1 Type W K. K. - m m m m 1 1 1 1 1 1 1 1 1 I I - - III III 111 111 111 111 111 III = �y Yellow = type Y-2 - - - - - - - - mel Imo 111 111 111 111 001 Imo �m m m m I 1 1 1 1 1 1 1 1 m m [� III x1111 111 111 111 III IEEE Wh1te 4 Type W m o 6. For two lone, two-way roadways, DO NOT PASS elgns shall be erected to mark the binning of sections where passing is prohibited and PASS WITH CARE signs shall be erected to nark the beginnming of sections where "Texas TAPE TABS TWO-WAY LEFT TURN LANE a passing is permitted. Signs shall be in accordance with the Manual on uniform Traffic Control Devices• (TMUTCD) and may be used to indicate the limits of no-passing zones for up to 14 calendar days. Permalent Removable o pavement markings should then be pl OCetl. Raised Short Term If raised pavement markers are used to supplement REMOVABLE Pavement II Paveman+ short term workings, the markers Shall be applied to the top Tniffic 7. For low volume two lone, two-woy roadways of 4000 ADT or Ie88, no-passing lines May be omitted when approved by the Engineer. DO NOT PASS and PASS WITH CARE signs shall be erected (see note 6). Marker l( L I ) 1� Marking (Tape) of the tope of the approximate mid length of the tope. This allows an easier removal of raised markers and tope. 'Texas IY!►l9►Yt Ol7h OrfedOR DepB ►1WP Dlv�lOrltlOte "� Standamd 8. For exit gores where a lone is being dropped place wide gore markings or retroreflective channelizinq PREFABRICATED PAVEMENT MARKINGS devices to guide motorist through the exit. If chalrelizing devices are to be used it should 58 noted elsewhere in the plans. One piece cones are not allowed for this purpose. 1. Temporary Removable Prefabricated Pavement Markings shall meet the requirements of DMS-8241. TEMPORARY FLEXIBLE. REFLECTIVE ROADWAY MARKER TABS (TABS) 2. Non-removable Prefabricated Pavement Markings shall meet the requirements of either CAS-8240 'Permanent "Temporary WORK WORK ZONE SHORT TERM PAVEMENT MARKINGS Prefabricated Pavement Markings' or DMS-8243 Costructlon-Grade 1. Temporary flexible-reflective roadway marker babe detailed on this sheet will be designated Type Y-2 ltwo Prefabricated Pavement Markings.' amber reflective surfaces wi+h yellow body); Type Y tone amber reflective surface wi+h yellow body); and RAISED PAVEMENT MARKERS Type W tone white or silver reflective surface with white body). Additional details may be found on BC(11). m 1. All rolosO Pavement markers used for work zone Inorkings sh011 meet the requirenen+s of 2. Tabs shall meet requirements of Departmental Material Specification DMS-8242. Iter 672, 'RAISED PAVEMENT MARKERS' and S-4200. DM Z iSTPM R W-13 i 3. when dry, tabs shall be visible far O minimum distance of 200 feet during normal daylight hours and when DEPARTMENTAL MATERIAL SPECIFICATIONS IDMS) & MATERIAL PRODUCER LISTS IMPLI Fere: wzotpn-13.dg, on: Tx00T ILK:TxD0TIow: Tx±OT ILK: Tx0OT 42 SHEET ofl 09 illuminated by automobi le IoW-beam head light 01 night, unleS$ Sight diStange 15 restricted by roadway 1. DASs move be found links to their ©Tx[OT April 1992 carr seer ace eeaxm•, w geometries. referenced con along with embedded respective MPLa at the following website) 1-91 mev,scoKs o ,;,,;; F � 4. No two consecutive tabs mar four tabs per 1000 feet of line shall be missing or fail to meet the visualDIV' http:/Jwww.txdot.govibusinesslcontractors_consultants/material_specifications/default.htm 3.03 couch Saar 0. RECORD DRAWING NO. STR 898 AC- performance requirements of Note 3. T-03 1 111 1 O o L7_, CITY PROJECT#E13095 UNEVEN LANES CWB-11X •See Table 1 T1 Q 1 Q I DEPARTMENTAL MATERIAL SPECIFICATIONS PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 TEMPORARY (REMOVABLE) PREFABRICATED PAVEMENT MARKINGS DMS -8241 SIGN FACE MATERIALS DMS -8300 COLOR USAGE SHEETING MATERIAL ORANGE BACKGROUND TYPE BFL OR TYPE CFLSHEETING BLACK LEGEND & BORDERS ACRYLIC NON -REFLECTIVE SHEETING / / ! Area I� Area where Edge GENERAL NOTES 1. If spoiling or holes occur, ROUGH ROAD ICW8-81 slips should be placed in advance of the condition and be repeated every two miles where the Condition persists. 2. UNEVEN LANES (CW8-11) Signs shall be installed in advance of the condition and repeated every mile. Signs installed along the uneven lane a condition may beedpp W31P) with ehe NEXT XX MILES ICW7-3aP) plaque or Advisory Speed (CI3-Pplaque. 3. NO CENTER LINE ICWB-121 signs and temporary pavement markings as per the WZ(STPM) standard 8h011 be installed if yellow centerlines separating two way traffic are obscured or obliterated. Repeat NO CENTER LINE aloha every two miles where +he Center line markings are not in place. The signs and markings shall remain in place until permanent pavement markings are installed. 4. Signs shall be spaced at the distances recommended e8 per BC 8tGndards. 5. Additional signs may be required as directed by the Engineer. Signs shall it place until final surface , I NSplied. Signs HAN11 be considered subsidiary s:b9idiCry to lien 502 'BARRICADES, SIGNS AND TRAFFIC HANDLING.' 6. Signs shall be fabricated and moon+ed on supports as shown an +he BC stOndords did/or listed on the "COIpliont Work Zone Traffic Control Devices' 1 i8+. 7. Short term markings shall not be used to simulate edge 11nes. 8. A11 signs shall be constructed in accordonoe with +he details found in the 'Standard Highway Sign Designs for Texas,' latest edition. / where Edge Condition exists / Condition exists T See Table I UNEVEN LANES 4 x i "X' distance Note 41 wSee Table 1 UNEVEN LANES t;Wa-1, UNEVEN 4 101 I LANES A X i ••X" distance tSee Note 4) UNEVEN LANES CW8-11 TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD TABLE1 N CENTER LINE X CWB-12 'X" dlstonce T I I I Edge Condition Edge Height (D) 6 Warning Devices 0 Less than or equal to: 11/4' (=slain -planing) l'2" (typical -overlay) Sign: CW8-11 D Distance 'D' 1naY be o maximun of 1 1/4 for planing operations and 2" for overlay operations if uneven lanes with edge Condition 1 ore Open t0 traffic After work Operations cease. Area where Edge >3 (See Note 4) ////// V i i Area missing Center Line markings Less than or equal to 3'• Sign: CW8-I1 Condition exists 1t See Table I ® 0" to 3/4' D Distance 'D" may be a maximum of 3' if uneven lanes with edge condition 2 or 3 are open to traffic after 12' work operations cease. Uneven Innes should not be "D" Notched Wedge Joint open to traffic when is greater than 3". X UNEVEN LANES CWe tt1 /� `v1 UNEVEN /� `v' LANES X 'x' distance,TawasDepartmentof7Fansportatlon (See Note 4) ESN ` CW8-II TrafficGans NO CENTER (I ,j LINE X y "%" distance Mee Note 4) NO\ CENTER LINE CWB 1 2 OVERLAY AND LEVELING OPERATIONS ARE WONELSE*ERE IN THE PLANS. S I GN I NG FOR MINIMUM WARNING SIGN SIZE UNEVEN LANES Conventional roads 36' x 36' Freeways/expressways, divided roadways 48' x 48" y� { 1V2 tUL/ - 1 3 E,E, Wall -13. app ox: TxDOT a: T200T ow: TxDOT I ca: Tx0OT ©Txoor Apr i1 1992 CONT SECT JOB H mro T REVISIONS DIVIDED ROADWAY TWO LANE CONVENTIONAL ROAD 6.95 2.96 T-13 D ST COONTV SHEET NO. 1.97 3-03 CONSULTANT'S JOB NO. 130580 DESCRIPTION 0 REVISION NO. DESCRIPTION in 2,„ (22 c =LL U REVISION NO SHEET 43 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 M4-8 24- x 12" M3-4 M1 -6T IDETOUR1 WEST Work Area ROAD CLOSED ZZ MILES AHEAD LOC& RAMC ORLI CW20-3C 48" x 48" See Note 8 CW20-3B 48" x 48' See Note 8 RI1-30 60" x 30" See Note 8 M4 -10L 48" x 18' See Note 6 E> QIQ i i (DETOUR) M4-8 1— DETOUR 4-1 ROAD CLOSURE BEYOND THE INTERSECTION Signing for o Numbered Route with an Off -Site Detour STREET NAME` 1 Work Area M4 -12T Var x 12' See Note 7 M4 -9S 30" x 24- 200' AOCrox. ROAD CLOSED s 0 a RI1-2 48- x 30" M4 -10L 48" x 18- R3-1 24" x 24- ROAD CLOSURE AT THE INTERSECTION Signing for an un -metered Route with on Off -Site Detour LEGEND 1=1 Type 3 Barricade i Sign Posted Speed * Minimi Sian Spoclnq -x- Dlstonos 30 120' 35 160' 40 240' 45 320' 50 400' 55 500' 60 600' 65 700' 70 B00' 75 900' *Conventional Roods Only GENERAL NOTES 1. This sheet is intended to provide details for temporary work zone road closures. For permanent road closure details see the MOM standards. 2. Barricades used shall meet the requirements shown on Barricade and Construction Standard BC(10) and listed on the Calipliolt Work Zone Traffic Control Devices list (CWZTCD). 3. Stockpiled materials shall not be placed on the traffic side of barricades. 4. Barricades at the road closure should extend from pavement edge to Pavement edge. 5. Detour Signing shown is intended to illustrate the type of signing that is appropriate for numbered routes or un -numbered routes as labeled. It does not indicate the full extent of detour signing required. Detour routes should be signed as shown elsewhere in the plane. 6. If the road is open for 0 significant distance beyond the intersection or there are significant origin/destination points beyond the intersection, the signs and barricades at this location should be located at the edge of the traveled way. 7. The Street Nome (M4 -12T) sign is to be ploced above the DETOUR (M4 -9S1 sign. 8. For urban areas where there is a shorter distance between the intersection aria the actual closure location, the ROAD CLOSED XX MILES AHEAD (R11 -3a) sign moy be replaced with o ROAD CLOSED TO THRU TRAFFIC (R11-4) sign. If adequate space does not exist between the intersection and the closure a single ROAD CLOSED AHEAD (CW20-30) sign spaced as per the table above may replace the ROAD CLOSED 1000 FT (CW20-3B) dna ROAD CLOSED 500 FT (CW20-3C) signs. 9. Signs and barricades shown shall be subsidiary to Item 502. Locations where these details will be required Shall be OS shown elsewhere in the pions. AMO ,Tiaras Department of7Mnsporfadon Traffic odds Standard WORK ZONE ROAD CLOSURE DETAILS WZ CRCD) -13 ELLE: wzrcd-13.d r ox: TxDOT Ia: TxDOTIow: TxDOT Ica:T%DOT ©TUDOT August 1295 CONT SECT SDR HIGHWAY REVISIONS 1-97 4.99 7.13 2.98 3-03 DIST COUNTY SHEET ND. DESCRIPTIO CONSULTANT'S JOB NO. 130580 10:111 m 21 Z0 1 c m w m 0 REVISION NO. DESCRIPTION iv a z 0 J OI Zo o ct U N L7 L_ Q REVISION NO SHEET 44 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 X CW2OSG-1 48" x 48' V I V 414 • CW205G-1 48" x 48' 414 CW2050-1 48" x 48' NEAR SIDE LANE CLOSURE SNORT DURATION OR SNORT TERM STATIONARY X CW2OSO-1 48" x 48' x 0,1 X J X 1 X CW20-5TR 48" x 48' CW20-5TR 48' x 48" 1 CW2OSG-1 48' x 48" FAR SIDE RIGHT LANE CLOSURE SNORT DURATION OR SNORT TERM STATIONARY CW2OSG-1 48' x 48" V I V . f�J :;;11 CW2OSG-1 X 48" x 48" a X 414 i CW20-5TL 48" x 48' 1 X i CW2O-5TL 48' x 48" CW2050-1 48" x 48' FAR SIDE LEFT LANE CLOSURE SHORT DURATION OR SNORT TERM STATIONARY CW2OSG-1 0G48' OPERATIONS IN THE INTERSECTION SHORT DURATION GENERAL NOTES LEGEND Formula Type 3 Barricade ■ ■ Channelizing Devices ® MO—may L-0� Heavy Work Vehicle ® Truck Haunted Attenuator (rMA) Oil Trailer Mounted Flashing Arrow Board 2 L' -—WS 60 Portable Changeable Message Sign (PCMS) i Sign a Traffic Flow Q Flog 110 Flogger Posted Snead * Formula Mintlnm Desirable roper Len9tns * * Suggested Maximo Spocln of cnonne zing Dev oes Minimum $t9n SP..x. D�sfonce Lag Oeladti mol Buffer Space 10' OffeetOffeetOffeet 11' 12' On a Toper On a Tmgent 30 2 L' -—WS 60 150' 165' 180' 30' 60' 120' 90' 35 205' 225' 245' 35' 70' 160' 120' 40 265' 295' 320' 40' 80' 240' 155' 45 L WS 450' 495' 540' 45' 90' 320' 195' 50 500' 550' 600' 50' 100' 400' 240' 55 550' 605' 660' 55' 110' 500' 295' 60 600' 660' 720' 60' 120' 600' 350' 65 650' 715' 780' 65' 130' 700' 410' 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900' 540' * Conventional Roods Only ** Toper lengths have been rounded off. L=Length of Toper(FT) W=Width of Offset(FT) S=Posted Speed(MPH) 1. The minimum size channelizing device is the 28' cone. 42" Two-piece cones, drums, vertical panels or barricades will be required when the device must be left unattended of night. 2. Obstructions or hazards at the work area shall be clearly marked and delineated a+ oil times. 3. Floggers and Flogger Symbol (CW20-73 signs may be required according to field conditions. 4. Vehicles parked in roadway Shall be equipped with at leas+ two high intensity rotating, flashing, oscillating or strobe type lights. WORKERS IN BUCKET TRUCKS SHALL NOT WORK ABOVE OPEN LANES OF TRAFFIC. 5. High level warning devices (flog trees) may be used at corners of the vehicle. SHEET 1 OF 2 6. When work operations are performed on existing signals, the signals may be placed in flashing red mode when approved by the engineer. If existing signals do no+ have power, All -Way Stop CR1-1 and R1 -3P) signs may be implemented when approved by the engineer. T. For Short -Term Stationary work the buffer space "B" frau the above table should be used if field conditions permit. For Short Duration (less than 1 hour} any buffer apace provided will enhance +he safety of the setup. 8. The arrow board at this location may be Omitted for Short Duration work if the work vehicle has an arrow board in operation. As on option, the arrow board may be placed at the end of the taper in the closed lane If space Ts not available at the beginning of the toper. 9. Signs and devices for the NEAR SIDE LANE CLOSURE may be altered for a left lane closure by using a LEFT LANE CLOSED (CW20-5TL) and adding channel izing devices on the centerline to protect the work space from opposing traffic. Tiaras Department ofT3ansportatIon TmfAc Otehrlstr Standard TRAFFIC SIGNAL WORK TYPICAL DETAILS Err r: vzhts-13.dtn ©ixDOT April 1992 REVISIONS 2.9B 10-99 7.13 4.9B 3-03 WZ EITS-1) -13 os: TXDOT I ex: TACIT I ow: T%OOT I cA: Txl OT VINT DIST SECT JGG COUNTY SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTION 0 REVISION NO. DESCRIPTION IO C) NICI = r WZ F N CC C2 Z.. m CC CC =a N REVISION NO SHEET 45 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 END ROAD WORK G20-2 36' x 18" WORK AREA MAJOR STREET OBEY WARNING SIGNS STATE TAW 020-5aP 36' x 24" R20 -5T 36' x 36" R20 -3T 48" x 42' R20-5aTP 36" x 18' WORK ZONE TRAFFIC FINES DOUBLE MEIN INN G20 -5T 48' x 24" 020-6T 48" x 30' BEGIN ROAD WORK NEXT N MILES AATes smm amuunm CW2050-1 48" x 48" v14 BEGIN ROAD WORK NEXT K MILES SINE X G20 -5T 48' x 24' 020-6T 48" x 30' X WORK ZONE TRAFFIC FINES DOUBLE G20-5aP 36" x 24' R20 -5T 36' x 36" R20-5aTP 36' x 18" X 1 1 OBEY WARNING SONS STATE IAN R20 -3T 48" x 42- a END ROADWORK 020-2 36" x 18' TYPICAL ADVANCE SIGNAL PROJECT SIGNING FOR LONG TERM and INTERMEDIATE-TERM STATIONARY WORK OPERATIONS NOTES 1. Project signing a8 shown eh011 be in place whenever signal contract work Is in progress. 2. For closely adjoining projects, advance signing may not be required In advance of each intersection, but only in advance of the Intersections at the project limits. Actual locations will be as directed by the Engineer. 3. Advance signs x1011 be removed when signal construction operations are no longer under way, as directed by the Engineer. 4. Warning sign spacing shown is typical for both direc+,one. 5. See the Table an sheet 1 of 2 for Typical warning sign Spacing. GENERAL NOTES FOR WORK ZONE SIGNS 1. Signe 8h011 be installed and maintained in a straight and plumb condition. 2. Wooden Sign pasts 8h011 be pointed white. 3. Barricades shall NOT be used a8 sign supports. 4. Nails shall NOT be used to attach sign t0 any SuppOrt. 5. All Signe Shall be installed in accordance with the plans or as directed by the Engineer. 6. The Contractor shall furnish the Sign design shown in the plans or in the 'Standard Highway Sian Designs for Texas' 1SHSD1. 7. The Contractor shall furnish sign supports and substrates listed in the 'Compliant Work Zone Traffic Control Device List' (CNZTCD), installed as per the manufacturer's recommendations. 8. Temporary signs that have damaged or cracked substrates and/or damaged Or marred reflective sheeting sh011 be replaced 08 directed by the Engineer. 9. Identification markings may be shown Only on the back of the Sian substrate. The maximum height of letters and/or company logos used for identification shall be 1'. 10. Damaged wood posts shall be replaced. Splicing wood posts will not be allowed. DURATION OF WORK 1. Work zone durations are defined in Part 6, Section 6G.02 of the Texas Manual on Uniform Traffic Control Devices (TLKITCD). SIGN MOUNTING HEIGHT 1. Sign height of Long-term/In+ermmdiate-term warning shown on Figure 6F-1 of the TLUTCD. 2. Sign height of Short-term/Shari Duration warning si shown on Figure 6F-2 of the TMJTCD. 3. Regulatory signs shall be man+ed a+ leas+ 7 fee+, 9 feet. above the paved surface regardless of work REMOVING OR COVERING signs shall be as gns shall be as bu+ no+ more than OOrat10n. 1. When sign messages may be confusing Or d0 rat apply, the sigma 8ha11 be removed or completely covered, lnleeb otherwise approved by the Engineer. 2. When signs are covered, +he material used shall be opaque, such as heavy mil black plastic, or other meter -lois which will cover +he entire sign face and maintain +heir Opaque proper+fes under autamObile headlights at night without damaging the sign sheeting. &Flap, or heavy materiol8 SuCh as plywood Or aluminum Shall nOt be used to cover signs. 3. Duct tape or Other adhesive material shall NOT be affixed t0 a sign face. 4. Signs and anchor stubs sha I I be removed and holes back f i l l ed upon completion of the work. REFLECTIVE SHEETING 1. All signs shall be retroreflective and constructed of sheeting meeting the requirements of the Et1A5 and color usage table shown on th,S sheet. SIGN SUPPORT WEIGHTS 1. Weights used to keep signs frau turning over should be sandbags filled wi+h & y, cahesionless nn+erial. 2. The saubags will be tied shut to keep the sond frau spiIITng ono to maintain a constant weight. 3. Rackt co cre+e, iron, s+eel or o+her solid objects will no+ be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. 5. Sandbags shall be rade of a durable material that tears upon vehicular imp0Ct. Rubber, such as tire inner tubes, Shall not be used. 6. Rubber bollos+s designed for channelizing devices should no+ be used for ballast on portable sign supports. Sign supports designed and manufactured wi+h rubber bases may be used when shown an +he CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supper+8 of the traffic Control device antl 8h011 not be suspended above around level or hung with rope, wire, chains or other fastrer8. Sandbags 8h011 be ploced along the length of the skids to weigh down the sign support. 8. Sandbags shall NOT be placed under the skid and shall not be used +0 level sign e140p0rtS 010c80 on slopes. LEGEND i Sign ■ ■ Channelizing Devices TYPE BrL OR TYPE C1LSHEETING Type 3 Barricade = DEPARTMENTAL MATERIAL SPECIFICATIONS SIGN FACE MATERIALS DMS -8300 FLEXIBLE ROLL -UP REFLECTIVE SIGNS DMS -8310 DOLOR USAGE SHEETING MATERIAL ORANGE BACKGROUND TYPE BrL OR TYPE C1LSHEETING WHITE BACKGROUND TYPE A SHEETING BLACK LEGEND & BORDERS ACRYLIC NON -REFLECTIVE SHEETING Only pre -qualified products shall be used. A copy of the 'Compliant Work Zone Traffic Control Devices List' CCWZTCD) describes pre -qualified products and their sources and may be found at the following web address: http:/Iwww.txdot.gov/txdot_library/publicationslconstruction.htm 1 1 J 4> T 1 11 l Temporary Traffic Barrier See Note 4 below Work Area 10' Min. 1 1 J 4' Min.(See Note 7 below) f T T T T T T 1 SIDEWALK DIVERSION r I II0IIQII� SIDEWALK CLOSED CROSS HERE SIDEWALK CLOSED R9-11aR R9-9 24' x 12" 24" x 12' 1 _ Q 4> V SMEWALK CLOSED CROSS HERE R9-11aL 24" x 12' Work Area SIDEWALK DETOUR 2J CW11-2 See Note B 36' x 36' See Note 6 I SIDEWALi ip,, 24'I8DB2 USE OTHER SIDE SIDEWALK R9-11aR CLOSED 24' x 12" R9-9 24' x 12' CW11-2 36" x 36' See Note 6 CW16-7PL 24" x 12' rWork Area • SIDEWALK CLOSED AHEAD CROs CROSSWALK CLOSURES PEDESTRIAN CONTROL 1. Holes, trenches or other hazards shall be adequately protected by Covering, delineating or surrounding the hazard with orange plastic pedestrian fencing o- longitudinal ChaYleliZinQ devices, Or as directed by the Engineer. 2. 'CROSSWALK CLOSURES' as detailed above will require the Engineer's approval prior to installation. 3. R9 series signs shown may be placed on supports detailed on the BC standards or CWZTCD list, or when fabricated from approved lightweight plastic substrates, they may be moulted on top of a plastic drum at or near the location shown. 4. For speeds less than 45 mph Longitudinal Ch00n8112ing devices may be used instead of traffic barriers when approved by the Engineer. Attenuation of blunt ends and installation of water filled device8 shall be as per BC191 and manufacturer's recanmendatians. 5. Location of devices ore for general guidance. Actual device spacing and location must be field adjusted to meet actual Conditions. 6. Where pedestrians with visual disabilities normally use the Closed sidewalk Detectable Pedestrian Barricades should be used instead of the Type 3 Barricades shown. 7. The width of existing sideeolk should be maintained if practical. 8. Pavement markings for mid -block crosswalks 511011 be paid for under the approgrio+e bid items. 9. When crosswalks or other pedestrian facilities are closed or relocated, temporary facilities shall be detectable and Shall include accessibility features consistent with tele features present in the existing pedestrian facility. R9 -11L 24" x 12' SHEET 2 OF 2 Department of7Yaneportatlon Traffic Ogrziotto:s Standard TRAFFIC SIGNAL WORK BARRICADES AND SIGNS WZ(BTS-2)-13 0r�E: 60015-13,d7 ©Tx3OT April 1992 on: TOOT I En: T%DDT I ow: T%COT I Ox: TOOT Calr SECT JOB HIGHM6T REVISIONS 2.98 10-99 7-13 4-98 3.03 1151 DIST COUNTY SHEET 110. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m LJ 0 REVISION NO. DESCRIPTION (0 Z1' 0) m •c O1 Z CL J 0 L Z UD U m REVISION NO SHEET 46 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CONSULTANT'S JOB NO. 130580 tE OF Tf\\t DENNIS L MLIER S 51503 A. ....... .... ��CENS.E��� 7-3/- /s SUMMARY OF LARGE SIGNS GALVANIZED DRILLED gs BACKGROUND BAC COLOR DESIGNATION SIGN DIMENSIONS REFLECTIVE IV 5O FT STRUCTURAL STEEL SHAFT `NV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs n ILF1 24" DIA. rk $1Ze O O CLF) $ PrOrange G20 -7T u, limn. ^BRAKE 96' X 48" Type BFB or CFL 32 o 21i p +4": I 1 1 Orange G20 -7T BRAKE 192" X 96" Type Bre Or CFL 128 W8x18 16 17 12 w o sang S's I I 1 Give Us ♦ See Note 6 Below Give Us 6-w, $ Work BRAKE Work ., ;e RAR CW21- I T DEPARTMENTAL MATERIAL SPECIFICATIONS i? gr 15 Area CW21-1 T Area ': 48" X 48" --- 48" X 48" LEGEND PLYWOOD (See Note 3) (See Note 3) SIGN BLANKS DMS 7100 lib • Sign ALUMINUM SIGN BLANKS DMS 7110 For iL Large Sign SIGN FACE MATERIALS DMS 8300 gv Traffic Flow COLOR USAGE SHEETING MATERIAL m Y 2k' BACKGROUND TYPE BFB OR TYPE CFL >,§e 1 1 1 BLACK LEGEND & BORDERS NON -REFLECTIVE ACRYLIC FILM w DISCLAIMER: Tho use of this stondord Is governed elms Is node gY TNDOT for any auraoee YIM of this standard] to other formate or for GENERAL NOTES a I I 1 1 1. See BC and SMD sheets for additional sign support details. 2. Sign locations shall be approved by +he Engineer. 3. For projects more than two miles in length, Give Us a BRAKE signs should be REVISION NO. repeated halfway through the project. The Give Us a Brake (CW21-1T) may be • I I T i I I I i+ Project Limit Signs T I I I i-. Project Limit Signs used for this purpose. 4. Work zone Speed limits are sometimes used in conjunction with GIVE USA BRAKE signing. See BC(3) for locution and spacing of construction speed zone signing when required. 5. Give Us a Broke (CW21-1T) signs and supports shall be considered subsidiary +o Item 502, "Barricades, Signs and Traffic Handling," 6. The 96" X 48" Working For You Give Us A BRAKE (G20 -7T) may use o 1/2" or 5/8" plywood substrate or 0.125" aluminon sheeting substrate and may be supported by two 4" x 6" wood posts with drilled holes for breakaway as per BC(5) and will be subsidiary t0 Item 502. SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) TRAFFIC CONTROL PLAN WZ (BRK)-13 I I 4 14 I Working For You Give Us A BRAKEGive IA '1! I BRAK Us 7. The Working For You Give Us A BRAKE (G20 -7T) 192" X 96" sign shall be paid for alder the following specification items: Item 636 - Aluminum Signs Item 647 - Large Roadside Sign Supports and Assemblies. ■ DIVIDED HIGHWAY 1 G20 -7T 96" X 48" (See Note 6) or N192" X 96' (Optional- See Note 7) UNDIVIDED 1 CW21-1T - 48' X 48" HIGHWAY Item 416 - Drilled Shaft Foundations 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 O detail t0 the Contractor before the sign is manufactured. p a 0 0 SIGNS ARE SKIN FOR ONE DIRECTION OF TRAVELTraffic ,Texas Department of Donsporledon st.""rdrd WORK ZONE * Sinn the optional longer WORKING FOR YOu GIVE USA BRAKE (G20 -TT) 'GIVE US A BRAKE - 192" x 96" sign is required, the Iodations shall be noted elsewhere In the Plans.SIGNS WZ(BRK)-13 F SLE: wzbrk- 13. don ow: ixDOT I cK: TxDOT I ow: TxDOT lc. T%DDT SHEET 47 ofl 09 ©T%DOT August 1995 COW SECT ace ecGewwT w "E"'s`°"s o - J 6-96 5-98 7-13 DIST COUNTY SWEET NO. RECORD DRAWING NO. STR 898 cLL 6-96 3-03 1 116 I 0 o 7, W a CITY PROJECT#E13095 2" ENERFIN HPPL VERIFIED BY HYDRO -EXCAVATION STA. 3+71 (30.9' LT) TOP OF PIPE EL=12.31 10" TexSTAR HPPL VERIFIED BY HYDRO -EXCAVATION STA. 3+78 (31.0' LT) TOP OF PIPE EL=11.24 8" AIR LIOUIDE HPPL VERIFIED BY HYDRO -EXCAVATION STA. 3+80 (29.3' LT) TOP OF PIPE EL=11.19 0+00 0 6" KOCH HPPL VERIFIED BY HYDRO -EXCAVATION STA. 4+05 (30.0' LT) TOP OF PIPE EL= -2.08 24" WATER UNE VERIFIED BY HYDRO -EXCAVATION STA. 3+96 (23.4' LT) TOP OF PIPE EL=8.52 2" AT&T CONDUIT VERIFIED BY HYDRO -EXCAVATION STA. 4+04 (19.9' LT) TOP OF PIPE EL=10.63 1+00 6" GAS VERIFIED BY HYDRO -EXCAVATION STA. 3+35 (40.2' RT) TOP OF PIPE EL= 10.93 © EXIST AT&T J -BOX TO BE RECOATED BY OTHERS (AT&T) O EXIST TELEPHONE PED TO BE RELOCATED BY OTHERS (AT&T) OO EXIST WATER VALVE VAULT TO BE PARTIALLY REMOVED AND BACK FILLED SEE DEMO PLAN BELOW PROP k EXIST 24" DIP WATER UNE TO REMAIN IN PLACE EXIST 24" GATE VALVE TO REMAIN IN PLACE BEGIN POINT OF DEFLECTION STA 3+57 (LT) TOP EL=6.48 ELPASO E 0 PROP. 1-24" 45' BEND STA. 3+57 (38.2' LT) STA. 3+61.8 (36.6 LT) PROP 36" x 50' STEEL CASING PROP. 24" x 143 DIP WATER UNE EXIST. k06W HPPL EL= -2.08 PASO ROW 24 y, EXIST AT&T J -BOX BE RECOCATED BY OTHERS 0 (AT&T) / ti EXIST LIGHT POLE - 4 w TO BE RELOCATED BY OTHERS (AEP) 3+00 0x7 BOX 10x7 BOX 10x7 BOX 10x7 BO 10,7 BOX PROP. 1-24" 45' BEND STA. 3+31 (15.8' LT) PROP. 24" x 42 DIP WATER LINE EXIST. WATER LINE TO BE REMOVED BOX EXIST. 24" x 175' CIP WATER UNE TO BE REMOVED 0 EXIST. ROW EXIST FENCE TO BE RELOCATED ELPASO EXIST U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T_)__ 24 W x 24 ROW SOUTHERN MINERALS ROAD z4 W 5 NOTES: 1. CONTRACTOR SHALL INSTALL WATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER EXACT LOCATION OF EACH INDMDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. WATER ONES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. 4. CONTRACTOR SHALL ENSURE THAT EXISTING 16" WATER LINE SERVING CITGO WEST PLANT REMAINS IN SERVICE AT ALL TIMES. 10.0' EXIST 24" WATER UNE PLAN 'o c1 VERTICAL SECTION A -A NOTE 11 EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) RCP Y STA. 3+23 (11.8' LT) CONNECT TO EXIST 24" DI PIPE TO PROP 24" DI PIPE EXIST. 8" x 268' CIP WATER UNE TO BE REMOVED - (SEE NOTES) STA. 2+41 (36' RT) CONNECT TO EXIST 8" ACP PROP 8" PVC WATER VAULT FOR 24" PIPE & VALVE DEMO PLAN EXIST AT& J -BOX BE RELOCATED BY OTHERS sW s 8 8 -79 - 0 ROW REMOVE WATERLINE AND VALVE INSIDE EXISTING CONCRETE VALVE VAULT. REMOVE UPPER 3 FEET OF CONCRETE VALVE VAULT. FILL LOWER ONE FOOT OF VALVE VAULT WITH FLOWABLE FILL BACKFILL REMAINDER OF VALVE VAULT WITH SELECT MATERIAL USING 10" MAXIMUM UNCOMPACTED (LOOSE) LIFTS AND COMPACT EACH LIFT TO NOT LESS THAN 95% STANDARD PROCTOR DENSITY (ASTM D698) IN ACCORDANCE WITH SPECIFICATION SECTION 022080. MAINTAIN MOISTURE CONTENT BETWEEN ZERO AND +3% OF OPTIMUM. 14.0 PROP. 1-8" GATE VALVE STA. 2+47 (34.3' RT) X X STA. 2+45 (34.3' RT) 1-F.H. ASSEMBLY (TYPE 2) PROP. 1-8" 45' BEND, STA. 2+43 (34.3' RT) PROP. 1-8" 45' BEND STA. 2+41 (35.7' RT) WATER PLAN AND PROFILE BEGIN TO STA 5+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 0 20' 40' STA. 3+48.7 (33.3' RT) PROP 12" x 50' STEEL CASING PROP. 8" x 255 PVC WATERLINE 14.0 CONSULTANT'S JOB NO. 130580 VI' ZJ . J In W. g'. contractors 3.0 2.0 10.0 8.0 6.0 4.0 2.0 0.0 EXIST. CL EXIST. 2" GAS (RT) - CLO LT �'cOPCLD RT CC CO DUIT 2" (LT) AT&T STA. 2+45 (34.3' RT) 1-F.H. ASSEMBLY (TYPE 2) PROP.1-8" GATE VALVE STA. 2+47 (34.3' RT) EXIST. 8" x 268' ACP WATER LINE TO BE REMOVED (RT) (SEE NOTES) GLP CL' STA. 3+48.7 (33.3' RT) PROP 12" x 50' STEEL CASING C GLP OP 6 LT - CLD R CLP CLD LT CLD LT - - CLD RT EXIST. 24" x 175' CIP WATER UNE TO BE REMOVED BEGIN POINT OF DEFLECTION STA 4+05 (RT) TOP EL=7.69 E81 PROP. 8" x 255' PVC WATER LINE (RT) - DUST 24" GATE VALVE TO REMAIN IN PLACE EXIST 24" DIP WATER UNE TO REMAIN IN PLACE EXIST. 24" DIP WATER LINE TO REMAIN IN PLACED (LT) - BEGIN POINT OF DEFLECTION STA 3+57 (LT) TOP EL=6.48 STA. 3+61.8 (36.6' LT) PROP 36" x 50' STEEL CASING PROP. 24" x 42' DIP WATER LINE ROP. 24" x 143' DIP WATER LINE (LT) PROP 36" x 50' RTFFL C SI G 13.0 12.0 10.0 8.0 6.0 4.0 2.0 0.0 0 >- 1-- a 1 -- z Z 0 W STA. N0.'S 2+00 3+00 4+00 5+00 STA. N0.'S z 0 SHEET 48 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 ELPASO 24" CITY WATER UNE VERIFIED BY HYDRO -EXCAVATION STA. 9+31 (19.5' LT) TOP OF PIPE EL= -13.74 8" H/P EL PASO VERIFIED BY HYDRO -EXCAVATION STA. 9+33 (18.4' LT) TOP OF PIPE EL=15.56 (TO BE ADJUSTED) UJ Q W H r W (f) = W Z 00 W (i) W ROW EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) (SEE NOTES) OLPASO O 2" AT&T VERIFIED BY HYDRO -EXCAVATION STA. 9+36 (16.7' LT) TOP OF PIPE EL=16.93 2" CITY GAS VERIFIED BY HYDRO -EXCAVATION STA. 8+30 (44.1' RT) TOP OF PIPE EL=16.38 EXIST. 24" x 500' CIP WATER LINE TO BE REMOVED PASO 24 410 W4 T M ROW v24W ROW O 2" AT&T VERIFIED BY HYDRO -EXCAVATION STA. 8+55 (42.1' RT) TOP OF PIPE EL=17.73 2" CITY GAS VERIFIED BY HYDRO -EXCAVATION STA. 9+56 (34.7' RT) TOP OF PIPE EL=13.62 EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) ELPASO ELP 0 24 W ROW - EXIST U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (AT&T) 24 W ELPASO PROP. 24" x 500' DIP WATER LINE ELPASO ROW Now 2' ELPASO ELPASO 24 w EXIST FENCE TO BE RELOCATED EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) NOW EXIST. 8" x 44' CIP WATER UNE TO BE REMOVED3o 6600 PROP 7+00 SOUTHERN MINERALS ROAD ELP ROW T 74 W ROWT EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) 24 W EXIST TELEPHONE PED TO BE RELOCATED BY OTHERS (AT&T) 8+00 1- RCP RCP RCP END POINT OF DEFLECTION STA 7+93 (RT TOP EL -11.69 ROW 10x 24 W 9 .0 24 W T ROW R 24 W RO 4 10 - 8 w 2_G aVI 8W aw 8 2 pow 2 G x w REMOVE EXIST. F.H. ASSEMBLY (RT) STA. 5+25 (35.8' RT) 1-F.H. ASSEMBLY (TYPE 1) PROP. 8" x 500' PVC WATER LINE OW aw BEGIN POINT OF DEFLECTION STA 8+94 (RT) TOP EL=11.69 8W 8W 8 W 8W WATER PLAN AND PROFILE STA 5+00 TO STA 10+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 0 2o' 4o' PROP. 1-8" GATE VALVE STA. 8+35 (37.3' RT) NOTES: 1. CONTRACTOR SHALL INSTALL WATER SERVICES, EXTEND OR CONNECT TO EXIS11NG WATER METER EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. 4. CONTRACTOR SHALL ENSURE THAT EXISTING 16" WATER UNE SERVING CITGO WEST PLANT REMAINS IN SERVICE AT ALL TIMES. 20.0 8.0 16.0 4.0 2.0 0.0 8.0 6.0 O O o+ W Q W U) (/) W Z W J W = U) U OLD lT RT CLP COP E8 -CL EXIST. 8" x 447 ACP WATER UNE TO BE REMOVED (RT)_ REMOVE EXIST F.H. ASSEMBLY (RT) STA. 5+25 (35.8' RT) 1-F.H. ASSEMBLY (TYPE 1) GOP -CL0 LT - CLD • RT ECELP EOP LT EXIST. rL EXIST. U/G CONDUIT TO BE - CLD LT - REMOVED AND REPLACED BY - CLO Ri -OTHERS (AT&T)(LT) EXIST. 24" x 500' CIP WATER LINE TO BE REMOVED (LT)\ (SEE NOTES) CLP E8 CLD LT FF CLPpp ESP LT EXIST. 2" GAS (RT) -CLD LT- - EOPPRT COP LT - CLD LT - CLD LT D LT CLD RT - - CLD RT Epp L CLD EXIST 2" AT&T -CONDUIT (RT) CL0 0T GLD Li EO}'PRT EOP Li CLD LT STA. 8+27 (37.3' RT) PROP. 1-8" GATE VALVE 1-F.H. ASSEMBLY (TYPE 1) STA. 8+35 (37.3' RT) END POINT OF DEFLECTION STA 7+93 (RT) TOP EL -11.69 0 L, -- CLD LT 000 LT CL0 RT CLD R -T 0.P €66 6 co - CL0 PROP. 500' PVC WATER LINE (RT) _ --- --- _ _ PROP. 24" x 500' DIP WATER LINE (LT) 0 0 + 0 0 Q I W U) W U) W - W = U) CONSULTANT'S JOB NO. 130580 q.. 0 Z:J M 20.0 18.0 16.0 14.0 12.0 10.0 8.0 6.0 contractors L ;Jfn Z N ¢°a 00 c w _ JI g = z N cc z , W c 0 LIJ O _J O 0 O CC 3- 0 Z Q 0 Z I- CI_ 0 + CC L() W Q Q a STA. NO.'S 5+00 6+00 7+00 8+00 9+00 10+00 STA. NO.'S z 0 SHEET 49 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 EXIST. FENCE TO BE RELOCATED EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) WI 4W R044 W EXIST. ROW 24 W ROW 24 W ROW WP4 W T RO T 10 -00 EXIST. UTIUTY POST MARKER TO BE RELOCATED BY OTHERS 11 IPROP. ROW 1 24 W EXIST POWER POLE TO BE RELOCATED \ BY OTHERS (AEP) ROW R x 4 24 W 24 24 W RQW 24 W T120W EXIST. 24" x 500' CIP WATER UNE TO BE REMOVED (SEE NOTES) ROW X 24 W ROW x 24 W 24 W ROW 24 W ROW T 24 W �0 24 W EXIST U/G CONDUIT TO EXIST POWER POLE REMOVED AND REPLACED BY TO BE RELOCATED OTHERS (AT&T) N BY OTHERS (AEP) ROW4 W T 24 W TROW 24 W 2 EXIST TELEPHONE PED TO BE RELOCATED BY OTHERS (AT&T) 00 PROP 12+00 SOUTHERN MINERALS ROAD 13+00 EXIST. 2" POLY. PIPE GAS UNE TO REMAIN IN PLACE (RT) 24 W OHP PROP. 1-24" 45 BEND STA. 14+81 (36.8' LT) 24 W ROW 24 W 044 EXIST POWER POLE TO BE RELOCATED BY OTHERS (AEP) 24 24 W W ROW PROP. 24" x 12 DIP WATER LINE 24 W ROW 24 PROP 1-24" 45BEND STA. 14+94 2 G 2 C 8W 8W aw PROP. 8" x 127 PVC WATER UNE STA. 11+27 (37.5' RT) 1-F.H. ASSEMBLY (TYPE 1) WATER PLAN AND PROFILE STA 10+00 TO STA 15+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 20' 40' y � PROP. 1-8" GATE VALVE STA. 14+44 (26.8" RT) PVC WATER UNE PROP. 8" x 40 STA. 14+60 (26.8' RT) 1-F.H. ASSEMBLY (TYPE 1 0 0 + Ln (n w z J U cQ Lf) w w (n w w (n NOTES: 1. CONTRACTOR SHALL INSTALL WATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER EXACT LOCATION OF EACH INDMDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. 4. CONTRACTOR SHALL ENSURE THAT EXISTING 16" WATER UNE SERVING CITGO WEST PLANT REMAI S IN SERVICE AT ALL TIMES. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m LJ 0 26.0 24.0 22.0 20.0 18.0 16.0 14.0 12.0 W w (n w w (n 0 0 0 2T (n w z CLP EtIE - GLD LT CLP CLP €8Pk� _ - CLD LT - CLD LT EXIST. 4 CLP EDP BT CLD LT EXIST U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (AT&T) (LT) STA. 11+27 (37.5' RT) 1-F.H. ASSEMBLY (TYPE 1) CLD RT —CLO RT Q - CLD RT CLD RT - CLD RT EXIST. 2" GAS (RT) 024 40? LT - EOP RT - CLD - CLD' LT LT EXIST 24" X 500' CIP WATER UNE TO BE REMOVED (LT) (SEE NOTES) -- -CLD RT - CLD RT T CLP E8� ff ESP GO _ C�D LT - - CLD LT - - CLD LT - -CLD LT - - CLD LT - D LT - CLP E04 RT EOP LT - CLD RT STA. 14+60 (26.8' RT) 1-F.H. ASSEMBLY (TYPE 1) — CLD RT PROP. 1-8" GATE VALVE STA. 14+44 (26.8" RT) CLD RT 26.0 24.0 22.0 20.0 18.0 16.0 14.0 12.0 111 111 Department of Capitol Programs STA. NO.'S 10+00 11+00 12+00 13+00 14+00 15+00 STA. NO.'S J 0 LJ- + 0 N- CL -Q < 0 z 0 0 + 0 Lij cn SHEET 50 of1 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 EXIST. POWER POLES TO BE RELOCATED BY OTHERS (AEP) sL DHE PROP 36" X 20" STEEL CASING PROP. 24" x 500' DIP WATER LINE 24 W ROW W ROW DHE END POINT OF DEFLECTION STA 17+04.8 (LT) TOP EL- 19.94 EXIST. ROW OHE 24W ROW 24W R W2 24 W 24 1 � 24 W 24 W 10x7 BOX 10x7 BOX 16.00 ¢ 10x7 -0X PROP 12" X 20' STEEL CASING 10x7 BOX 24 W HE EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) DHE EXIST. 24" x 500' CIP WATER LINE TO BE REMOVED (SEE NOTES) OHE 24 ROW 24 ROW BEGIN POINT OF DEFLECTION STA 19+05 (LT) TOP EL- 19.94 z 24 ROW 24ROW 24 W 24" CITY WATERLINE VERIFIED BY HYDRO -EXCAVATION STA. 19+45.34 (37.0' LT) TOP OF PIPE EL=20.84 DHE OHE DHE 24 W ROW 24 W 17+00 m SOUTHERN MINERALS ROAD 18+00 10x7 BOX 10x7 BOX 10x7 BOX 10x7 BOX PROP 19+00 10x7 BOX 10x7 BOX 10x7 B04 PROP 2 G 2 C 8w 10x7 Box 20H ,FALUIL° R0 anw x a 2 G 2 G 2 G WT 2 G 2 G 2 ROW ROW PROP. 8" x 227 PVC WATERLINE 8" H/P ENTERPRISE VERIFIED BY HYDRO -EXCAVATION STA. 16+14 (21.0' RT) TOP OF PIPE EL=21.50 2" CITY GAS VERIFIED BY HYDRO -EXCAVATION STA. 16+25.07 (18.7' RT) TOP OF PIPE EL=24.32 28.0 26.0 24.0 22.0 20.0 8.0 6.0 4.0 O Ln W W (n w W (n CLP 000 RT EOP LT 8" H/P ENTERPRISE VERIFIED BY HYDRO -EXCAVATION STA. 16+14 (21.0' RT) TOP OF PIPE EL=21.50 CLP EOP LT EXIST. 2" GAS (RT) CLP CLP LD LT - - CLD LT - - CLD LT - - CLD L CLD RT EXIST. 24" x 500' CIP WATER UNE TO BE REMOVED (LT) - CLD RT - (SEE NOTES) CLD LT - PROP 12" X 20' G STEEL CASING EOP RT EOP LT 2" CITY GAS VERIFIED BY HYDRO -EXCAVATION STA. 16+25.07 (18.7' RT) TOP OF PIPE EL=24.32 EXIST. 8" CMP STA 16+87 (RT) EXIST 6" CIP TOP EL= 16.66 STA 17+92 (RT) (DRAINAGE) TOP 16.76 (DRAINAGE) EXIST. 8" CMP STA 16+84 (RT) TOP EL= 16.45 (DRAINAGE) STA. 17+27 (24.0' RT) 1-F.H. ASSEMBLY (TYPE 1) END POINT OF DEFLECTION STA 17+94 (RT) TOP EL- 20.69 PROP. 8" x 273' PVC WATERLINE EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) WATER PLAN AND PROFILE STA 15+00 TO STA 20+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 20 40' Bw NOTES: 1. CONTRACTOR SHALL INSTALL WATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER EXACT LOCATION OF EACH INDMDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER UNE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. WATER ONES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. 4. CONTRACTOR SHALL ENSURE THAT EXISTING 16" WATER LINE SERVING CITGO WEST PLANT REMAINS IN SERVICE AT ALL TIMES. CONSULTANT'S JOB NO. 130580 :y... 1io Z;� ^^M '� J V) W: `` ✓'.. �. C 8... CLP EOP RT EOP LT EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) (RT) CLP CLP CLP CLP EOP RT EOP T EOP RT EOP RT EOP LT EOP L EOP LT EOP LT CLP - CLD LT - - CLD LT - - CLD LT - - CLD LT - - CLD LT - - C D LT - - CLLT - - CLD LT - - CLD LT - - CLD LT - - CLD LT - - CLD RT - - - . TAN PROP 36" X 20' STEEL CASING -CID RT TEND POINT OF DEFLECTION STA 17+04.8 (LT) TOP EL- 19.94 D CLD RT - TSTA 17+27 (24.0' RT) 1-F.H. ASSEMBLY (TYPE 1) TEND POINT OF DEFLECTION STA 17+94 (RT) TOP EL- 20.69 CLD RT CLP EOP BT - CLD LT - - CLD LT - -CLD LT -CLD LT - (BEGIN POINT OF DEFLECTION STA 19+05 (LT) TOP EL- 19.94 24" CITY WATERLINE VERIFIED BY HYDRO -EXCAVATION STA. 19+45.34 (37.0' LT) TOP OF PIPE EL=20.84 - C D RT - - CLD RT - -PROP-.-8" x 50OT PVC WATER LINE (RT) EXIST. 8" CMP STA 16+84 (RT, TOP EL= 16.45 (DRAINAGE) EXIST. 8" CMP STA 16+87 (RT) TOP EL= 16.66 (DRAINAGE) EXIST 6" CIP STA 17+92 (RT) TOP 16.76 (DRAINAGE) PROP. 24' x 500' DIP WATER LINE (LT) O O + NJ C U) auJ ~ LiJ (n = Li] zw J LJJ _ (n U 28.0 26.0 24.0 22.0 20.0 18.0 16.0 14 0 contractors W J_ LL_ O ON IY O I - z QO Z I- go CIO Ct LLJ .- 1- - Q • Q cn STA. N0.'S 15+00 16+00 17+00 18+00 19+00 20+00 STA. N0.'S SHEET 51 of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 PROP. 24" x 26 IP WATERLINE I4W -00 PROP 1-24"X8" TEE, STA. 20+26 (22.1' LT) PROP. 1— 24" 45' BEND STA. 20+28 (22.1' LT) 0 PROP. 24"0 x 9' DIP WATERLINE 0 © IPROP. 8" x 49' PVC WATERLINE PROP. 1— 24" 45BEND STA. 20+35 (15.9' LT) 24 W PROP. 2-8" 45' BEND STA. 20+26 (26.5' RT) EXIST 24" DIP TO REMAIN IN PLACE 24 W 21+00 24 W 10x7 BOX 10x7 BOX 10x7 BOX 10x7 BOX 10x7 BOX 2 G 10x7 BOX — 2 G Oy( PROP. F.H. ASSEMBLY (TYPE 1 STA. 20+23 (26.5' RT) 2 G 80 0 0 0 2 G ATG 2 G TT a r T EXIST. 24" x 35' CIP WATER LINE TO BE REMOVED (SEE NOTES) PROP 24" GATE VALVE W/BOX AND COVER STA 20+24 (22.1' LT) PROP 8" GATE VALVE STA 20+26 (20.0' LT) 0 STA. 20+38 (16' LT) CONNECT TO EXIST 24" DIP TO PROP 74" PVC WATER PLAN AND PROFILE STA 20+00 TO END SCALE: HORIZ: 1 "=40' VERT: 1 "=4' o zv ao• j 30.0 28.0 26.0 24.0 22.0 20.0 18.0 6.0 O 0 + if)O W LLJ (n W W (n v W z_ J 0 — CO LT CLD LT 0 pP '2 EXIST. 2"0 POLY GAS UNE EXIST. 2"f U/G CONDUIT CLD RT 1—F.H. ASSEMBLY (TYPE 1) STA. 20+23 (26.5' RT) PROP. 24" x 26' DIP WATER UNE PROP 24" GATE VALVE W/BOX AND COVER STA 20+24 (22.1' LT) CLD RT — — CLD RT CLD RT — — CLD RT — — CLD RT — CLD RT CLD RT— CL STA. NO.'S 20+00 21+00 22+00 23+Op • • • • • x • ® x s , • • •= ROW R0� �������• EXIST 16" WATER UNE oma__ SOUTHERN MINERALS ROAD ,CCESS ROAD ni EXIST 24" DIP WATER UNE 6 24 1(p PROP 24" TEMP. UNE STOP STA 26+43 (56' LT) 20.0' EXIST 24" DIP WATER UNE NOTES: NOTES: 1. CONTRACTOR SHALL INSTALL WATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER EXACT LOCATION OF EACH INDMDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER UNE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. WATER ONES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. 4. CONTRACTOR SHALL ENSURE THAT EXISTING 16" WATER UNE SERVING CITGO WEST PLANT REMAINS IN SERVICE AT ALL TIMES. 5. REFER TO WATER BASE MAP SHEET NO. 12 FOR EXISTING WATER VALVES. CONSULTANT'S JOB NO. 130580 , „4z: 4.i•j/ \ 0 ,1_,^^M contractors ci W a cc oz ~_ ccw W CI CLJi C 0 0 Z0 Q0 2 w Z z+ go C. E m 0_ N lal Q. 0 Q c a z O I SHEET 52 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 SOUTHERN MINERALS ROAD EXIST EOP EXIST CE OF DITCH 1// PROP FIRE HYDRANT ASSEMBLY TYPE 2 PROP 8" PVC WATER UNE 8 W a W a PROP 8" GATE VALVE 2 -WITH BOX AND COVER x EXIST 2" GAS UNE TO REMAIN IN PLACE EXIST 8" ACP WATER LINE TO BE REMOVED EXIST 2" GAS UNE TO REMNN IN PLACE EXIST FIRE HYDRANT TO BE REMOVED AND SALVAGED SOUTHERN MINERALS ROAD PROP FIRE HYDRANT ASSEMBLY (TYPE 2) SOUTHERN MINERALS ROAD EXIST EOP /EXIST rL OF DITCH PROP 8" PVC WATER UNE 8 W 2 G EXIST 8" ACP WATER UNE TO BE REMOVED EXIST FENCE 8 W -4° A W 8 V �\ PROP 8" GATE VALVE WITH BOX AND COVER a W 8 W PROP FIRE HYDRWANT ASSEMBLY TYPE 1 2 G 2 G 2 G ROW SOUTHERN MINERALS ROAD PROP FIRE HYDRANT ASSEMBLY (TYPE 1) FIRE HYDRANT ASSEMBLY DETAILS SCALE: NTS EXIST HIGH PRESSURE GAS PIPE UNE NEW WATER LINE WATERLINE NOTE: THIS ACTIVITY SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROPOSED WATER IMPROVEMENTS. 02 TYPICAL PIPE CROSSING DETAIL SCALE: N.T.S. GENERAL NOTES FOR TRENCH BACKFILL TABLE 1 TABLE 2 BEDDING AND INITIAL BACKFILL FINAL BACKFILL (BELOW PIPE TO 12" ABOVE PIPE) (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF GRANULAR MATERIAL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL, OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. SEWER LINES: 1. EXCAVATIONS <20FT. DEEP AND ABOVE WATER TABLE, USE MATERIAL MEETING THE FOLLOWING CRITERIA. MEETING REQUIREMENTS OF ASTM D2487 FOR: SP GP SW GW SP—SM GP—GM SW—SM GW—GM AND IN ADDITION: PASSING 1/2" SIEVE — 100% PASSING /4 SIEVE — 30% MINIMUM PLASTICITY INDEX (PI) — NP TO 10 MAX. 2. IN DEEP EXCAVATIONS (>202 OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF: A CONCRETE COARSE AGGREGATE,' TxDOT ITEM 421; GRADE 2 3, OR 4. WATER LINES: A FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVAT— ION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GR— EATER THAN 2" IN DIAMETER;; LOOSE LIFTS TO BE PLACED 10" max. COMPACT MATERIAL TO 95Z STD. PROCTOR (D698). MOISTURE TO BE ADJUSTED TO ± 3% OF OPTIMUM. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO FIX CONFLICT TO EXISTING ADJACENT TOP— SOIL .(CONSTRUCTION TO BE PERFORMED BY "DOUBLE DITCH" METHOD—TOP SOIL SALVAGED TO BE PLACED ON TOP) A. FOR 12" ABOVE PIPE TO 3' BELOW BOTTOM OF ROAD BASE: BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL AND SHALL MEET THE FOLLOWING: I-1-<35 PI 8-20 NO CLUMPS > 2" DIA. MOISTURE —1 TO + 3% COMPACT 95Z STD PROCTOR (ASTM 0698) LOOSE LIFTS OF 10" MAX OR IF SELECT MATERIAL FROM EXCAVATION DOES NOT MEET REQUIREMENTS, THEN USE CEMENT STABILIZED SAND (SEE TABLE 2— ITEM B BELOW) B. FOR 3' BELOW BOTTOM OF ROAD BASE TO BOTTOM OF ROAD BASE: BACKFILL SHALL BE CEMENT STABILIZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SAND GRADATION: % PASSING 1/2" 100% /4 55-100 /10 40-100 140 25-100 1200 10-20 PI NP -10 CEMENT = 6-7% BY WEIGHT; MINIMUM 100 PSI 0 48 HOURS. COMPACT TO 95% OF D698. MOISTURE TO TO BE ADJUSTED 70 (+/-2%) OF OPTIMUM. 3. FOR WATER PIPE EMBEDMENT, USE THE FOLLOWING: SP OR SW, (SAND WITH UP TO 12% ALLOWABLE PASSING 1200 SIEVE). AND IN ADDITION: PASSING /8 SIEVE — 100% PASSING /16 SIEVE — 70Z FOR ALL UTILITIES: 1. FOR PIPE DIAMETER EQUAL TO OR SMALLER THAN 16, USE 4" MINI— MUM BEDDING UNDER PIPE. 2. FOR PIPE DIAMETER GREATER THAN 16" USE 6" MINIMUM BEDDING UNDER PIPE. EXIST HIGH PRESSURE GAS PIPE LINE NEW WATERLINE CU NOTE: THIS ACTIVITY SHALL NOT BE PND FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROPOSED WATER IMPROVEMENTS. TYPICAL PIPE CROSSING DETAIL SCALE: N.T.S. CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION O ; C O U a cc Cl WZ F G z ,cc cc La- w 0. Wa O co MISCELLANEOUS DETAILS UTILITIES REVISION NO SHEET 53 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 WATER DISTRIBUTION SYSTEM GENERAL NOTES 1. PROPOSED WATER DISTRUBUTION SYSTEM SHALL BE INSTALLED IN ACCORDANCE WITH CITY OF CORPUS CHRISTI WATER DIVISION DISTRIBUTION SYSTEM STANDARDS. 2. THE CITY RESERVES THE RIGHT TO ACCEPT THE SYSTEM FOR OPERATION AT ANY TIME, BUT THE DATE OF OFFICIAL ACCEPTANCE OF THE SYSTEM WILL BE UPON COMPLETION OF THE PROJECT AND SATISFACTORY TEST RESULTS. 3. THE EXISTING SYSTEM SHALL REMAIN IN SERVICE UNTIL THE PROPOSED SYSTEM IS PUT INTO SERVICE. THE CONTRACTOR SHALL PROTECT THE EXISTING SYSTEM UNTIL IT IS TAKEN OUT OF SERVICE. 4. THE CONTRACTOR SHALL FURNISH ALL MATERIAL, LABOR AND EQUIPMENT REQUIRED TO INSTALL THE PROPOSED SYSTEM. 5. TESTING OF LINES (STERILIZATION AND PRESSURED) SHALL BE DONE BY THE CONTRACTOR UNDER THE SUPERVISION OF THE WATER DIVISION. WATER FOR FILLING THE NEW WATER LINE AND PERFORMING TESTS WILL BE FURNISHED TO THE CONTRACTOR BY THE CITY OF CORPUS CHRISTI THROUGH A STANDARD WATER CONSTRUCTION METER CONNECTION. STANDARD WATER CONSTRUCTION METER AND GAUGE WILL BE SUPPLIED BY THE CITY AFTER THE CONTRACTOR HAS PAID ALL APPLICABLE FEES FOR THE WATER CONSTRUCTION METER. ALL WATER DISCHARGE MUST BE DECHLORINATED IN ACCORDANCE WITH TNRCC & NPDES REGULATIONS. 6. THE CONTRACTOR SHALL RECOVER AND STOCK -PILE AT A LOCA770N DESIGNATED BY THE WATER DIVISION INSPECTOR, ALL FIRE HYDRANTS, VALVES, AND FITTINGS THAT ARE TAKEN OUT OF SERVICE . THESE MATERIALS MAY BE SALVAGED BY THE CITY . HOWEVER, ALL ITEMS NOT CLAIMED BY THE CITY PRIOR TO THE FINAL INSPECTION SHALL BE DISPOSED OF BY THE CONTRACTOR. 7. THE CONTRACTOR SHALL BEAR ALL COST ASSOCIATED WITH WATERLINE REPAIRS (WHICH RESULT FROM DAMAGE CAUSED BY THE CONTRACTOR) UPON COMPLETION OF PROJECTS. ALL WATER LINES SHALL BE FREE OF ALL PATCHES AND SPLICES. 8. ALL PHYSICAL TIES OF THE PROPOSED SYSTEM INTO THE EXISTING WATERLINE SHALL BE RECONNECTED AND BE MADE UNDER SUPERVISION OF THE WATER DIVISION INSPECTOR. THE CONTRACTOR SHALL FURNISH ALL MATERIALS AND ALL EQUIPMENT THAT IS REQUIRED TO MAKE 77E -INS. CITY WATER DMSION CREWS WILL MAKE TAPS ON CITY MAINS ARRANGED THROUGH WATER DIVISION INSPECTOR (72 HOUR NOTIFICATION). 9. ALL EXISTING SERVICE CONNECTIONS TIED ONTO THE EXISTING WATERLINE SHALL BE RECONNECTED BY THE CONTRACTOR, INCLUDING RELOCATING EXISTING WATER METERS. IT SHALL BE THE CONTRACTOR'S SOLE RESPONSIBILITY TO NOTIFY AND COORDINATE WITH THE WATER DIVISION INSPECTOR SAID RECONNECTIONS / RELOCATIONS IN ADVANCE OF CONSTRUCTION TO AVOID DELAYS. (NO SEPARATE COSTS) 10. MINOR LENGTH OF DUCTILE IRON PIPE ADJACENT TO FITTINGS MAY BE REQUIRED AS DIRECTED BY THE WATER DIVISION INSPECTOR BASED ON CONDITIONS ENCOUNTERED IN THE FIELD. THE CONTRACTOR SHALL USE D.I.P. AS DIRECTED AND SHALL BE PAID AT THE UNIT PRICE BID FOR THE APPROPRIATE SIZE WATERLINE. A MINOR LENGTH IS DEFINED AS A SINGLE LOCATION REQUIRING THE USE OF TWO JOINTS OR LESS. 11. MINOR ADJUSTMENTS IN THE LOCATIONS OF FITTINGS, VALVES, FIRE HYDRANTS, ETC. CAN BE ANTICIPATED. THE CONTRACTOR SHALL MAKE SAID MINOR ADJUSTMENTS AS DIRECTED BY THE ENGINEER AND/OR WATER DIVISION INSPECTOR AT NO INCREASE OF CONTRACT PRICE. WATER DIVISION WILL BE NOTIFIED PRIOR TO ALL CHANGES. 12. ALL NIPPLES BETWEEN FITTINGS AND VALVES ALONG MAINS SHALL BE DUCTILE IRON. 13. ALL DUCTILE IRON PIPES, VALVES, AND f7T77NGS SHALL BE WRAPPED WITH (2) THICKNESSES OF 8 MIL. POLYETHYLENE AND SHALL BE RESTRAINED WITH "MEGALUG , MECHANICAL JOINT RESTRAINT OR ENGINEER APPROVED EQUAL AT ALL FITTINGS. CONCRETE THRUST BLOCKS SHALL BE PLACED BEHIND ALL FITTINGS EXCEPT WHERE LOCKING OR SWIVEL FITTINGS ARE UTILIZED, UNLESS OTHERWISE SPECIFIED BY THE WATER DIVISION ENGINEER. 14. ALL OFFSETS ARE TO BE DUCTILE IRON PIPE ASSEMBLIES LOCKED TOGETHER BY RETAINER GLANDS. DUC7TLE IRON BENDS SHALL BE UTILIZED FOR ANY CHANGES IN ALIGNMENT OR GRADE. 15. IF A WATER LINE /S TO BE ABANDONED, THE CONTRACTOR WILL FILL WITH CONTROLLED LOW STRENGTH MATERIAL DARAF7LL" BRAND OR ENGINEER APPROVED EQUAL, VALVES WILL BE REMOVED OR FILLED AS REQUIRED BY WATER DIVISION INSPECTOR. 16. CONTRACTOR SHALL COORDINATE WITH WATER DIVISION INSPECTOR AND NOTIFY ALL AFFECTED CUSTOMERS 24 HOURS PRIOR TO KILLOUT OF EXISTING WATER SYSTEM. 17. WATER DISTRIBUTION SYSTEM STANDARDS CALL FOR MAXIMUM 48" COVER ON WATERLINES. WHEN DEPTHS EXCEED 48" COVER TO AVOID OBSTRUCTION, THE USES OF BENDS COULD BE REQUIRED. 18. CONTRACTOR SHALL KEEP ALL EXISTING VALVES ACCESSIBLE DURING ALL PHASES OF CONSTRUCTION. 19. ALL NEW WATER MAINS SHALL BE INSTALLED SO THAT PIPE /DEN77FICATION MARKINGS ARE LOCATED ON THE TOP OF THE PIPE. 20. ALL SERVICE LINES UNDER PAVEMENT SHALL BE ONE INCH, INSIDE DIAMETER, MINIMUM. SPEC/AL NOTE.- ENGINEER OTE ENGINEER SHALL CONTACT THE UTILITY DEPARTMENT FOR WATER VAULT DESIGN COORDINATION. SEPARATION OFWYATERAND WASTEWATER L/NES 36" 1. THE SEPARATION OF WATER AND WASTEWATER LINES AND THE MATERIAL USED SHALL BE IN ACCORDANCE WITH THE "RULES & REGULATIONS FOR PUBLIC WATER SYSTEMS" OF TEXAS NATURAL RESOURCE CONSERVATION COMMISSION AND THE CITY WATER DETAILS . 2. WHENEVER WATER & WASTEWATER LINES CROSS, ONE JOINT OF C900 PVC WATER LINE SHALL BE CENTERED OVER THE WASTEWATER LINE IN ADDITION TO ANY REQUIREMENTS AS DICTATED BY ITEM 1 ABOVE . NOTES: CONTRACTOR MAY BE REQUIRED BY THE WATER DIVISION INSPECTOR TO INSTALL CENTERED JOINTS OF DUCTILE IRON PIPE AT WATERLINE CROSSINGS OF EXISTING HAZARDOUS PRODUCT FLOWLINES. PAVED SURFACE BASE MATERIAL SUBGRADE SEE NOTES BELOW IYATERL/NEIN/N//NU/NCOVER REQU/RE/NENTS NOT TO SCALE NOTES: 1. ALL MAINS IN THE STREET SHALL HAVE A MINIMUM OF 36" OF COVER AND BE 12" MINIMUM BELOW SUBGRADE AT ALL POINTS AND HAVE VALVE CLEARANCES IN ACCORDANCE WITH THE VALVE DETAIL. 2. ALL TRANSMISSION MAINS (12" DIAMETER & ABOVE) IN THE STREET SHALL HAVE 48" OF COVER AT ALL POINTS. 3. ALL MAINS NOT UNDER THE STREET SHALL HAVE A MINIMUM OF 36" OF COVER AT ALL POINTS. UNPAVED AREAS 10.411E0 AREAS SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95X STD. PROCTOR DENSITY (ASTM D698) SEE TABLE 2 - ITEM A SEE NOTES BELOW TOP OF WATERLINE TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXIST. (4" MIN. DEPTH) ASPHALT OR CONCRETE PAVEMENT SECTION ► \i\ Vii\ \i\�/ ♦.•.�.• •t' •••• : • • 3'-O" MIN PTH VARIES (SEE PLANS) ........ (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF THE FOLLOWING OR REFER TO DESIGN ENGINEER REQUIREMENTS: GRANULAR BACKFILL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL, OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. WATER UNES: 1. EXCAVA77ONS <20FT. DEEP AND ABOVE WATER TABLE USE A. FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVATION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GREATER THAN 2" IN DIAMETER; LOOSE LIF7S TO BE PLACED 10" MAX COMPACT MATERIAL TO 953 57D. PROCTOR (0698). MOISTURE TO BE ADJUSTED TO ± 3X OF OPTIMUM. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO FIX CONFLICT TO EXISTING ADJACENT TOPSOIL. (CONSTRUCTION TO BE PERFORMED BY "DOUBLE DITCH" METHOD TOP SOIL SALVAGED TO BE PLACED ON TOP) A. FOR 12" ABOVE PIPE TO 3' BELOW BOTTOM OF ROAD BASE: BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL IN EITHER CASE, ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 PI 8-20 NO CLUMPS > 2" DLA. MOISTURE 0 TO 3X COMPACT 95R 069988 SID PROCTOR LOOSE LIFTS OF 10" MAX OR IF SELECT MATERIAL FROM EXCAVATION DOES NOT MEET REQUIREMENTS, THEN USE CEMENT STABILIZED SAND SEE TABLE 2-17EM B BELOW (OR PER DESIGN ENGINEER) 3 FOR 3' BELOW BOTTOM OF ROAD BASE TO 807TOM OF ROAD BASE:: BACKFILL SHALL BE CEMENT STABILIZED SAND (2 SK/C.Y.) AND SHALL MEET THE FOLLOWING REQUIREMENTS: SAND GRADATION. WATERLINE CEMENT -STABILIZED SAND (2 SACKS CEMENT/C.Y. OF SAND) COMPACTED TO 95X STD. PROCTOR DENSm (ASTM 0698) SEE TABLE 2 - /TEM B MAGNETIC WARNING TAPE 12" ABOVE PIPE SAND ENCASE X=8" MIN. FOR PIPES <16" DIA. X=12" MIN. FOR PIPES 216" 014. TYP. P/PE TRENCH/NG, BEDD/NG AND BAC/(F/LL FOR WATERL/NE NOT TO SCALE GENERAL NOTES FOR BACKFILL NOTE: (CONCRETE PAVEMENT ONLY) CONTRACTOR HAS OPTION TO USE CEMENT STABILIZED SAND OR BACKFILL WITH SELECT BACKFILL MATERIAL TABLE 1 FINAL TABLE 2 BEDDING AND INITIAL BACKFILL BACKFILL (BELOW PIPE TO 12" ABOVE PIPE) (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF THE FOLLOWING OR REFER TO DESIGN ENGINEER REQUIREMENTS: GRANULAR BACKFILL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL, OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. WATER UNES: 1. EXCAVA77ONS <20FT. DEEP AND ABOVE WATER TABLE USE A. FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVATION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GREATER THAN 2" IN DIAMETER; LOOSE LIF7S TO BE PLACED 10" MAX COMPACT MATERIAL TO 953 57D. PROCTOR (0698). MOISTURE TO BE ADJUSTED TO ± 3X OF OPTIMUM. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO FIX CONFLICT TO EXISTING ADJACENT TOPSOIL. (CONSTRUCTION TO BE PERFORMED BY "DOUBLE DITCH" METHOD TOP SOIL SALVAGED TO BE PLACED ON TOP) A. FOR 12" ABOVE PIPE TO 3' BELOW BOTTOM OF ROAD BASE: BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL IN EITHER CASE, ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 PI 8-20 NO CLUMPS > 2" DLA. MOISTURE 0 TO 3X COMPACT 95R 069988 SID PROCTOR LOOSE LIFTS OF 10" MAX OR IF SELECT MATERIAL FROM EXCAVATION DOES NOT MEET REQUIREMENTS, THEN USE CEMENT STABILIZED SAND SEE TABLE 2-17EM B BELOW (OR PER DESIGN ENGINEER) 3 FOR 3' BELOW BOTTOM OF ROAD BASE TO 807TOM OF ROAD BASE:: BACKFILL SHALL BE CEMENT STABILIZED SAND (2 SK/C.Y.) AND SHALL MEET THE FOLLOWING REQUIREMENTS: SAND GRADATION. MATERIAL MEETING THE FOLLOWING CRITERIA. MEETING REQUIREMENTS OF ASTM 02487 FOR: SP GP SW GW SP-SMW GP -GM SW -SM GW -GM AND IN ADDITION: PASSING 1/2" SIEVE - 1003 PASSING /4 SIEVE - 303 MINIMUM PLASTICITY INDEX (P1) - NP TO 10 MAX. 2. IN DEEP EXCAVATIONS (>202 OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF: A. CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2, 3, OR 4. X PASSING /4 55-100 /10 40-100 /40 25-100 /200 10-20 PI NP -10 (OR AS PER DESIGN ENGINEER) COMPACT TO 953 OF 0698. MOISTURE TO BE ADJUSTED TO (+/-23) OF OPTIMUM. DESCRIPTIO CONSULTANT'S JOB NO. 130580 m LJ 0 REVISION NO. DESCRIPTION m J L. Li 0 Om w NJ z� a c=iLJ wo O_ w Z o_ caw o0 Mo o LJ w LLQ NM O Q N w Z z U Q Q (n m Q LJJ Q w REVISION NO SHEET 54 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 SIDEWALK BURY LINE SHALL MATCH N.C.+1 PUMPER CONNECTION FIRE HYDRANTS: TO FACE CURB CURB & CUTTER WRAP BARREL AND ALL DUCTILE IRON FITTINGS AND NIPPLES IN DOUBLE THICKNESS OF 8 MIL. POLYETHYLENE YE/ TOP OF VALVE BOX SHALL BE SET TO PROPOSED FINISHED GROUND GRADE DO NOT BLOCK BARREL DRAIN HOLES VALVE BOX 6" MIN. 4" MIN. RETAINER GLANDS BRICK OR CONCRETE SUPPORT SHALL BE AT THE BOTTOM OF THE HYDRANT. DRAINAGE BED PLACE 2' x 2' x 6" CONCRETE BLOCK. * NOTE: 1. ANYTHING LESS THAT 20' WILL BE DUCTILE IRON LOCKED TO THE VALVE. 2. ANYTHING MORE THAN 20' SHALL REQUIRE CONCRETE THRUST BLOCK BEHIND HYDRANT AGAINST UNDISTURBED SOIL. WRAP BARREL AND ALL DUCTILE IRON FITTINGS AND NIPPLES IN DOUBLE THICKNESS OF 8 MIL. POLYETHYLENE FIRE HYDRANT ASSEMBLY DETA/L (TYPE 1) NOT TO SCALE PUMPER CONNECTION /— TO FACE CURB DRAINS HOLES TOP OF VALVE BOX SHALL BE SET TO PROPOSED FINISHED GROUND GRADE rMIN. VALVE BOX 8"x8x6" al. TEE (M.J.) OR 6" AS REQUIRED 6" MIN.�.�y.—, 4" MIN. BRICK OR CONCRETE SUPPORT SHALL BE AT THE BOTTOM OF THE HYDRANT WATER LINE 6"x18" al. SOLID SWIVEL NIPPLE 6"-90' D.I BEND WATER MAIN (SW x SW) (BEHIND HYDRANT) PLACE 2' x 2' x 6" CONCRETE BLOCK. 6" GATE VALVE (M.J.) 6"x18" al. SOLID DRAINAGE BED ' SWIVEL NIPPLE * NOTE: 1. ANYTHING LESS THAT 20' WILL BE DUCTYLE IRON LOCKED TO THE VALVE. 2. ANYTHING MORE THAN 20' SHALL REQUIRE CONCRETE THRUST BLOCK BEHIND HYDRANT AGAINST UNDISTURBED SOIL. FIRE HYDRANT ASSEMBLY DETA/L (TYPE 2) WATER LINE BEHIND CURB NOT TO SCALE 1. DRAINAGE BED SHALL CONSIST OF CRUSHED STONE OR COARSE GRAVEL W/ COARSE SAND, MIN. VOLUME 7 CU. FT., DRAIN BED SHALL EXTEND A MIN. 6" ABOVE DRAIN OUTLET. 2. ALL FIRE HYDRANT FITTINGS SHALL BE LOCKED TOGETHER BY LOCK/NG RETAINER GLANDS. 3. FIRE HYDRANT TO BE BLOCKED AGAINST FIRM SOIL AS SHOWN. 4. ALL HYDRANTS SHALL BE INSTALLED PLUMB 5. LARGE NOZZLE FACES ROAD, UNLESS OTHERWISE NOTED. ROTATE BARREL AS REQUIRED. 6. HYDRANT SHOULD NOT BE SET CLOSER THAN 4' TO OBSTRUCTIONS THAT ARE IN UNE WITH NOZZLE. 7. FIRE HYDRANT SHALL BE SET TO MANUFACTURER'S BURY LINE AT PROPOSED/EXISTING GRADE PLUS 1" 8. NO TAPS ARE TO BE MADE ON FIRE HYDRANT LEAD. PAVED STREET SURFACE RISER SHALL BE DUCTILE OR CAST IRON OR PVC AS PROVIDED BY MANUFACTURER MIN. .3000 PSI CONCRETE COLLAR HOT MIX PLACE 2' x 2' x 6" CONCRETE BLOCK. VAL VEBOXDETA/L C7a PAVEMENT STREET SIDE NOT TO SCALE BOTTOM OF SUBGRADE FINISHED GRADE 0 8 1/2" 20" MIN. CEMENT / SAND BACKFILL 1 1/2 SACK / C.Y. 8" PVC PLACE 2' x 2' x 6" CONCRETE BLOCK. EXTENS/ONDETA/L <0/60 / 3000 PSI CONC. COLLAR NOT TO SCALE FOR 6" DIA. - 19" FOR 8" DIA.- 23 1/8" FOR 10"DEA. - 27 3/8" FOR 12' DIA.- 30 3/8" VAL L/EBOXDETA/L C7a NATURAL GROUND NOT TO SCALE ALL VALVES SHALL BE HOUSED IN APPROVED VALVE BOXES 6718" 0.1. SOLID SWIVEL NIPPLE 6" GATE VALVE 6" 90' al. BEND (SW x SW) ro D.l. M.J. TEE W/ 6" BRANCH PUMPER NOZZLE PERPENDICULAR TO CURB WATER TER MAIN PROPERTY LINE FIRE HYDRANT ASSEMBLY DETA/L (TYPE 1) NOT TO SCALE P/C/rNOTCH NOT TO SCALE 7 1/8" TO BE CITY OF CORPUS CHRISTI PATTERN L/D DETA/L NOT TO SCALE PICK NOTCH 1/4" R (TYP.) 1/16" CONSULTANT'S JOB NO. 130580 DESCRIPTION a DESCRIPTION VIII ' IIS M I I WZ N ct Z W CC _0 H LL 0 REVISION N0. SHEET 55 of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 STEEL SPACER BODY WELDED STEEL OR CAST POLYETHYLENE RUNNER SUPPORT Y POLYMER PLASTIC RUNNERS 1 - 1/2" HIGH x 1" WIDE (TYP.) PIPE/NSUL.4T/ONDETAIL NOT TO SCALE Y 3 INSULATORS PER JOINT RECOMMENDED 12' MAX. DISTANCE BETWEEN SPACERS CARRIER PIPE CASING SPACER SHOULD BE SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF JOINT INSULATOR SPACING DETAIL 2" SEOCE SPDDEE /� NOT TO SCALE 9 1ST SPACER LVE Cr(?.)GPTE VP TYPCr(? P 2 2 COPPER' TER MpW 5 Rp55 GP OP 0W.)y!P / 2 . CORPORATION Cr(P•) " COPPER' CASING SPACERS A. ALL CARRIER PIPE IN CAS/NG INSTALLED BY JACKING OR BORING SHALL BE SUPPORTED BY BOLTON STYLE CASING SPACERS, AS MANUFACTURED BY ADVANCE PRODUCTS INC. OR ENGINEER APPROVED EQUAL. B. CASING SPACERS FOR PIPE INSTALLED IN CASING SHALL HAVE A FUSION BONDED EPDXY CARBON STEEL BODY, NEOPRENE OR PVC LINER. STEEL SUPPORTS AND U.H.M.W. POLYETHYLENE RUNNERS. C. CASING SPACERS SHALL BE SIZED TO SECURELY FASTEN ON TO THE CARRIER PIPE BARRIER O.D. AND SHALL BE FURNISHED WITH A MINIMUM RUNNER HEIGHT TO PREVENT THE PIPE FROM RESTING OR SLIDING ON ITS JOINTS DURING THE INSTALLATION. 1. POSITIONING OF SPACERS SHOULD ENSURE THAT THE CARRIER PIPE IS ADEQUATELY SUPPORTED THROUGHOUT ITS LENGTH. 2. SPACERS AT EACH END SHALL NOT BE FURTHER THAN 6" FROM THE END OF CASING REGARDLESS OF SIZE OF CASING AND CARRIER PIPE OR TYPE OF SPACER USED. D. FOR PIPE WITH MECHANICAL JOINTS, FLANGES OR BELL AND SPIGOT JOINTS, CASING SPACERS SHALL BE INSTALLED WITHIN ONE FOOT ON EACH SIDE OF THE BELL OR FLANGE AND ONE IN THE CENTER OF THE JOINT WHEN 18 TO 20 FOOT LONG JOINTS ARE USED. MAXIMUM SPACING FOR SPACERS IS 12 FEET. COPPER, R AN p/ n- log 9N_ 2' BRASS TUBING NOTE: MANIFOLDS LARGER THAN SIX CONNECTIONS WILL REQUIRE APPROVAL FROM THE CITY OF CORPUS CHRISTI WATER DEPARTMENT FOR ANOTHER WATER TAP AND SERVICE. THREE TO S/XWATER CONNECT/ONS CONTRACTOR TO INSTALL TEST AT 150 PSI FOR 2 HOURS NOT TO SCALE LOCATION OF THE 10' + GAP SHALL BE APPROVED BY THE WATER DIVISION TEST RISER ASSEMBLY EXISTING MAIN 1. HYDROSTATIC TEST: WATER FOR FILLING THE NEW WATER LINE AND PERFORMING TESTS WILL BE FURNISHED TO THE CONTRACTOR BY THE CITY OF CORPUS CHRISTI THROUGH A STANDARD WATER CONSTRUCTION METER CONNECTION. STANDARD WATER CONSTRUCTION METER AND GAUGE WILL BE SUPPLED BY THE CITY AFTER THE CONTRACTOR HAS PAID ALL APPLICABLE FEES FOR THE WATER CONSTRUCTION METER. THE TEST PUMP WITH APPROPRIATE CONNECTION POINTS AS APPROVED BY THE WATER SUPERINTENDENT FOR THE INSTALLATION OF METER AND GAUGE SHALL BE FURNISHED BY 7HE CONTRACTOR. THE METER SHALL BE DIRECTLY CONNECTED TO THE MAIN OR PIPE BEING TESTED BY THE USE OF COPPER TUBING OR AN APPROVED REINFORCED HOSE. THE METER SHALL BE PROTECTED AGAINST EXTREME PRESSURES BY THE USE OF A ONE (1) INCH SAFETY RELIEF VALVE SET AT THE TEST PRESSURE PLUS TEN POUNDS PER SQUARE INCH AND FURNISHED BY THE CITY (48 HOURS NOTIFICATION). _J / / \ UI B.O.C. P.C. NOTE: VALVES SHALL BE INSTALLED AT THE POINT OF CURVATURE (P.C.) OF THE CURB WHENEVER POSSIBLE. TYPICAL VAL VEINSTALLATION AT INTERSECTIONS NOT TO SCALE 2" BRASSSTREET ELBOW 2" RISER ASSEMBLY 2"x12" BRASS NIPPLE FOR SAMPLES 2" VALVE 12" MIN. 36" MAX. 2" GALV. PIPE 2. BACTERIOLOGICAL TEST: CONTRACTOR SHALL FURNISH AND INSTALL TEST RISER ASSEMBLY. AFTER BACTERIOLOGICAL SAMPLE PASSES TEST, CONTRACTOR SHALL REMOVE TEST RISER ASSEMBLIES AND TIE NEW SYSTEM TO EXISTING UNDER THE SUPERVISION OF THE WATER DMSION INSPECTOR. CONTRACTOR SHALL FURNISH ALL MATERIALS, LABOR AND EQUIPMENT THAT IS REQUIRED TO MAKE TIE / CONNECTION. CONTRACTOR WILL SCHEDULE & COORDINATE WITH WATER DMSION INSPECTOR ON DATE & TIME OF 77E -1N. (24 HOURS NOTIFICATION) 3. CONTRACTOR SHALL FURNISH AND INSTALL TAPPING SLEEVE OR SADDLE AND TAPPING GATE NOTE: VALVE AND VALVE BOX COMPLETE. CITY TO MAKE TAP (72 HOURS NOTIFICATION) DETAIL TEST RISER ASSEMBLYCONNECT/ON NOT TO SCALE AFTER BACTERIOLOGICAL SAMPLE PASSES TEST, CONTRACTOR WILL REMOVE RISER ASSEMBLY AND INSTALL 2" BRASS CAP EXISTING PIPE WITH LOCKING RING )4r REMOVE ONE JOINT OF EXISTING PIPE AND REPLACE WITH D.I. PIPE 45' BEND D.I.P. • WITH LOCKING RING * ALL FITTINGS SHALL BE RESTRAINED BY MECHANICAL JOINT RESTRAINT DEVICE "MEGALUG" AS INDICATED BY PLANS AND SPECS., OR ENGINEER APPROVED EQUAL, AND CONCRETE THRUST BLOCK, AS DESIGNATED BY WATER DMSION INSPECTOR DIP * ALL BENDS TO BE MECH. JOINT FITT/NG SEAL ENDS OF CASING WITH MANUFACTURED CASING END SEAL, SUBJECT TO ENGINEER'S APPROVAL. 2" BRASS CAP DETAIL 'B" TEST RISER ASSEMBLY NOT TO SCALE FURNISHED AND INSTALLED BY CONTRACTOR WRAP IN PLASTIC 2"x12' BRASS NIPPLE 2" BRASS STREET ELBOW M.J. CAP, RING, GASKET, AND HARDWARE \e WITH LOCKING RING 45' BEND D.LP. * WITH LOCKING RING EX/STING PIPE REMOVE ONE JOINT OF EXISTING PIPE AND REPLACE WITH D.1. PIPE WATERLINE ADJUSTMENT DETAIL NOT TO SCALE NOTE: SEE #18 UNDER GENERAL NOTES SECURE WITH APPROPRIATE SIZE ALL -THREADS RODS AT BOTH ENDS OF CASING. NOTE: CAS/NG SHALL BE STEEL. TYP/CAL CASING DETAIL NOT TO SCALE 2" BRASSSTREET ELBOW 2"x12" BRASS NIPPLE FOR SAMPLES 2" R/SER ASSEMBLY ✓ 2" COUPLING 2" TYPE "IC" COPPER NOTE: CONTRACTOR WILL REMOVE RISER ASSEMBLY AND INSTALL 2" BRASS PLUG ON 2"x1" BRASS TEE AFTER SAMPLE PASSES �IIII�IIIIII DETAIL "C" TEST RISER ASSEMBLY NOT TO SCALE FURNISHED AND INSTALLED BY CONTRACTOR 2" PLUG 2"x1" BRASS TEE FOR 1" SERVICE TOLOTS LOTS WRAP IN PLASTIC 2"x12" BRASS NIPPLE 2" BRASS 90,- ELBOW CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION L_ 0 j 0 F El W U w J > O a a 0 O a U U Q U Z O Z U Q W W ,- �Z u) O LJ < LLJ REVISION NO SHEET 56 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 ONE PIECE SDR9 POLYETHYLENE TUBING OR TYPE K COPPER, 3/4" OR 1' AS REQUIRED (CONTINUOUS FROM MAIN TO METER) CORPORATION STOP `I 11® 1' WATER MAIN CURB AND GUTTER SIDEWALK METER BOX (BY CfTY) PROPERTY UNE ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) 0' - 45' FROM HORIZONTAL SERVICE SADDLE -BRASS / BRONZE (USE ON PVC PIPE) SERVICE W/THSIDEWALK NOT TO SCALE ONE PIECE SDR9 POLYETHYLENE TUBING OR TYPE K COPPER, 3/4' OR 1" AS REQUIRED (CONTINUOUS FROM MAIN TO METER) CORPORATION STOP WATER MAIN METER BOX (BY CITY) PROPERTY UNE N- ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) 0' - 45 FROM HORIZONTAL SERVICE SADDLE -BRASS / BRONZE (USE ON PVC PIPE) SERVICE WITHOUT SIDEWALK TIED SIDEWALK CURB AND GUTTER 12" NOT TO SCALE 12" x111=11 I=I 11 II -1 1-1 1 METER BOX (BY CITY) 1=111E111E11I-1IJ-1 r PROPERTY LINE CORPORATION STOP WATER MAIN 111=111=111=111=1 I ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) ONE PIECE SDR9 POLYETHYLENE TUBING OR TYPE K COPPER, 3/4" OR 1' AS REQUIRED (CONTINUOUS FROM MAIN TO METER) 0' - 45' FROM HORIZONTAL SERVICE SADDLE -BRASS / BRONZE (USE ON PVC PIPE) SERVICE W/THSIDEWALK T/ED TO CURB NOT TO SCALE NOTES: 1. IF THERE IS LESS THAN 2' FROM BACK OF SIDEWALK TO PROPERTY LINE, THE METER BOX SHALL BE PLACED 1' BEHIND PROPERTY LINE AND UTILITY EASEMENT WILL BE REQUIRED. 2. IF THERE IS MORE THAN 2' FROM BACK OF SIDEWALK TO PROPERTY LINE, 7HE METER BOX SHALL BE PLACED BEHIND SIDEWALK. 3. THE WATER DIVISION WILL APPROVE ANY PLACEMENT OF A SERVICE LINE IN A TI£DISIDEWALK SITUATION. 11" 7'-0' MIN. SIDEWALK E111111—_11111=111=1 1-111-111-111-111-111-1 PROPERTY UNE 1=111=111 SERVICE TEE WATER MAIN a r CURB ANO GUTTER I=1, 11-1 � 11 � r - l i l I aj METER BOX BY CITY ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) ONE PIECE SDR9 POLYETHYLENE TUBING OR TYPE K COPPER, 3/4' OR 1' AS REQUIRED (CONTINUOUS FROM C -STOP TO METER VALVE) CORPORATION STOP TYP/CAL CUL-DE-SAC SERV/CE NOT TO SCALE 2" COUPLINGS (COMP. FITTING X MIP) THRUST BLOCK SHALL BE INSTALLED AS DESIGNATED BY WATER DMSION INSPECTOR. MECHANICAL JOINT RESTRAINT DEVICE "MEGALUG" OR APPROVED EQUAL, SHALL BE USED. 2" SDR9 POLYETHYLENE TUBING OR TYPE K COPPER 2" SDR9 POLYETHYLENE TUBING OR TYPE K COPPER 6" PVC WATER MAIN -' Aro 2" BRASS TEE _.----2 x 12 BRASS NIPPLE 2' BRASS 90' STREET ELL -6" MJ CAP AND RING (DRILL AND TAP FOR 2' MIP) NOTE: NO MORE THAN 3 LOTS SHALL BE SERVED PER LEG. TYP/CAL CONNECT/ONDETA/L 2' SDR9 POLYETHYLENE TUBING OR TYPE K COPPER CORPORTATION STOP I.P.T. x COMP FITTING (3/4" OR 1') 2" SDR9 POLYETHYLENE TUBING OR TYPE K\ COPPER NOT TO SCALE ANGLE METER VALVE (COMP FITTING x METER COUPLING NUT) SERVICE TEE COMP FITTING x COMP FITTING x I.P.T. (2') (2") (3/4" OR 1" AS REQUIRED) TYP/CAL CONNECT/ONDETA/L NOT TO SCALE 2" 1/4" RAISED LETTER 'W" NOTE: USED BY CONTRACTOR FOR PRE-SET TAP LOCATION IN NEW SUBDMSION. INSTALL 'W' IN CONC. CURB HERE DO NOT MARK IN THIS AREA II III iii iii -III IIIIiii-iu-H BRASS "W" DETAIL MARKER LOCATION TYPICAL "L" CURB & LAY -DOWN CURB PRE-SET SERV/CELINE MARKERDETA/LS NOT TO SCALE SERVICE LINE MATER/ALS SERVICE CLAMPS FOR 3/4'; 1'; 1 1/2" LP. THREAD TAPS FOR 6" MAINS; 2" I.P. THREAD CLAMP TAP CONNECTION ALLOWED FOR 8" AND LARGER MAINS. CORPORATION STOPS 3/4'; 1'; 1 1/2': AND 2" REQUIRED WITH I.P. THREAD INLET BY COPPER COMPRESSION OUTLET WITH CLAMP - CORPORATION STOP REQUIRED AT ALL SERVICE TAPS. ONE PIECE SDR9 POLYETHYLENE TUBING OR TYPE K COPPER REQUIRED FOR ALL SERVICE LINES BETWEEN MAIN 70 METER - SIZES REQUIRED 3/4", 1'; 1 1/2", AND 2" (NO SPLICES ALLOWED) ANGLE METER STOP REQUIRED AT ALL METERS - SIZES 3/4" & 1" - INSTALL 3/4" UNLESS DIRECTED OTHERWISE - COPPER COMPRESSION W/ CLAMP INLET BY METER COUPLING NUT OUTLET. METER (BY OTHERS) METER ADAPTER AND CHECK VALVE (BY OTHERS) REQUIRED AT ALL METERS - SIZES 3/4" & 1" - INSTALL 3/4" UNLESS DIRECTED OTHERWISE - METER NUT INLET BY 3/4" MALE LP. OUTLET ADAPTER COUPLING (BY OTHERS) REQUIRED AT ALL METERS - 3/4" & 1" - FEMALE I.P. BY PVC COMPRESSION. METER BOX CAST IRON W/ HOT TAR DIP SHALL BE PROVIDED BY THE CONTRACTOR FOR 3/4" MtItN SETTINGS IF EXISTING STRUCTURE DOES NOT HAVE ONE. BOXES FOR LARGER (1" & UP) METER SETTINGS SHALL BE FURNISHED BY THE CITY. BRASS FITTINGS BRASS FITTINGS SHALL COMPLY WITH A.W.W.A. C800-66 AND BE WRAPPED IN POLYETHYLENE. PAVEMENT CONCRETE FILL WITH RADIUS TOP 6' GALV. OR STEEL PIPE TO BE PRIMED & PAINTED WITH RUST -RESISTANT RED -REFLECTIVE PAINT • NOTE: DO NOT PLACE BOLLARD IN FRONT OF HOSE OUTLETS EARTH 3000 PSI CONCRETE BOLLARD DETA/L NOT TO SCALE CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION O c U m L i E Z :::11 174 0) m LJ_ 0 W MAIN TO SERVICE DETAILS AND OTHERS REVISION NO SHEET 57 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 dri Q-/* /i C• III �IL� 1101 o 0 PROPOSED INLET W/18" RCP STA. 2+77 NMI .111111111 PROPOSED DRAINAGE SWALE N N 11111fs11111111111 I 01I111I110I.1■I 11111■111111111111111111111■11111 '111111111111111 I1111•I•I.1•I•I 1111111�IU Trl■ ■11111 1■I■I•I•J•I.11I•I-I.1■I.•Iliii.l\I•I.I.I.I.I.I.IuI.I•IuI.I.I uI111I11I• I 11Iu I 111I11I1•I111I OUTFALL TO TULE THEN CORPUS CNR SHIP CHANNEL. O O Ln PROPOSED INLET W/18- RCP /*/*i* • STA. 2+77 6+00 + 0 0+00 11+00 12+00 +1+1 F 1+U+/+!+!i 0+6+lli+1•+f+f l R1 l4fU 11-ARI•'FfiU+l+U FU+U+U1 ■ SOUTHERN MINERALS ROAD 13+00 14+00 15 - a DA -2 N = U a dL.,.- PROPOSED INLET STA. 8+29 EXIST. (2 -30' RCP •/ x/•11■1■I■I■I �11I■I■I■I■I■ll■I-I■I•I■I i5= DA -1 in./hr. DA -2 5.50 DA -3 A= 4.27 acres A= 1.42 acres A= 2.09 acres Tc= 30 minutes Tc= 20 minutes Tc= 25 minutes C= 0.75 C= 0.75 C= 0.75 i5= 4.33 in./hr. 15= 5.50 in./hr. i5= 4.84 in./hr. 05= 13.9 cfs Qs= 5.9 cfs 05= 7.6 cfs iioo= 6.78 in./hr. i,00- 8.39 in./hr. i100= 7.48 in./hr. Q100= 21.7 cfs Q100= 8.9 cfs 0100= 11.7 cfs MN Illi ■I•I_1•I•I•I_1111111 1•I.111_1.11I 0 10, BOX 10, BOX PROPOSED DRAINAGE SWALE EXISTING DRAINAGE DITCH ■I■I■I■I-miNflo111■111■I■ISI■111■I■111■I■011-1•0110 n= 0.014 Concrete Lined Rip -Rap Slope= 0.99% Capacity= 431cfs SECTION A (DA -1) N.T.S. 1.1.1•I.I.11I.1�1�1111�111111111111�111 DRAINAGE AREA MAP SCALE: 1'=100' 50' n= 0.014 Concrete Lined Rip -Rap Slope= 1.53% Capacity= 481 cfs SECTION B (DA -2) N.T.S. NOTE: ALL DIMENSIONS AND SLOPES ARE AVERAGES FOR THE PURPOSE OF DRAINAGE CALCULATIONS AND SHALL NOT BE USED FOR CONSTRUCTION. • 100' DA -1 EXISTING TxDOT 10'x7' BOX CULVERT 111•1.111`IUIUI•I t• �NI• i•i•IMIMIMIMIM •I•IUIMIlI•I•i-1.11111- 1U11111111111.1. 1•1111U 1111• I.I.I n= 0.027 Grass -lined Slope= 1.03% Capacity= 39cfs SECTION C (DA -3) N.T.S. 00 1.9' n= 0.013 R.C. Pipe Slope= 0.99% Capacity= 24cfs PIPE CULVERT N.T.S. O O LD W z U CONSULTANT'S JOB NO. 130580 tfl %o. 0 0' nM contractors ▪ 8 03 - c O ce 1 +•0 w z ■11111•I•I.I■ 1111•IuI.I MI■IIII uI EXIST. (2)-8" CIP 14 NI 21+00 ---- DA -1 ROI v _ •Viiii ro 41- -11. 11/./ .44 414 22+00 23+00 SOUTHERN MINERALS ROAD 26+00 M - 27+ -22742.983Q co cv EXISTING TxDOT 10'x7' BOX CULVERT y♦. I1!MINI. 11111E 11111111111111111 BM I■I■I 111■111■I■I■ ISI■I■I■I■I•I■I■I•I�I■I■11 DRAINAGE AREA MAP SCALE: 1'=100' 50' 100' LEGEND 22 CONTOURS FLOW DIRECTION CONCRETE RIP -RAP a a cc g Q WZ F CCN Z = W c 0 DRAINAGE AREA MAP z 0 SHEET 58 0.0 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 0+00 1+00 STORM WATER THEN CORPUS CHRISTI SHIP CHANNEL 0x7 BOX 10x7 BOX 10x7 BOX EXIST. TxDOT 10' x 7' STORM WATER C.B.C. EXIST. POWER POLE W/ LUMINAIRE TO BE RELOCATED BY AEP 0 0 •cc- FOR DRAINAGE/GRADE INFORMATION SEE INTERSECTION DETAIL SHEET 85 EXIST. COMMUNICATIONS EQUIP. TO BE RELOCATED BY AT&T PROP. rE GRASS LINED 1' FLAT BOTTOM DITCH LT. O < / ELPASO PASO ELPASO T ELPASO ELPASO PROP. R.O.W. i� 1i ELPASO ELPASO ELPASO PROP. R.O.W. ELPASO EXIST. R.O.W. ELPASO EXIST. EL PASO UNE ELPASO ELPASO ELPASO PROP. OL GRASS LINED 1' FLAT BOTTOM DITCH LT. ELPASO ELP IF f®® .w .... -. OW ROW OW ROW ROW T ROW T ROWT T T T T op T 10x7 BOX STA. 5+31 (RT) END DITCH EL=12.88 0 BOX 6+00 PROP. PVMT. CROWN & BASELINE 1 - STA. STA. 6+57 (RT) DITCH HIGH POINT EL=15.16 7+00 SOUTHERN MINERALS ROAD 8+00 I F Ar Ar. AIWAMPAr �* .Millar IMF/SW . R T 9 0 WT RO 10- Taw 0.1WAIL. NIM,rrP RCP RCP SEE SHEET 64 DETAIL 2 PROP. Q CONCRETE RIP -RAP 2' FLAT BOTTOM DITCH RT. SEE SHEET 64 DETAIL 2 10x7 BOX 10xBOX M 10x7 BOX 10x7 BOX 10x7 BOX EXIST. R.C.P. AND S.E.T.'S TO BE REMOVED STA. 7+04.6 (31.8' RT) PROP. 78.0 LF OF 24" R.C.P. W/TWO 6:1 CONC. S.E.T. SEE DRIVEWAY CULVERT LAYOUT SHEET 75 PROP. rL CONCRETE RIP -RAP 2' FLAT BOTTOM DITCH RT. STA. 8+27 (28' RT) PROP. STORM WATER 4 -SIDED POST INLET AND JUNCTION BOX CONNECTING (2) EXISTING 30" R.C.P. M.E. FL. 2'X5" THICK CONCRETE APRON ALL SIDES. APRON E=14.43 SEE DETAIL SHEET 64 PROP. CONCRETE RIP RAP 3.5' FLAT BOTTOM DITCH RT. STORM WATER PLAN AND PROFILE STA. 5+00 TO STA. 10+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 0 20• 40• EXIST. EL PASO LINE (TO BE ADJUSTED BY OTHERS) ®2 0 0 + 0 () LTJ z J U co W (n W W (n NOTE: 1. SAW CUT EXISTING DRIVEWAYS FOR PROPOSED ROADWAY AND DRAINAGE IMPROVEMENTS. ALLOW FOR HALF OF EACH DRIVEWAY TO REMAIN IN SERVICE THROUGH ALL PHASES OF CONSTRUCTION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. 3. REFER TO SHEETS 69 - 72 FOR CROSS SECTIONS. DESCRIPTIO CONSULTANT'S JOB NO. 130580 m 0 REVISION NO. 24.0 22.0 20.0 18.0 1 6.0 14.0 12.0 10.0 8.0 0 0 o Ln u) LLJ W U) (n LTJ - z_ L.I.J J CLD LT UJ= Sa+1_32rr CLP CLP CLP CLP CLD LT - - CLD LTr- - CLD LT- -CLD LT CLD LT - Ss+1_187L(LY CLD LT - CLD RT _ c�u0+ CLD RT - - CLD LT RT - CLD RT DITCH 1f=13.68 DITCH 1=12.47 - CLO LLT CLP STA. 8+27 (28' RT) PROP. STORM WATER 4 SIDED POST INLET AND JUNCTION BOX TOP=15.43 EXIST. CLP CLP - CLD LT - CL[S.+0.45%(LY% CLD LT CLD LT CLD LT_ - CLD LT - - CLD LT CLD LT - - CLD - LT - S --O.14%0 CLD RT RT PROP. CLD (LT) CLD LT CLP RTCLO_BTCm) �- CLD RT-ST-0%,}j,$T CLD Rf l��-��JJ CLD RT PROP. DRIVEWAY CULVERT (RT) PROP. CLD (RT) EXIST, TxDOT 10' x 7' STORM WATER C.B.C. oW 062 +UN gL LT CLO (=14.46 -CLO RT rn T CLP CLD LT -- _ CLD LT CLD LT CLD LT CLD LTA CLP CLD Li CLD LT -- -0D 000 L .43%(cam LT - - LT - _dD LT CLD LT EXIST. 2" AT&T LINE E=14.43 CLD R1 - -- CLD RT CLO RT CLD RT - E=9.07 M.E. E=8.59 M.E. LD KT 6=+1.23%() cup RT CrCr -CTO_ CLD RT - RT __ EXIST. EL PASO LINE (TO BE ADJUSTED BY OTHERS) J II Lc� x U 0 0 0 0 0 (n uJ z_ J U 2E Ir x 0 co L LJ uJ in L LJ uJ (n 24.0 22.0 20.0 18.0 16.0 14.0 12.0 10.0 8.0 DESCRIPTION I- 0) cn E 2 0 U c (n o 42 III\() a_Q 7W12111h CD Lo "- E' O >- O 7) Q Z 0 LTJ 0 Cn STA. N0.'S 5+00 6+00 7+00 8+00 9+00 10+00 STA. N0.'S REVISION NO SHEET 60 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 PROP. l GRASS LINED 1' FLAT BOTTOM DITCH LT. PROP. R.O.W. EXIST. R.O.W. 0 RE -GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS -LINED) LT. X x x ®f /®crezrz___.„ {SOW � RnW Rnw R. 1�� / �� i� �• ' ��� ,„� a TROW T Rnw T RC1W EXIST. TxDOT 10' x 7' STORM WATER C.B.C. 11+00 SOUTHERN MINERALS ROAD 12+00 ROP. PVMT. CROWN & BASELINE 13+00 10x7 BOX 10x7 BOX 100 BOX 10x7 BOX 10x7 BOX 10x7 BOX 107 BOX 10x7 BOX -4 10x7 BOX 107 BOX 10x7 BOx RCP RO PROP. rL CONCRETE RIP -RAP 3.5' FLAT BOTTOM DITCH RT. STA. 10+98 (32' RT) BEGIN PROP. 3.5' FIAT BOTTOM CONCRETE RIP -RAP LINED DITCH. SEE DETAIL 2 SHEET 64 STA. 12+28.9 (32.3' RT) PROP. 75.6 LF OF 24" R.C.P. W/TWO 6:1 CONC. S.E.T. SEE DRIVEWAY CULVERT LAYOUT SHEET 76 EXIST. R.C.P. AND S.E.T.'S TO BE REMOVED STA. 13+74.6 (28.2' RT) PROP. 69.3 LF OF 24" R.C.P. W/TWO 6:1 CONC. S.E.T. SEE DRIVEWAY CULVERT LAYOUT SHEET 77 STORM WATER PLAN AND PROFILE STA. 10+00 TO STA. 15+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 0 20• 40• R0� EXIST. R.C.P. AND S.E.T.'S TO BE REMOVED ROW ROW X NOTE: 1. SAW CUT EXISTING DRIVEWAYS FOR PROPOSED ROADWAY AND DRAINAGE IMPROVEMENTS. ALLOW FOR HALF OF EACH DRIVEWAY TO REMAIN IN SERVICE THROUGH ALL PHASES OF CONSTRUCTION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. 3. REFER TO SHEETS 69 - 72 FOR CROSS SECTIONS. O O + Ln NcoW Q (n W (n W (n Z W J W (n U cQ CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 0 REVISION NO. 28.0 26.0 24.0 22.0 20.0 18.0 16.0 14.0 rO ci Ld 0 LT 4�+1.43 1 ca, LT CLP CLO LT 01.0 LT - CLP ___ 010LT- �GLD RT�- }1 CLD 1. BT N 0 0 CLO LT CLD LT - 010 LT CLD RT CLD RT- CLD RT- - CLD RT - co n N Ld Ld CLP EXIST. CLP CLD LT - 0LD LT - CLP CO LT - CLD LT __ co LT CLO RT - CLD - cLD. RT Sa+1.23R( - CLD RT LB CLD Rr - -CLD RT -CLD RT - CLD LT RT K18 CLP CLP CLD CLD LT - 0- - CO LT PROP. CLD (LT) - cLD LT C10 LT - s+1.43%( CLD LT -CLD L1 R1 -CLD CLD B3-7- s RT - Cu)LRT- PROP. CLD (RT) CLP CLD LT - - CLD - - - CLD LT - -CLD LT - - CLD LT - - CLD LT - -CLD LT - -CLD LT- -CLD LT- -CLD LT - at _ (31- CLD LT - - - CLD RT -CLD -CLO RT CLD RT S=+0.9- O x8T(RT- O] N PROP. DRIVEWAY CULVERT (RT) ce n w + n n A. a0 N � w = o 0 011 g 1D p a g -. O N+ Ct IN csi Oi OQ O Aortt t t t t 00 0 i CLD RT - CID RT - PROP. DRIVEWAY CULVERT (RT) - CLD RT EXIST. Tx DOT 10' x 7' STORM WATER C.B.C. - 96%( RTL0,LD RT E O O + LC) (n W z J U **7- N N N :4 II N CO W W () W W (n 28.0 26.0 24.0 22.0 20.0 18.0 16.0 DESCRIPTION a 2 c U 14.0 STA. N0.'S 10+00 11+00 12+00 13+00 14+00 15+00 STA. N0.'S W J_ LL 0 0 0 z z W 0 if Cn SHEET 61 of109 RECORD DRAWING NO. z STR 898 w CITY PROJECT#E13095 O O � Ln cO wQ LJ 00 EE 6w wz w J (n EE U 2E RE -GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS -LINED) LT. PROP. CL GRASS LINED 1' FLAT BOTTOM DITCH LT. EXIST, R.P.W. STA. 17+51.93 PROP. 6" CONCRETE LOW WATER CROSSING. CONFORM TO SAME ELEVATIONS AS PROPOSED DRAINAGE SWALE. STA. 19+00 (20' LT) TRANSITION 0 ZA1177' ReW � � _ R ���/ i�l�/�i�i r for Ale" / 16+00 S ROAD 18+00 STA. 19+00 (20' RT TRANSITION 10x7 Box 10x7 BOX F • arm PROP. 2' FLAT BOTTOM CONCRETE RIP -RAP LINED DITCH. 10x7 BOX AI� 10x7 BOX 10x7 BOX 10x7 B BASELINE 20 19+00 PROP. PAVEMENT CROWN Rnw - . x ROW OW . .r, EXIST. 8 CMP STA 16+84 (RT) TOP EL= 16.45 (DRAINAGE) EXIST. 8" CMP STA 16+87 (RT) TOP EL= 16.66 (DRAINAGE) EXIST. TxDOT 10' x 7' STORM WATER C.B.C. EXIST 6" CIP STA 17+92 (RT) TOP 16.76 (DRAINAGE) STA. 18+17.81 (24.5' RT) DITCH HIGH POINT EL=25.15 10.7.aox OFFSET VARIES 70x7 BOX ROW STA 19+00 (26' RT) END PROP. ¢ 3' FLAT BOTTOM CONCRETE RIP -RAP LINED DITCH SEE DETAIL 2 SHEET 64. BEGIN GRASS LINED 3' FLAT BOTTOM DITCH. ENDING POINT OF CONCRETE RIP -RAP SHALL HAVE A TOE WALL 24" DEEP X 6" THICK. STORM WATER PLAN AND PROFILE STA. 15+00 TO STA. 20+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 020. 40• Amer :40 AlOr PROP. rL GRASS LINED 3' FLAT BOTTOM DITCH RT NOTE: 1. SAW CUT EXISTING DRIVEWAYS FOR PROPOSED ROADWAY AND DRAINAGE IMPROVEMENTS. ALLOW FOR HALF OF EACH DRIVEWAY TO REMAIN IN SERVICE THROUGH ALL PHASES OF CONSTRUCTION. 2. EXISTING PIPELINE WAS IDENTIFIED BY HYDRO -EXCAVATION ALONG THE WEST SIDE OF THE ROADWAY. 3. REFER TO SHEETS 69 - 72 FOR CROSS SECTIONS. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m LJ 0 REVISION NO. 30.0 28.0 26.0 24.0 22.0 20.0 18.0 1 6.0 O O CO - LJ < w 00 00 wz w J (n = U 2E DITCH EL=24.41 (LT) CLP - CLD LT CLP EXIST. CLP CLP CLD LT - - CLD LT CLP CLP CLD LT - - CLD LT PROP. CLD (LT) -CLD LT CLP CLP CLP - CLD LT - CLD LT - - CLD LT StO_30%(P) T - �LNCIEd IT- -- CC197 >_T - rl 1) LT - t-- CLD LT - ID LT - CCL LT - - CLD LT - - C1.D- a_D-R - CLD RT CLD RT - - CLD RT -CLD RT -C� RT - - CLD RT - -CLD RT - CLD Rf 0.98%.8 CLD RT - ce ce 0 01 N x -CLD RT PROP. CW (RT) EXIST. ENTERPRISE LINE 5_+0.3"(1 -CLD LT- CLD LT - -- CLD CLO{0.96%1 RT RI - EXIST. TxDOT 10' x 7' STORM WATER C.B.C. CLP CLD LT -CLD LT- -CLD LT - 'LD CRS RT -- EXIST. (2) 8" CMP (DRAINAGE) EXIST. 6" CIP (DRAINAGE) DITCH EL=25.30 (LT) DITCH EL=24.98 (RT) J � mw 0 WIw n 412 N 5�+0.817i(L1) c�DLTLT - _ L1 - CLD LTCLD LT- L�T LT -CLD LT CLD LT - - CLD LT - - CLL6 RT - CLD RT - CL�R7RL - CLD RT - g CLD�T -CLD Rf- -CLD RT- -CLD RT-0.38�.�"Nn or- CLP - LD LT CLD -CLD RT - - CLD RT - DITCH EL=26.19 (LT) DITCH EL=24.50 (RT) 30.0 28.0 26.0 24.0 22.0 20.0 18.0 1 6.0 DESCRIPTION O 2 U f0 8 L Z C:::11 174 CN= ¢Om UJ _J LL_ O O CL 0 C\I 0 Z Q Q Z (n go 0 O w O Q ix0 O cn E- u) STA. N0.'S 15+00 16+00 17+00 18+00 19+00 20+00 STA. N0.'S SHEET 62 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 PROP. ( GRASS LINED 1' FLAT BOTTOM DITCH LT. 0 0 N O c0 N W < 00 W U) U) W W J W = 0 �—H STA. 20+27.87 (18' LT) Row STA. 20+56 (37' LT) END EAST DRAINAGE DITCH E=27.30 BASELINE L N I—ay, —PROP7►! PAVEMENT �� OWN .4. 10,0 Box PROP. CURB AND GUTTER (SEE SHEET 84) 24 W 2' OFFSET FROM it TO PROP. PAVEMENT CROWN AT STA. 20+27.87 24 W 4 22+00 SOUTHERN MINERALS ROAD 4 23+00 24 PROP. GRASS UNED 3' FIAT BOTTOM DITCH RT. D '- STA. 20+56 (36' RT) .•, END ( GRASS UNED FLAT BOTTOM DITCH E=24.30 7 BO EXIST. STORM WATER 4 MANHOLE EXIST. STORM WATER POST INLET 12,7 BOX 10x7 BOX 10x7 BOX EXIST. TxDOT 10' x 7' C.B.C. EXIST. STORM WATER DITCH RT an ---��x—eD IJ �X = Pnw STORM WATER PLAN AND PROFILE STA. 20+00 TO END SCALE: HORIZ: 1 "=40' VERT: 1 "=4' 10x7 BOX 20• aa' 10x7 BOX 10x7 BOX 10x7 BOX CONSULTANT'S JOB NO. 130580 :y... I*0, 1i o Z' ^^M i contractors 32.0 30.0 28.0 26.0 24.0 22.0 20.0 18.0 1 6.0 N W W W W (n PROP. /S= +0.31 X PVMT. CROWN s-+0.81%(LT) 0 CLo LTA 0 — CLD RT + 0 (�f —CLD DITCH rL=24.50 (RT) SEE CONCRETE TO ASPHALT PAVEMENT 11E—IN DETAIL N0.3 SHEET 85 076 sox*. x*D' CLD RT S=-0.36X(RT) RT CLD RT DITCH rL=27.17 (LT) cLP CLD LT EXIST. CLP EXIST. STORM WATER DITCH LT STA. 20+56 (37' LT) END EAST DRAINAGE DITCH E=27.30 \� CLD RT— COP CLD RT — — CLD RT STA. 20+56 (36' RT) END WEST DRAINAGE DITCH E=24.30 CSP CLD RT — — CLD RT — — CLD RT CLD RT EXIST. TxDOT 10' x 7' C.B.0 CLD RT — — CLD RT — DITCH rL=24.33 32.0 30.0 28.0 26.0 24.0 22.0 20.0 18.0 16 0 a ccNc~')_ = r z �. MM z = ARIES WWF 6 x 6 - W2.9 x W2.9 5" TOE WALL DETAIL SCALE: NTS 6" WIDE x 1'-6" DEEP TOE WALL (ALL AROUND) INCLUDING AT ENDS OF RIP -RAP AT 11E -IN POINTS VARIES VARIES VARIES VARIES PROP. WEEP HOLE (TYP) SEE DETAIL 3 TYPICAL 5" THICK CONCRETE RIP -RAP REINFORCED WITH 6 x 6 - W2.9 x W2.9 ASTM A 185 WELDED WIRE FABRIC CHAMFER EXPOSED EDGES 3/4" CONCRETE RIP—RAP SCALE: NTS SEE SHEETS 69 — 72 PROP 5" THICK CONC RIP -RAP #30 ROOFING FELT 1 CU. FT. GRAVEL (TYP) 14" HARDWARE CLOTH 2" 0 SCH. 40 PVC (MIN. 12" LONG) WEEP HOLES 0 10' 0.C. (TYP) 2.0' USUAL WEEP HOLE DETAIL SCALE: N.T.S. "I-1" BARS, 4 R AT CORNERS "G" BA 3'-8" "F" BARS (4 0.D. + 8", 2'-8" MIN ) EQ'D. 4, ` L I L, C Pir THICK TOP .. 0 a (i O >TRAIGHT)Q D. REQ'D. al —1 . ■ti.�. i 'H' BARS (90' BEND 24" x 24") STA. 2+77 3"-0" X 6" OPENINGS TWO SIDES ONLY NO. 4 REBAR AT 12" C/C E.W., ALL WALLS AND BOTTOM GROUT BOTTOM OF INLET - FOR CONTOUR TO PIPE • PLAN CITY STANDARD SIDEWALK RING & COVER EL=9.0' io '7777 STA. 2+77 2' WIDE X 5" THICK TY "A" 3000 PSI CONCRETE APRON REINFORCED WITH TWO SIDES ONLY SEE PLAN. 2% SLOPE PROP. 18" RCP S /////////////// CONSTRUCTION JOINT (OPTIONAL) 5 • 5" THK. CONC. APRON W/#3 BARS 012" 0.C.E.W. 0 MID DEPTH #3 BARS CONT. SECTION A—A 2—SIDED POST INLET ® STA. 2+77 (LT & RT) SCALE: NTS CAST -IN-PLACE 3000 PSI CONCRETE PROP. 18" R.C. PIPE #4 BARS (TYP ALL AROUND) DRILL & EPDXY GROUT #5 X 10" LG. 0 10" 0.C. (EMBED 4" INTO CONCRETE BOX WALL) EXPANDABLE WATERSTOP OR WATER -SWELLING SEALANT 6" PRECAST OPENING OR BREAKOUT OPENING AS REQUIRED RED TO CONNECT PROP. R.C. PIPE E=4.46 EXIST. R.C. BOX CULVERT (TxDOT)7 „"zz—f1=1.67f !/ STA. 2+77 PIPE TO STORM WATER 04 4 BOX CONNECTION DETAIL SCALE: NTS 2'-0" 6" THICK TOP "H" BARS, 4 REQ'D. AT CORNERS e "G" BARS (2 REQ'D- 3"-8" STRAIGHT) "F" BARS (4 REQ'D. 0.D. + 8", 2'-8" MIN) 2'-0" 4'-O" 1 it — n n .4 L� 1 A 4 O i 'H' BARS (90' BEND 24" x 24") 6" x 6" CORNER POST 2% SLO [< G C PLAN—INLET & APRON 2'-0" CITY STANDARD SIDEWALK -.6111 CO 2R SLOPE #3 BARS CONT.44,50-. ♦ 6"6 3'-0" X, 6" 6" „ OPENING ALL SIDES NO. 4 REBAR AT 2" jr C/C E.W., ALL WALLS AND BOTTOM .• GROUT BOTTOM OF INLET - FOR CONTOUR TO PIPES 0) 0 RIP -RAP TIE-IN TO APRON (TYP) #3 X 6" LONG SMOOTH DOWELS 012" SPACING WITH ONE END SLEEVED DRILL AND EPDXY SET. 5" THK. CONC. APRON W/#3 BARS 012" 0.C.E.W. © MID DEPTH 3 BARS CONT. OUTLET PIPES EXIST. (2) 30" RCP CONSTRUCTION' JOINT (OPTIONAL) 6" 3'-0" SECTION A—A STA. 8+29 'H' BARS (90' BEND 24" x 24") 6" x 6" CORNER POST 2X SLOPE Vfiluro #3 BARS CONT. DESCRIPTIO CONSULTANT'S JOB NO. 130580 Nil .-t, m L i Z H C20 ., m?W LJ 0 JUNCTION BOX 8'-4" 9'-4" PLAN—JUNCTION BOX CITY STANDARD SIDEWALK RING & COVER TOC=15.43' 1 MEM GROUT BOTTOM OF INLET FOR CONTOUR TO PIPES 6" 3'-0" X 6" OPENING ALL FOUR SIDES 4'-2" 10 2R SLOPE • �^ 5" THK. CONC. APRON W/#3 BARS 012" 0.C.E.W. ® MID DEPTH 6",, #3 BARS CONT. C -C OUTLET PIPES EXIST. (2) 30" RCP 8'-4" 6" 4—SIDED POST INLET AND JUNCTION BOX (4. STA. 8+27 SCALE: NTS SECTION B REVISION NO. DESCRIPTION 0 >- 1— a 1_ a cc cnCI_ Z F N W cc in Z>m W CC u_ 0 STORM WATER DETAILS REVISION NO SHEET 64 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 TRANSITION VARIABLE a TRANSITION OWUNE OF GUTTER INLET SIZE FLOWUNE OF GUTTER (10' TYPICAL) p (10' TYPICAL) #4 z 12" DOWEL BARS 0 12" 0.C. BACK OF CURB FACE OF CURB 1 E.J. f2 3/4" REDWOOD EXPANSION JOINT (TP.) CITY STANDARD SIDEWALK RING AND COVER 1 SPECLAL NOTE: A "A" BARS - SEE SCHEDULE "B" BARS - 4 REQ'D. "C" BARS - 2 REQ'D. "D" BARS - SEE SCHEDULE E.J. "E" BARS - 2 REQ'D. PLAN OF 5' STANDARD INLET NOT TO SCALE E.J. FRONT OF GUTTER OR CONSTRUCTION JOINT 1. CONTRACTOR TO PROVIDE #4 x 12" DOWELS 0 12" 0.C. WHERE PROP. SIDEWALK ABUTS INLET. (NO SEPARATE PAYMENT) 2. FOR CURB INLET THROAT EXTENSION DETAILS REFER TO STORM WATER STANDARD DETAIL SHEET 3 OF 3. SLOPE AS REQ'D. 1/4" PER FOOT NORMAL i0 NO. 4 REBAR AT 12" C/C E.W., ALL WALLS & BOTTOM E ELEV BELOW T. STD. C & G OFFSET FROM BASEUNE 12" CK OF CURB 29 /2" 6 24 /2" TOP OF CURB N0.4 BARS FACE OF CURB "C" BARS THROAT SUPPORT ON 8" AND 10" INLETS rn CONTOUR BOTTOM - OF INLET TOWARD OUTLET PIPE "E" BARS "D" BARS /////////////////J OUTLET PIPE MAY BE PLACED IN ANY DIRECTION 0.D. OF PIPE 2'-0" MIN. SECTION A -A -0" NOT TO SCALE CONSTRUCTION JOINT (OPTIONAL) -n• FINISH PAVING GRADE GUTTER SECTION WILL BE PAID FOR AS UNEAR FEET CONC. CURB & GUTTER STD. C & G 4" OR 6" I" OR 6" . AT 10' INLET TRANSITION E ELEV. 9 1/2" BELOW T.C. AT INLET INLET SIZE (Nom. Length) VARIES TRANSITION 4" OR 6" TOP OF)M /.SEE 1 EAE #4x12"LG. O PROP.G.ONE END SLEEVED OR GREASED „�J 4' 2/a ,1 2/5'-6" 1 E OF GUTTER - 2/4'-6" 5' E.J. ELEV DIFFERENCE BETWEEN TOP OF CURB & UP OF GUTTER REMAINS CONSTANT FOR 6"C&G, FOR4"C&G SLOPE CURB UP TO 6" DIFFERENCE AT INLET 3/4" REDWOOD EXPANSION JOINT PRINCIPAL REINFORCEMENT EXTENDED THRU EXPANSION JOINT 12" & SLEEVED OR GREASED FLOWUNE TRANSITION AT INLET FOR 4" OR 6" STD. CURB AND GUTTER NOT TO SCALE E.J. URB FOR PROFILE NOM. LENGTH MINUS 6" o} I BARS "C" BARS "D" ** THROAT OPENINGS SHALL HAVE A 6" X 6" CONCRETE SUPPORT PLACED AT MID -THROAT * NOMINAL LENGTH OF INLET SHALL BE DESIGNATED AS THE CLEAR WIDTH OPENING. STANDARD CURB INLET STEEL SCHEDULE ALL BARS No. 4 PREFORMED INLET SIZE (Nom. Length) NO. REQ'D./LENGTH "A" BARS "B" BARS "C" BARS "D" BARS "E" BARS 4' 2/a 4/1'-10" 2/5'-6" 4/3,-2" 2/4'-6" 5' 2/a 4/3'-2" 2/6'-6" 4/3'-2" 2/5'-6" 6' 4/a 4/4'-0" 2/7'-6" 6/3'-2" 2/6'-6" • * 8' 4/a 4/4'-O" 2L-6" 6/3,-2" 2/8'-6" • * 10' 6/a 4/4'-0" 2/11'-6" 7/3'-2" 2/10'-6" BENDING STRAIGHT STRAIGHT SEE DET. SEE DET. STRAIGHT a = 0.D. + 8", 2'-8" MIN. 1" LETTERING RECESSED FLUSH CUSTOM LOGO BASS FISH (TYP.) o ri3/8* USA PLAN NEW -1" DIA HANDLING HOLE 3/8" 3/4" LETTERING RECESSED 2" PICKSLOT DETAIL 24 1/4" DIA = r 3/4" bomriilG +�u'tr-- --.. - 1•,, + (4) STACKING LUGS GRATE SECTION MAX. PIPE I. D. = 48 INCHES GRATE BLOCK 29" DIA 24 1/2" DIA 22 3/4" DIA 23 13/16" DIA RING SECTION CITY STANDARD INLET AND SIDEWALK MANHOLE & COVER CASTING DETAILS NOT TO SCALE INLET AND SIDEWALK MANHOLE RING & COVER NOTES 1. MANHOLE RING & COVER SHALL BE EAST JORDAN MANHOLE ASSEMBLY FOR LOAD RATING NON -TRAFFIC. 2. THESE DETAILS SHOW GREY -IRON CASTINGS, FILLETED AT ANGLES WITH SHARP AND PERFECT ARISES. 3. CASTING SHALL BE TRUE TO PATTERN, FORM, AND DIMENSIONS, FREE FROM CRACKS, SPONGINESS AND BLOWHOLES. 4. MACHINE SURFACES TO YIELD FIT WHICH WILL NOT RATTLE WITH PASSING TRAFFIC LOAD. 5. TRAFFIC SHALL BE RESTRICTED FROM M.H. FOR 36 HOURS AFTER PLACEMENT OF RING. 6. RING AND COVER SHALL BE DIPPED IN COAL TAR OR ASPHALT. 7. OTHER CASTING PATTERNS FOR RING & COVERS MAY BE SUBMITTED FOR APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME AS SHOWN ON THIS SHEET AND PROVIDED OTHER CASTINGS SHALL BE COMPLETELY INTERCHANGEABLE, I.E., THE COVERS OF THIS SHEET SHALL FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COVERS OF OTHER CASTINGS SHALL FIT THE RINGS OF THIS SHEET. 8. MINIMUM WEIGHTS OF FINISHED CASTINGS: THE COVER = 60 POUNDS, THE RING = 135 POUNDS. - 5/8" L3 1/2" 2'0 OPENING 2'-0" x 6" OPENING 0 ENDS 0 ONC. APRON #4 BARS (4 REQ'D) AT CORNERS —B PLAN OF POST INLET CITY STANDARD STORM WATER INLET MANHOLE RING & COVER #4 BARS (90' BEND 24x24) 25 SLOPE NOT TO SCALE CONC. APRON #4 BARS (4 REVD) 0.D. PIPE + 8", 2'-8" MIN. 8" THICK TOP #5 BARS (DIAGONAL) #4 BAR (2 REQ'D) 3'-8" STRAIGHT 6" THICK TOP Ire! CONTOUR BOTTOM OF INLET TO OUTLET PIPE W/ GROUT C CONSTRUCTION JOINT (OPTIONAL) A.I.W. NO. 847-05 GRATE/FRAME UNIT OR APPROVED EQUAL 6" CONC. COLLAR FINISHED PVIAT. 6" x 6" CORNER POST 2% SLOPE 7 A 0 5" THK. CONC. APRON W/#3 BARS 012" 0.C.E.W. 0 MID DEPTH #3 BARS CONT. 4 REBAR 0 12" C/C E.W., WALLS AND BOTTOM M OUTLET PIPE IN ANY DIRECTION I. El 0.D. OF PIPE 2'-0" MIN. MAX. I.D. 8" SECTION B -B NOT TO SCALE OI=1- C O O OIC m N 18 7/8" PLAN OF STANDARD GRATE INLET NOT TO SCALE 1/4" (4)-3/4"0 x 6" LG. A307 ANCHOR BOLTS W/ " LG. 90' TURN AT LOWER END 6" WIDE CONC. COLLAR AROUND PERIMETER OF INLET CONSTRUCTION JOINT (OPTIONAL) 6" WALL THICKNESS (4 SIDES) NO. 4 BARS AT 2" C/C E.W. ALL WALLS & BOTTOM SECTION C -C NOT TO SCALE THIS DIMENSION EQUALS THE INSIDE FRAME DIMENSION BOTH WAYS CONSULTANT'S JOB NO. 130580 DESCRIPTIO LJ 0 REVISION NO. DESCRIPTION t m L as 0 Z0)59 JtPJ c NM,� r WZcccc E csi W � 0 CITY OF CORPUS CHRISTI STORM WATER DETAILS 2 OF 4 REVISION NO SHEET 65 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 2 -No. 5 REBARS AT 3" VERT. SPACE CIRCULAR OR SQUARE ADDITIONAL #5 BARS EINF. CONC. CO 0 OPENING (TYP.) 12" ASPHALT PAVEMENT 1/4" .I rAl STANDARD RING & COVER PRECAST CONC. MANHOLE NO. 4 REBARS AT 12" 0.C.E.W. HS20 LOADING KEYWAY DETAIL CUSTOM LOGO 1 1/2" NOT TO SCALE 9' MIN. 2 12"L. VARIABLE *...112"1..._ * 1 1/2 TIMES NOMINAL DIA. OF PIPE (MIN. 4'-0") PRE -CAST CONC. MANHOLE NOTES HS20 LOADING CONCRETE 28 DAY COMPRESSIVE STRENGTH - 5000 PSI REINFORCEMENT STEEL - 60,000 PSI REBAR MIN. SPUCE LENGTHS: #4-22" #5-28" #6-33" MANHOLE WALL/RISER REINFORCED PER ASTM C-478 (7) 7/8" (1) OPEN PICKHOLE PLAN MEW TYPE A" MANHOLE 1" DIA HANDLING HOLE 1 1/4" LETTERING RECESSED FLUSH NOT TO SCALE COVER BACK 5/8" 1 1/8" 3/4" PICKSLOT DETAIL 25 1/2" DIA 24" DIA 3/4"1 L 22 1/2" DIA 32" DIA COVER SECTION FRAME SECTION CITY STANDARD ROADWAY MANHOLE RING & COVER CASTING DETAIL NOT TO SCALE ROADWAY MANHOI F RING & COVFR NOTFC 6" MIN. R.C. PIPE SIZE VARIES rL R.C. PIPE OR R.C. BOX SEE PLAN FOR SIZE AND 6" MIN. LOCATION (TYP) ro ro� 2' OPENING R.C. PIPE SIZE VARIES 8" 8" VARIES ▪ 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 5'-6" (MAX) NOTE FOR R.C. PIPE SIZES, DIRECTION, AND FLOWLINES, REFER TO STREET AND STORM WATER PLAN AND PROFILES CITY STANDARD ROADWAY MANHOLE RING & COVER FINISHED PAVEMENT PLAN TYPE '8' MANHOLE 8" 8" NOT TO SCALE 2'-0" #6 0 10" O.C.E.W. TOP & BOTTOM z i0 6" MIN 1 1 r' ////, 42 h 0R.C. B XOR R.C. :IPE SIZE RIES1,A1 P #5 VERT. 0 10" 0.C. #4 HORIZ. 0 12" 0.C. MAX 6" MIN. CONTOUR BOTTOM OF MANHOLE TO OUTLET PIPE W/ GROUT SEE KEYWAY DETAIL MEM __.- #5 DOWELS 0 10" O.C. (TYP) 1. MANHOLE RING & COVER SHALL BE EAST JORDAN V 1168 ASSEMBLY AND FOR SCHOOL ZONE SHALL BE EAST JORDAN BOLTED -IN 1168 ASSEMBLY LOAD RATING HEAVY DUTY. 2. THESE DETAILS SHOW GREY -IRON CASTINGS, FILLETED AT ANGLES WITH SHARP AND PERFECT ARISES. 3. CASTING SHALL BE TRUE TO PATTERN, FORM. AND DIMENSIONS, FREE FROM CRACKS. SPONGINESS AND BLOWHOLES. 4. MACHINE SURFACES TO YIELD FIT WHICH WILL NOT RATTLE WITH PASSING TRAFFIC LOAD. 5. TRAFFIC SHALL BE RESTRICTED FROM M.H. FOR 36 HOURS AFTER PLACEMENT OF RING. 6. RING AND COVER SHALL BE DIPPED IN COAL TAR OR ASPHALT. 7. OTHER CASING PATTERNS FOR RING & COVERS MAY BE SUBMITTED FOR APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME AS SHOWN ON THIS SHEET AND PROVIDED OTHER CASTINGS SHALL BE COMPLETELY INTERCHANGEABLE, I.E., THE COVERS OF THIS SHEET SHALL FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COVERS OF OTHER CASTINGS SHALL FR THE RINGS OF THIS SHEET. 8. MINIMUM WEIGHTS OF FINISHED CASTINGS THE COVER = 160 POUNDS, THE RING = 180 POUNDS. 9. POLYETHYLENE MANHOLE ADJUSTMENT RINGS SHALL BE DESIGNED TO SUPPORT HS 20 TRAFFIC LOADING. 8" #5 0 10" O.C. EA. WAY O.D. PIPE + 12" MIN. 8" NOTE: LATERAL PIPES NOT SHOWN FOR CLARITY 4'-0" (MIN.) 5'-6" (MAX) SECTION TYPE 'B' MANHOLE NOT TO SCALE GFNFRAL NOTFC FOR TX)NCRFTE DRAINAGE STRIICTIIRFS. rL R.C. PIPE OR R.C. BOX SEE PLAN FOR SIZE AND LOCATION (TYP) 6" MIN. z io NOTE: VARIES 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) FOR R.C. PIPE SIZES. DIRECTION, AND FLOWUNES, REFER TO STREET AND STORM WATER PLAN AND PROFILES PLAN TYPE 'C' MANHOLE POLYETHYLENE ADJUSTMENT RINGS (TYP) #5 BARS 0 6" VERTICAL SPACING NOT TO SCALE CITY STANDARD ROADWAY MANHOLE RING & COVER 3600 PSI CONCRETE FINISHED PAVEMENT MEOW 11 Tm4T1li R.C. BMX ,�� R.C. •IPE SIZE IESV #6 0 10" O.C.E.W. OP & BOTTOM #5 VERT. 0 10" 0.C. #4 HORIZ. 0 12" O.0 MAX MIN. CONTOUR BOTTOM OF MANHOLE TO OUTLET PIPE W/ GROUT ml " CEMENT -STABILIZED SAND BEDDING COMPACTED TO 958 STD. PROCTOR DENSITY (ASTM D698) FOR PRECAST MANHOLES (SEE NOTE 12) NOTE: LATERAL PIPES NOT SHOWN FOR CLARITY 4'-0" (MIN.) 8'-2" (MAX) SECTION TYPE 'C' MANHOLE NOT TO SCALE SEE KEYWAY DETAIL #5 O.C. EA. WAY ADDITIONAL #5 BARS 0 OPENING (TYP.) 4'-0" rL R.C. PIPE OR R.C. BOX SEE PLAN FOR SIZE AND LOCATION (TYP) m J— — #4 BARS 0 4" O.C.E.W. (TOP SLAB) 5 70 MANHOLE RING AND COVER z m 8 VARIES 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) NOTE FOR R.C. PIPE SIZES, DIRECTION, AND FLOWUNES, REFER TO STREET AND STORM WATER PLAN AND PROFILES PLAN TYPE 'D' MANHOLE CITY STANDARD ROADWAY MANHOLE RING & COVER NOT TO SCALE 3,-0" SQUARE PERMISSIBLE CONSTRUCTION JOINT T FINISHED PAVEMENT 0. Inv 7#4 0 12" O.C. HORIZ. BARS 5 0 9" O.C. VERT. BARS #6 0 10" O.C. E.W. TOP & BOTTOM ET R.C. BOX R R.C. IPIPE / (SIZE VARIES) G #5 VERT. 0 10" 0.C. #4 HORIZ. 0 12" 0.C. MAX CONTOUR BOSTON OF ��MANHOLE TO OUTLET PIPE W/ GROUT SEE KEYWAY DETAIL 6" CEMENT -STABILIZED SAND BEDDING COMPACTED TO 958 STD. PROCTOR DENSITY (ASTM D698) FOR PRECAST MANHOLES (SEE NOTE 12) #5 DOWELS 0 10" 0.C. (TYP) 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) 8 #5 0 10" O.C. EA. WAY NOTF. LATERAL PIPES NOT SECTION SHOWN FOR CLARITY TYPE 'D' MANHOLE NOT TO SCALE 1. ALL CONCRETE SHALL BE CLASS "C" (3600 PSI) EXCEPT CITY STANDARD CURB INLETS AND CONCRETE COLLARS MAY BE CLASS "A". 2. ALL REINFORCING STEEL SHALL BE GRADE 60. 3. DIMENSIONS RELATING TO REINFORCING STEEL ARE TO CENTERS OF BARS. 4. VERTICAL STEEL MAY BE SPLICED (15" MIN. LAP) IN THE LOWER ONE-HALF OF ALL INLET WALLS. 5. IN AREAS OF CONFLICT BETWEEN REINFORCING STEEL. PIPES AND MANHOLE FRAME, THE REINFORCEMENT SHALL BE BENT OR ADJUSTED TO CLEAR AS DIRECTED BY THE ENGINEER. 6. CHAMFER ALL EXPOSED EDGES 3/4". 7. PROVIDE CRY STANDARD SIDEWALK MANHOLE RING AND COVER FOR CTIY STANDARD CURB INLET. PROVIDE CTIY STANDARD ROADWAY STORM WATER MANHOLE RING AND COVER FOR SPECIAL CURB INLET. 8. THE CONTRACTOR MAY PROPOSE ALTERNATE PROCEDURES FOR THE CONSTRUCTION OF INLETS AND MANHOLES, INCLUDING PRECAST UNITS. PLANS FOR SUCH PROPOSED ALTERNATES SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW AND APPROVAL BEFORE CONSTRUCTION. PRECAST MANHOLE WITHIN THE ROADWAY SHAL BE DESIGNED TO SUPPORT HS 20 TRAFFIC LOADING AND SEALED BY A UCENSED ENGINEER. 9. ALL INLET WALLS SHALL BE FORMED EXCEPT WHERE THE NATURE OF THE SURROUNDING MATERIAL IS SUCH THAT IT CAN BE TRIMMED TO A SMOOTH VERTICAL FACE. WHEN INLET WALLS ARE PLACED TO NEAT EXCAVATION UNES THE WALL THICKNESS SHALL NOT EXCEED 10 INCHES. PAYMENT FOR INLET AT THE CONTRACT PRICE SHALL INCLUDE THE TRANSTIION CURB. 10. INVERT OF INLET SHALL BE SLOPED 1:20 WITH GROUT. 11. NO SPLICING OF REINFORCING STEEL SHALL BE PERMITTED EXCEPT WHERE OTHERWISE NOTED ON THE PLANS OR PERMITTED IN WRITING BY THE ENGINEER. 12. IN DEEP EXCAVATIONS (> 20') OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2. 3, OR 4. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m LJ 0 REVISION NO. DESCRIPTION a cc N M J = T WZ N F ci cc E W a. '0'w Y/ CITY OF CORPUS CHRISTI REVISION NO SHEET 66 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 ,,, 7_ DOWELS 0 #5 10" 0.C. (TYP) 8" 8" O.D. PIPE + 12" MIN. 8" 8" NOTE: LATERAL PIPES NOT SHOWN FOR CLARITY 4'-0" (MIN.) 8'-2" (MAX) SECTION TYPE 'C' MANHOLE NOT TO SCALE SEE KEYWAY DETAIL #5 O.C. EA. WAY ADDITIONAL #5 BARS 0 OPENING (TYP.) 4'-0" rL R.C. PIPE OR R.C. BOX SEE PLAN FOR SIZE AND LOCATION (TYP) m J— — #4 BARS 0 4" O.C.E.W. (TOP SLAB) 5 70 MANHOLE RING AND COVER z m 8 VARIES 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) NOTE FOR R.C. PIPE SIZES, DIRECTION, AND FLOWUNES, REFER TO STREET AND STORM WATER PLAN AND PROFILES PLAN TYPE 'D' MANHOLE CITY STANDARD ROADWAY MANHOLE RING & COVER NOT TO SCALE 3,-0" SQUARE PERMISSIBLE CONSTRUCTION JOINT T FINISHED PAVEMENT 0. Inv 7#4 0 12" O.C. HORIZ. BARS 5 0 9" O.C. VERT. BARS #6 0 10" O.C. E.W. TOP & BOTTOM ET R.C. BOX R R.C. IPIPE / (SIZE VARIES) G #5 VERT. 0 10" 0.C. #4 HORIZ. 0 12" 0.C. MAX CONTOUR BOSTON OF ��MANHOLE TO OUTLET PIPE W/ GROUT SEE KEYWAY DETAIL 6" CEMENT -STABILIZED SAND BEDDING COMPACTED TO 958 STD. PROCTOR DENSITY (ASTM D698) FOR PRECAST MANHOLES (SEE NOTE 12) #5 DOWELS 0 10" 0.C. (TYP) 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) 8 #5 0 10" O.C. EA. WAY NOTF. LATERAL PIPES NOT SECTION SHOWN FOR CLARITY TYPE 'D' MANHOLE NOT TO SCALE 1. ALL CONCRETE SHALL BE CLASS "C" (3600 PSI) EXCEPT CITY STANDARD CURB INLETS AND CONCRETE COLLARS MAY BE CLASS "A". 2. ALL REINFORCING STEEL SHALL BE GRADE 60. 3. DIMENSIONS RELATING TO REINFORCING STEEL ARE TO CENTERS OF BARS. 4. VERTICAL STEEL MAY BE SPLICED (15" MIN. LAP) IN THE LOWER ONE-HALF OF ALL INLET WALLS. 5. IN AREAS OF CONFLICT BETWEEN REINFORCING STEEL. PIPES AND MANHOLE FRAME, THE REINFORCEMENT SHALL BE BENT OR ADJUSTED TO CLEAR AS DIRECTED BY THE ENGINEER. 6. CHAMFER ALL EXPOSED EDGES 3/4". 7. PROVIDE CRY STANDARD SIDEWALK MANHOLE RING AND COVER FOR CTIY STANDARD CURB INLET. PROVIDE CTIY STANDARD ROADWAY STORM WATER MANHOLE RING AND COVER FOR SPECIAL CURB INLET. 8. THE CONTRACTOR MAY PROPOSE ALTERNATE PROCEDURES FOR THE CONSTRUCTION OF INLETS AND MANHOLES, INCLUDING PRECAST UNITS. PLANS FOR SUCH PROPOSED ALTERNATES SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW AND APPROVAL BEFORE CONSTRUCTION. PRECAST MANHOLE WITHIN THE ROADWAY SHAL BE DESIGNED TO SUPPORT HS 20 TRAFFIC LOADING AND SEALED BY A UCENSED ENGINEER. 9. ALL INLET WALLS SHALL BE FORMED EXCEPT WHERE THE NATURE OF THE SURROUNDING MATERIAL IS SUCH THAT IT CAN BE TRIMMED TO A SMOOTH VERTICAL FACE. WHEN INLET WALLS ARE PLACED TO NEAT EXCAVATION UNES THE WALL THICKNESS SHALL NOT EXCEED 10 INCHES. PAYMENT FOR INLET AT THE CONTRACT PRICE SHALL INCLUDE THE TRANSTIION CURB. 10. INVERT OF INLET SHALL BE SLOPED 1:20 WITH GROUT. 11. NO SPLICING OF REINFORCING STEEL SHALL BE PERMITTED EXCEPT WHERE OTHERWISE NOTED ON THE PLANS OR PERMITTED IN WRITING BY THE ENGINEER. 12. IN DEEP EXCAVATIONS (> 20') OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2. 3, OR 4. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m LJ 0 REVISION NO. DESCRIPTION a cc N M J = T WZ N F ci cc E W a. '0'w Y/ CITY OF CORPUS CHRISTI REVISION NO SHEET 66 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 z TRANSITION FLOWLINE OF GUTTER (10' TYPICAL)y 6" 5'-0" STANDARD CURB INLET 5' THROAT EXTENSION _ TRANSITION FLOWLINE 6" BARS L 14 REBAR (7 REQ'D) A OF GUTTER (10' TYPICAL) 6" C&G 3/4" EXPANSION JOINT (TYP) 6" 18" #4 O 6" 0.C. PERMISSIBLE CONST. JT. BLOCK OUT WALL OF STANDARD CURB INLET TO ACCOMODATE INLET EXTENSION 6X6" CONC. THROAT SUPPORT CURB INLET THROAT EXTENSION PLAN NOT TO SCALE 0 BACK #4 0 6" 0.0 n N REFER TO CIN OF CORPUS CHRISTI STD. CURB INLET FOR DETAIL 6"x6" CONC. THROAT SUPPORT 14 0 6" 0.C. 6'I �4 CONT. PERMISSIBLE CONST. JT. 6 2,-0" SECTION A -A NOT TO SCALE UNPAVED AREAS TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXIST. (4" MIN. DEPTH) Y 2 2 14 0 6" 0.C. 61 16" 18" PAVED AREAS A #5 BARS #4 BARS 0 4" 0.C.E.W. (TOP SLAB) #5 0 9" 0.C. 8QTYP.) SELECT EXCAVATED MATERIAL BACKFILL COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) FINISH ROUGHEN, CLEAN PAVING AND APPLY GRADE BONDING AGENT ASPHALT OR CONCRETE PAVEMENT AS PER PLANS 0 0 SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SEE TABLE 2- ITEM A /\./2>>2>%/.2>//::// /.2:.%W/ i. R.C. PIPE O.D. + 2'-0" TRENCH BACKFILL FOR STORM WATER PIPES NOT TO SCALE 01 BACKFILL SHALL BE CEMENT STABIUZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SEE TABLE 2- REM B COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SEE TABLE 2 - ITEM A SAND ENCASEMENT (INITIAL BACKFILL) COMPACTED TO 95% STANDARD PROCTOR DENSITY (ASTM 0698) DRILL AND SET IN EPDXY GROUT #5 DOWEL x 2'-6" LONG 0 9" O.C. (MIN. 4" INTO TOP OF BOX) 4'-8" MANHOLE RING AND COVER PLAN VIEW 0" 3'-0" 10" CITY STD. ROADWAY STORM WATER MANHOLE RING AND COVER FINISHED PAVEMENT PERMISSIBLE CONSTRUCTION JOINT #4 0 12" O.C. HORIZ. BARS #5 0 9" 0.C. VERT. BARS SECTION MANHOLE RISER DETAIL BREAK 3'-0" SQ. OPENING NOT TO SCALE UNPAVED AREAS TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXIST. (4" MIN. DEPTH) PAVED AREAS ASPHALT OR CONCRETE PAVEMENT AS PER PLANS REPLACE EXISTING RING AND COVER AS PER CITY OF CORPUS CHRISTI STANDARDS REMOVE AND RECONSTRUCT EXIST. CURB INLET TOP AND THROAT (SIZE OF INLET VARIES) N /,. /,. /,. / / SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) SEE TABLE 2 - ITEM A R.C. BOX 0.D. + 2'-0" TRENCH BACKFILL FOR STORM WATER R.C. BOX CULVERTS 0. 0 re 0 N 6 io SLOPE 2% BACK EXISTING CONC. SHALL BE ROUGHENED AND EPDXY BONDING AGENT SHALL BE APPUED PRIOR TO POURING OF NEW CONC. (TYP) EXISTING CONCRETE CURB INLET BACKFILL SHALL BE CEMENT STABIUZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SEE TABLE 2- ITEM B COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SEE TABLE 2 - ITEM A SAND ENCASEMENT (INITIAL BACKFILL) COMPACTED TO 95% STANDARD CEMENT-STABIUZED SAND BEDDING (2 SACKS CEMENT/C.Y. OF SAND) COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) NOTE: (CONCRETE PAVEMENT ONLY) CONTRACTOR HAS OPTION TO USE CEMENT STABIUZED SAND OR BACKFILL WITH SELECT BACKFILL MATERIAL NOT TO SCALE 6� 4 CONT. (4 REQ'D) y____PROP. PAVEMENT ___ GRADE 14 CONT. 0 9" 0.C. #4 DOWELS 0 12" 0.C. DRILL 6" INTO EXIST. CONC. AND EMBED IN EPDXY. EXIST. R.C.P. (SIZE VARIES) NOTE: EXIST. INVERT SURFACE TO BE CLEANED & COATED W/ EPDXY BONDING AGENT AND RESHAPED W/ NEW GROUT TO MATCH EXISTING FLOWUNES. REMOVE AND REPLACE TOP OF EXISTING CURB INLET DETAIL NOT TO SCALE 12" MIN TEMPORARY CONCRETE FORM 12" 6" EXPANDABLE WATERSTOP OR WATER -SWELLING SEALANT —6" MIN. CLR. CAST -IN-PLACE 3000 PSI CONCRETE PROP. R.C. PIPE (SIZE VARIES SEE PLANS) #4 BARS (TYP ALL AROUND) DRILL & EPDXY GROUT #5 x 10" LG. 0 10" 0.C. (EMBED 4" INTO CONCRETE BOX WALL) PLUG W/ BRICK AND MORTAR EXISTING R.C. PIPE TO REMAIN (SIZE VARIES SEE PLANS) EXISTING R.C. PIPE PLUG NOT TO SCALE BREAK OUT OPENING AS REQUIRED TO CONNECT PROP. R.C. PIPE EXISTING R.C. BOX CULVERT 7 TL VARIES (SEE PLANS) TL VARIES / (SEE PLANS) PROP. PIPE TO EXISTING R.C. BOX CONNECTION DETAIL EXPANDABLE WATERSTOP OR WATER-SWEWNG SEALANT #3 BARS NOT TO SCALE 2'-0" CAST -IN-PLACE 3000 PSI CONCRETE EXIST. R.C.P. OR PVC PIPE PIPE COLLAR SHALL BE USED WHERE A TIGHT JOINT CANNOT BE PLACED, SUCH AS A BREAK IN ALIGNMENT, DAMAGED PIPE ENDS OR 11E -IN TO EXISTING PIPE OR STRUCTURES. GENERAL NOTES FOR BACKFILL 3 BARS 2"1 12" 20" CONCRETE COLLAR DETAIL NOT TO SCALE TABLE 1 TABI F 2 BEDDING AND INITIAL RACKFII 1 ANA BA .KFII 1 PROP. R.C. PIPE Mme• UNPAVED AREAS PAVED AREAS PIPE COLLAR SHALL BE USED WHERE A TIGHT JOINT CANNOT BE PLACED, SUCH AS A BREAK IN ALIGNMENT, DAMAGED PIPE ENDS OR 11E -IN TO EXISTING PIPE OR STRUCTURES. GENERAL NOTES FOR BACKFILL 3 BARS 2"1 12" 20" CONCRETE COLLAR DETAIL NOT TO SCALE TABLE 1 TABI F 2 BEDDING AND INITIAL RACKFII 1 ANA BA .KFII 1 (BELOW PIPE TO 12" ABOVE PIPE) (GREATERTHAN 12" ABOVE PIPE1 UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF GRANULAR MATERIAL A. FOR 12" ABOVE PIPE TO A. FOR 12" ABOVE PIPE TO 3' BELOW CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL OR MATERIAL BOTTOM OF TOPSOIL BOTTOM OF ROAD BASE: BACKFILL SHALL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL SEWER UNES: BACKFILL SHALL BE BE SELECT MATERIAL FROM EXCAVATION OR APPROVED SELECT MATERIAL TO BE IMPORTED MATERIAL AND SHALL 1. EXCAVATIONS <20FT. DEEP AND ABOVE WATER TABLE, USE FROM THE EXCAVATION; OR MEET THE FOLLOWING: MATERIAL MEETING THE FOLLOWING CRITERIA. IMPORTED MATERIAL; ALL TO MEETING REQUIREMENTS OF ASTM D2487 FOR: BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GREATER LL<35 PI 8-20 SP GP THAN 2" IN DIAMETER; NO CLUMPS > 2" DIA. SW GW LOOSE UFTS TO BE PLACED MOISTURE 0 TO +3% SP -SM GP -GM 10" MAX. COMPACT 95% D698 STD PROCTOR SW -SM GW -GM AND IN ADDITION: COMPACT MATERIAL TO 95% STD. PROCTOR (D698). LOOSE UFTS OF 10" MAX OR IF SELECT NOT ATION �CEMENT VTHEN PASSING 1/2" SIEVE - 100% MEETMATER REQIAL UIREMENTS, EMENTS,OM USE PASSING #4 SIEVE - 30% MINIMUM MOISTURE TO BE ADJUSTED STABIUZED SAND SEE TABLE 2 -ITEM B PLASTICITY INDEX (PI) - NP TO 10 MAX. TO ± 3% OF OPTIMUM. B. FOR 3' BELOW BOTTOM OF ROAD BASE TO 2. IN DEEP EXCAVATIONS (>20') OR BELOW WATER TABLE, USE B. TOPSOIL TO BE PROVIDED BOTTOM OF ROAD BASE: CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF: EQUAL OR BETTER THAN EXISTING; AND MATCH A. CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2, 3, EXISTING TOPSOIL DEPTH. BACKFILL SHALL BE CEMENT STABILIZED OR 4. (4" MIN.) COMPACT TO FIX SAND AND SHALL MEET THE FOLLOWING CONFUCT TO EXISTING REQUIREMENTS: FOR ALL UTILITIES: ADJACENT TOPSOIL (CONSTRUCTION TO BE SAND GRADATION. 1. FOR PIPE DIAMETER EQUAL TO OR SMALLER THAN 16", USE 4" PERFORMED BY "DOUBLE % PASSING MINIMUM BEDDING UNDER PIPE. DITCH" METHOD TOP SOIL SALVAGED TO BE PLACED ON 1/2" 100% 2. FOR PIPE DIAMETER GREATER THAN 16", USE 6" MINIMUM TOP) #4 55-100 BEDDING UNDER PIPE. #10 40-100 140 25-100 1200 10-20 PI NP -10 2 SACKS CEMENT/C.Y. OF SAND. COMPACT TO 95% OF D698. MOISTURE TO BE ADJUSTED TO (+/-2%) OF OPTIMUM. CONSULTANT'S JOB NO. 130580 § DESCRIPTIO 0 LJ 0 REVISION NO. DESCRIPTION a cc g r WZ csi cc EW 0 CITY OF CORPUS CHRISTI STORM WATER DETAILS 4 OF 4 REVISION NO SHEET 67 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 25 PROP . EL=14.62 STA 4+07.4 FINISH GRADE = 15.2 (M.E.) XIST. DW EL=14.65 20 EXIST. DW FINISH = 13.5 GRADE (M.E.) :%=_ESLOPE XIST 2PE 3.4% PROP- (. DRIVEWAY 20 3 I 3 2% SLOPE ...elf--------- 2% SLOPE 4.3% PROP ------______Nb., DRIVEWAY o E x 15 XIST. DV .1 � 3 x 3 10 EXIST . 1' F[=14.86 _ •7 10 �� 0Fl 5 - ?.��--,` 1'R E=14.27 x FLAT BOT EXIST 18" RCP E= 12.82 ' PROP 2'0 FL= 13.13 5 0 PROP 24" RCP 3 5' FLAT BOT EXIST 24" RCP 15 10 0 t = 19.79 10 o 1 ' FLAT BOT 12.59 EXIST \ PROP 24" RCP 24" RCP 2' FLAT BOT E=11.35 FL = 11.24 5 0 PROP . EL=14.62 STA 4+07.4 FINISH GRADE = 15.2 (M.E.) XIST. DW EL=14.65 20 EXIST. DW PROP . EL=16.49 STA 5+52.0 FINISH GRADE = 15.4 (M.E.) 3.7% PROP T BOT EXIST. DW EL=18.95 20 L� 2% SLOPE :%=_ESLOPE XIST 2PE 3.4% PROP- (. DRIVEWAY 0 15 • I .. 4• .\ EXIST -C---- 15 XIST. DV x � 3 x 3 10 x 1' F[=14.86 _ •7 10 �� 0Fl 5 - ?.��--,` 1'R E=14.27 x FLAT BOT EXIST 18" RCP E= 12.82 ' PROP 2'0 FL= 13.13 5 0 PROP 24" RCP 3 5' FLAT BOT EXIST 24" RCP 15 10 0 PROP . EL=16.49 STA 5+52.0 FINISH GRADE = 15.4 (M.E.) 3.7% PROP T BOT EXIST. DW EL=18.95 20 L� 2% SLOPE 2% SLOPE 2% SLOPE DRIVEWAY __ - -- 0 15 • I .. 4• .\ EXIST -C---- - -- XIST. DV x 3 3 x 3 10 x 1' F[=14.86 'FLAT BOT PROP 2' FLAT BOT F[= 13.87 5 - ?.��--,` 0 20 3.5' FLAT BOT 24" FRCP FL = 21.24 FL=22.40 15 x ...!1 0 PROP EL=17.16 STA 6+14.5 FINISH GRADE = 16.4 (M.E.) 25 2% SLOPE 2% SLOPE S. 1.7% PROP DRIVEWAY 1' FLAT BOT F[=15.79 EXIST 24" RCP F[= 14.45 3 0 0 0 EXIST. DW //EL=19.23 20 15 PROP 24" RCP 2' FLAT BOT F[ = 15.05 10 0 5 0 PROP q. EL=19.04 FINISH GRADE STA 7+40.0 = 24.8 (M.E.) 30 RE -GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS -LINED) LT. FINISH GRADE = 25.8 (M.E.) PROP EL=25.58 STA 12+69.0 30 2% SLOPE 2% SLOPE �---- 2% SLOPE -10.0% PROP �� DRIVEWAY 25 .y �� EXIST -C---- - -- __ XIST. DV x ` EL=21.9` PROP 24" RCP EXIST 20 - ?.��--,` 0 20 3.5' FLAT BOT 24" FRCP FL = 21.24 FL=22.40 15 x ...!1 FLAT BOT F[=22.88 PROP 24" RCP 3 5' FLAT BOT EXIST 24" RCP 15 10 t = 19.79 FL=19.47 10 RE -GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS -LINED) LT. FINISH GRADE = 25.8 (M.E.) PROP EL=25.58 STA 12+69.0 30 SOUTHERN MINERALS ROAD DRIVEWAY PROFILES SCALE HORIZ: 1"=20' VERT: 1"=10' 10 20' PROP EL=26.54 STA 14+11.6 CONSULTANT'S JOB NO. 130580 DESCRIPTIO contractors m 0 REVISION NO. DESCRIPTION w a 0 O cc WZ F in Z>69- 1.11 ct cc W 0 DRIVEWAY PROFILES REVISION NO SHEET 68 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 2% SLOPE 2% SLOPE 1.4% PROP EXIST. DW e 7 /� 31' ST �� DRIVEWAY-- --- EL=26.34 25 / x PROP 24" RCP EXIST 20 F 1' FLAT BOT F[=24.36 3.5' FLAT BOT 24" FRCP FL = 21.24 FL=22.40 15 x 10 SOUTHERN MINERALS ROAD DRIVEWAY PROFILES SCALE HORIZ: 1"=20' VERT: 1"=10' 10 20' PROP EL=26.54 STA 14+11.6 CONSULTANT'S JOB NO. 130580 DESCRIPTIO contractors m 0 REVISION NO. DESCRIPTION w a 0 O cc WZ F in Z>69- 1.11 ct cc W 0 DRIVEWAY PROFILES REVISION NO SHEET 68 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 FINISH GRADE = 10.6 (M.E.) 20 M N 2% SLOPE 2% SLOPE IP ' FLAT BOT 2' FLAT BOT Ft = 9.00 TOC=12.3 (M.E.) 15 10 5 f[= 9.18 0 FINISH GRADE = 11.2 (M.E.) PROP EL=11.16 STA 2+73 ' MI\I 20 TOC=12.4 (M.E.) 15 2% SLOPE 2% SLOPE 10 >x FLAT BOT 1=9.72 2' FLAT BOT E.= 9.52 X 5 0 PROP EL=12.22 STA 3+00 FINISH GRADE = 14.8 (M.E.) 2' MIN 20 1 ? —1— 2% SLOPE ..1------ 2% SLOPE 3„/-TOC=12.5 15 1' FLAT BOT F=1.-597 , 5 0 PROP EL=15.30 STA 4+65 (M.E.) FINISH GRADE = 14.7 (M.E.) 2' MIN 20 2% SLOPE TOC=15.7 (M.E.) 15 10 FLAT BOT L=13.68 0 2' FLAT BOT F[= 12.47 , x 5 0 FINISH GRADE = 15.9 (M.E.) PROP EL=15.83 STA 5+00.00 2' MIN 15 F[=15.63 2% SLOPE 2' FLAT BOT-' L= 15.16 10 10 1' FLAT BOT F=1.-597 2' FLAT BOT F= 17 nn 'S• , 5 0 PROP EL=15.30 STA 4+65 (M.E.) FINISH GRADE = 14.7 (M.E.) 2' MIN 20 2% SLOPE TOC=15.7 (M.E.) 15 10 FLAT BOT L=13.68 0 2' FLAT BOT F[= 12.47 , x 5 0 FINISH GRADE = 15.9 (M.E.) PROP EL=15.83 STA 5+00.00 2' MIN 15 5 0 PROP EL=18.03 STA 6+65 F[=15.63 2% SLOPE 2' FLAT BOT-' L= 15.16 10 6. 5 0 PROP EL=18.03 STA 6+65 SOUTHERN MINERALS ROAD CROSS SECTIONS SCALE HORIZ: 1"=20' VERT: 1"=10' 10' 20' PROP EL=18.05 STA 7+00 .3 (M.E.) CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION L i H Z w= JtPJ SOUTHERN MINERALS ROAD O O r-- 0 O r') +- N L.- < O U) 0 0 w (n cn 0 U REVISION NO SHEET 69 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 FINISH GRADE = 16.1 (M.E.) 2% SLOPE 2% SLOPE TOC=1 i? 3" 20 6. 'S• 15 1' FL=15.75 FLAT BOT 2' FLAT BOT F[= 15.12 10 x & 5 0 SOUTHERN MINERALS ROAD CROSS SECTIONS SCALE HORIZ: 1"=20' VERT: 1"=10' 10' 20' PROP EL=18.05 STA 7+00 .3 (M.E.) CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION L i H Z w= JtPJ SOUTHERN MINERALS ROAD O O r-- 0 O r') +- N L.- < O U) 0 0 w (n cn 0 U REVISION NO SHEET 69 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 FI NI FIN STA 8+00 _ 25 SH GRADE 17.4 (M.E.) 2%` — 2�' E TOC=19.0 3" SLOPE B 2% SLOPE 3" / 20 �” 3. . 45" S i 15 — — NO.' ' . , r� 3 1' FL=16.24 3 FLAT BOT 3' FLAT BOT FL= 14.59 10 x J j% PROP q EL=19.84 0 STA 8+00 _ 25 ISH GRADE 19.1 (M.E.) 3" TOC=21.4 25 2% SLOPE B 2% SLOPE 3" TOC=19.E 20 �” .....e----- �`� 45" — — NO.' ' . , r� 1' FLAT BOT F =17.69 3' FLAT BOT FL= 15.29 0 15 10 5 PROP EL=21.18 STA 9+00 FINISH GRADE ?0.9 (M.E.) L 2„'i 25 3" TOC=21.4 25 � � % �” TOC=20.5 20 3' FLAT BOT W— 1 c c� 45" — — NO.' ' . , r� — 1 J. 0 — 1 V. 10 5 PROP EL=22.49 STA 10+00 5 (M.E.) (M.E.) rIINIJn bMI-NU L _ = 22.2 (M.E.) 2% LOPE 2% SLOPE \ — 3" TOC=21.4 25 15 1' w —1 FLAT BOT n 1 z 3' FLAT BOT W— 1 c c� 45" — 1 J. 0 — 1 V. 10 5 PROP EL=22.49 STA 10+00 5 (M.E.) (M.E.) rIINIJn bMI-NU L _ = 22.2 (M.E.) 2% LOPE 2% SLOPE \ — 3" TOC=21.4 25 . 10 20 45" J j% 15 R 1' FL=20.58 FLAT BOT 3' FLAT BOT FL= 17.76 10 5 PROP EL=23.79 STA 11+00 FINISH GRADE = 23.6 (M.E.) % SLOPE 2' MIN 30 2% SLOPE 3" (M.E.) TOC=21.8 (M.E.) 25 20 3.5' FLAT BOT FL= 19.00 15 10 RE—GRADE EXIST. SWALE 1' FLAT BOTTOM (M.E.) (GRASS—LINED) LT. FINISH GRADE = 25.0 (M.E.) PROP EL=25.10 STA 12+00 2% SLOPE FLAT BOT 2' MIN 2% SLOPE 3" 3' FLAT BOT 30 TOC=22.2 (M.E.) 25 20 15 SOUTHERN MINERALS ROAD CROSS SECTIONS SCALE HORIZ: 1"=20' VERT: 1"=10' i0• 20• PROP EL=25.80 STA 13+30 CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 3 0 REVISION NO. DESCRIPTION o m `0 0 a a ccti N Cf) = r WZ CI Z> OC CC m W a. 0 h O 1) 1) <U) co0 r 0 LLJ 00 u_ QO N Z LTJ z = O OU U)LLI cn U) O O REVISION NO SHEET70 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 'FL=23.90 FL= 20.11 10 SOUTHERN MINERALS ROAD CROSS SECTIONS SCALE HORIZ: 1"=20' VERT: 1"=10' i0• 20• PROP EL=25.80 STA 13+30 CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 3 0 REVISION NO. DESCRIPTION o m `0 0 a a ccti N Cf) = r WZ CI Z> OC CC m W a. 0 h O 1) 1) <U) co0 r 0 LLJ 00 u_ QO N Z LTJ z = O OU U)LLI cn U) O O REVISION NO SHEET70 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 RE—GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS—LINED) LT. MIN 2% SLOPE 2% SLOPE RE—GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS—LINED) LT. 30 TOC=25.1 (M.E.) 25 20 FINISH GRADE = 25.1 (M.E.) FLAT BOT =24.41 3' FLAT BOT F[= 22.09 15 10 RE—GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS—LINED) LT. -\ PROP EL=26.82 STA 15+00 2% SLOPE 2% SLOPE 2' MIN 2' MIN 2% SLOPE 2% SLOPE 30 FINISH GRADE = 25.75 (M.E.) 0 1' FLAT BOT F[=24.71 3' FLAT BOT F[= 23.05 TOC=24.9' (M.E.) 25 20 15 0 10 RE—GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS—LINED) LT. 30 FINISH GRADE = 25.4 (M.E.) 1 ' FLAT BOT F[=24.53 3' FLAT BOT F[= 22.47 TOC=24.5 (M.E.) 25 20 PROP EL=27.13 STA 16+00 2% SLOPE 2' MIN 2% SLOPE 30 TOC=25.4' (M.E.) 25 20 FINISH GRADE 15 = 26.1 (M.E.) 10 PROP EL=26.94 STA 15+40 1' FLAT BOT [=25.00 3' FLAT BOT F[= 24.01 15 10 SOUTHERN MINERALS ROAD CROSS SECTIONS SCALE HORIZ: 1"=20' VERT: 1 "=10' 0 20' PROP [ EL=27.44 STA 17+00 CONSULTANT'S JOB NO. 130580 DESCRIPTIO W 0 REVISION NO. DESCRIPTION f_3 00 `0 0 -t• n;L Z FD E w N9 mEw CORPUS CHRISTI a a ccNtr- WZ Fce CI Z>m oCoc9-- W a. 0 h 0 0 J w z z w 0 O O 0 O O + U) z 0 U w 0 U REVISION NO SHEET 71 of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 PROP DRIVEWAY TOC=26.5 (M.E.) 2% SLOPE 2% SLOPE co PROP DITCH 8' 2' MIN FLAT BOT FL = 25.16 (LOW WATER CROSSING) 0 TOC=25.3 (M.E. PROP DITCH 3' FLAT BOT FL = 24.51 30 25 20 15 10 PROP EL=27.35 STA 17+51.93 RE—GRADE EXIST. SWALE 1' FLAT BOTTOM (GRASS—LINED) LT. 2' MIN 2% SLOPE 2% SLOPE PP 30 TOC=25.4 (M.E.) 25 FINISH GRADE = 25.6 (M.E.) 1.0' FLAT BOT FL= 25.36 3' FLAT BOT FL=24.98 0 20 FINISH GRADE = 25.6 (M.E.) 2% SLOPE - 2% SLOPE — — „ 30 �� ��.—� mo TOC=25.3 (M.E.) 25 �- 20 1 ' FLAT BOT F[=25.59 3' FLAT BOT FL= 24.86 15 10 FINISH GRADE = 26.4 (M.E.) — PROP EL=28.05 STA 19+00 2% SLOPE PROP PAVEMENT CROWN 2' MIN 2% SLOPE �7\ 30 TOB=26.0 (M.E.) 25 20 1' FLAT BOT 15 t=26.193 15 3' FLAT BOT FL= 24.50 10 PROP EL=27.74 STA 18+00 10 SOUTHERN MINERALS ROAD CROSS SECTIONS SCALE HORIZ: 1"=20' VERT: 1"=10' 0 10• 20• PROP EL=28.36 STA 20+00 CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION o m U 0 Llt U a cc NM,._ WZ ce CI F Z>m cC W a. 0 h 0 0 0 N (n 0 r 0 -ct (T) CROSS SECTIONS REVISION NO SHEET 72 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 z EXIST. KOCH HPPL EL= -2.08 SOUTHERN MINERALS ROAD 0 BOX 100 BOX 10 BOX 10x7 BOX 100 OX EXIST. E.O.P. z re Iw PROP. E.O.P._ -STA. 3+82.4 (26' RT) EL=13.56 MPPE EXIST. 6" CONC. DRIVEWAY EXIST. S.E.T. TO BE REMOVED EXIST. 10' X 7' TxDOT C.B.C. 602 EXIST. 6" CONC. DRIVEWAY EXIST. S.E.T. TO BE REMOVED EXIST. E.O.P. PROP. E.O.P. STA. 4+33.2 (24' RT) EL=14.46 MPPE PROP. CONC. S STA. 3+80.3 (30.4' RT) EL=14.36 PROP. 6" CONCRETE DRIVEWAY EL=14.77 PROP. CONC. S.E.T STA. 4+33.6 (30.8' RT) r, rZa, GGGG7^rt��a�Gd��7G� PROP. 12" STEEL CASING _ awe sw� ST. 4+45.6 (30.9' RT) FL=11.74 8 W 8 W 8 W PROP. 8" PVC WATER LINE PROP. EXPANSION JOINT STA. 3+92.1 (38.6' RT) EL=14.58 M.E. \EXIST. DW o EL=14.56 PETROCHEMICAL PIPELINES IN CONFLICT TO BE ADJUSTED BY INDMDUAL OWNERS. EXIST. DW EL=14.50 ROW ROW EXIST. DW Row 4.64 2 PROP. 24" x 53.5' R.C.P. W/TWO 6:1 CONC. S.E.T EXIST. DW EL=14.65 DRIVEWAY CULVERT LAYOUT STA. 4+07.4 SCALE: HORIZ: 1"=1 0' VERT: 1"=1 0' EXIST. DW EL=14.59 \\ ROW PROP. EXPANSION JOINT 2 2 STA. 4+22.8 (39.6' RT) EL=14.65 M.E. RO 2 G - 2 0 EXIST. 2" NATURAL GAS TO REMAIN IN PLACE 1. PROVIDE 18" DEEP X 5" WIDE TOEWALL ALONG ALL SIDES AND ENDS ON S.E.T. LONSULTANT'S JOB NO. 130580 m 1 REVISION NO. 20.0 15.0 10.0 5.0 0.0 iO*EXIST. ENERFIN\ LINE STA. 3+68.4 (30.4' RT) FL -11.24"- 8 W 5.5' 43.2' PROP. 5" -THICK CONCRETE 1 EL=14.3 RIP -RAP EL=13.4 PROP. S.E.T. s6:1 MAX PROP. 6 CONCRETE DRIVEWAY 0.9% SLOPE 4.8' L=14.77 - i Mev ,EL=13.99 4 -MIN. 4" CEMENT STABILIZED BACKFILL 0.9% SLOPE 12.0' 53.5' 3* EXIST. AIR UQUIDE UNE 8 W 8 W 8 W 8 W 1 S W 8 W 8 W 8 W 8 W PROP. S.E.T. TSTA. 4+45.6 (30.9' RT) FL=11.74 " PROP. 12" STEEL CASING 2 * EXIST. TO BE ADJUSTED * EXIST. TexSTAR UNE PROP. 24" x 53.5' R.C.P. W/PNO 6:1 CONC. S.E.T * EXIST. TO BE ADJUSTED PETROCHEMICAL PIPEUNES IN CONFLICT ..,_________---OO BE ADJUSTED BY INDMDUAL OWNERS. SECTION A -A A 2" ENERFIN HPPL VERIFIED BY HYDRO -EXCAVATION STA. 3+71 (30.9' LT) TOP OF PIPE EL=12.31 O 10" TexSTAR HPPL VERIFIED BY HYDRO -EXCAVATION STA. 3+78 (31.0' LT) TOP OF PIPE EL=11.24 IB AIR LIQUIDEO-EXHPPL VERIFIED IBY HYDRO -EXCAVATION STA. 3+80 (29.3' LT) TOP OF PIPE EL=11.19 W 8 W PROP. 8" PVC WATER LINE 20.0 15.0 10.0 5.0 0.0 DESCRIPTION 1_ 50 • E 2 / U (i) o CL ) LLJ o 0 E >- a U o m 0 50 25 0 25 50 REVISION NO. SHEET 73 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 SOUTHERN MINERALS ROAD 6+00 EXIST. 6" CONC. DRIVEWAY 10x7 BOX PROP. E.O.P. STA. 5+31.2 (20' RT) EL=15.84 MPPE EXIST. E.O.P. 10x7 BOX EXIST. 10' X 7' TxDOT C.B.C. 10x7 Box 10x7 Box EXIST. 18" R.C.P. TO BE REMOVED EXIST. DITCH ROW - 2 6 X 8 W RCP START DITCH EL=16.21 EXIST. 6" CONC. DRIV 10x7 BOX / 10x7 BOX PROP. E.O.P. STA. 5+72.9 (20' RT) EL=16.40 MPPE EXIST. 8" EXIST. E.O.P. CONC. DRIVEWAY XIST. 8" CONC. DRIVEWAY 10x7 BOX PROP. E.O.P. STA. 5+80.9 (20' RT) EL=16.51 MPPE 10x7 BOX 10x7 Box 10x7 BOX EXIST. 10' X 7' TxDOT C.B.C. 10x7 BOX 10x7 BOX 10x7 Bax PROP. E.O.P. STA. 6+57.4 (20' RT) EL=17.53 MPPE 10x7 BOX PROP. 6" CONCRETE DRIVEWAY SEE SHEET 64 DETAIL No.2 8 W 2G x PROP. EXPANSION JOINT STA. 5+41.2 (43.5' RT) EL=16.46 M.E. ROW EXIST. D EL=16.47 EXIST. DW EL=16.53 RCP 31.5' RCP 8 W 8 W EXIST. DW/ EL=16.49 EXIST. DW EL=16.61 EL=16.54 277 EXIST. OW/ EL=16.55 RCP EL=16.50 PROP. 6" CONCRETE DRIVEABLE AREA 8 W RCP PROP. EXPANSION JOINT STA. 5+62.8 (44.3' RT) EL=16.54 M.E. 8 W RCP EXIST. 24" R.C.P. TO BE REMOVED RCP RC EL=17.73 RCP PROP. 8" CONCRETE DRIVEWAY 56.0' RCP RCP RCP RCP DITCH HIGH POINT EL=18.30 8 W0 W tL 8 W PROP. 8" PVC WATER UNE PROP. EXPANSION JOINT - STA. 5+96.4 (44.9' RT) EL= 19.00 M.E. 0 8 W 2 G 8W 2 G SEE SHEET 64 DETAIL No.2 g W 8 W 2 8 RCP -7 8 W a RCP RCP EXIST. DW EL=16.66 EL=19.00 EXIST. DW EL=18.98 DRIVEWAY LAYOUT TA. 5+52 & STA. 6+14.5 SCALE: HORIZ: 1"=10' VERT: 1"=10' EXIST. DW/ EL=18.95 EXIST. DW/ EL=18.93 EL=18.93 ROW RO ROW RO EXIST. DW/ EL=18.98 PROP. EXPANSION JOINT STA. 6+32.6 (45.4' RT) EL= 18.92 M.E. EXIST. 2" NATURAL GAS TO REMAIN IN PLACE 20.0 5.0 10.0 5.0 0.0 START DITCH PROP. EXPANSION JOINT PROP. EXPANSION JOINT L=16.21 1 MO 31.5' PROP. 6CONCRETE DRIVEWAY 0.92% SLOPE EL=16.50 PROP. 6" CONCRETE DRIVEABLE AREA EL=17.73 56.0' PROP. 8" CONCRETE DRIVEWAY 1.02% SLOPE DITCH HIGH POINT L=18.30 //////// =6:1 MAX PROP. 5" -THICK CONCRETE RIP -RAP MIN. 4" CEMENT STABILIZED BACKFILL MIN. 4" CEMENT STABILIZED BACKFILL SECTION A -A PROP. 5" -THICK - CONCRETE RIP -RAP 20.0 15.0 10.0 5.0 0.0 CONSULTANT'S JOB NO. 130580 10 D • ›- g(13 CC EC Q ° W < U N Ln E (n 0 50 25 0 25 50 z 0 SHEET 74 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 EXIST. E.O.P. 10,47 BO 7+00 SOUTHERN MINERALS ROAD 8+00 EXIST. E.O.P. 10x7 B EXIST. 8" CONC. DRIVEWAY PROP. E.O.P. STA 7+02.9 (20' RT) EL=18.14 MPPE V4 EXIST. 8" CONC. DRNEWAY PROP. E.O.P. STA. 7+77.7 (20' RT) EL=19.14 MPPE PROP. 8" CONCRETE DRIVEWAY EXIST. S.E.T. TO BE REMOVED EXIST. 24" R.C.P. TO BE REMOVED EL=19.24 RCP RCP RCP RCP RCP RCP RGF EXIST. S.E.T.J ' TO BE REMOVED EL=18.52 PROP. CONC. S.E.T STA. 7+04.6 (31.8' RT) 9 r ROW 8 W PROP. 24" x 78.0' R.C.P. W/TWO 6:1 CONC. S.E.T 8 W 8 W itr PROP. CONC. S.E.T STA. 7+82.9 (29.6' RT) 8 W Q 8 W PROP. 8" PVC WATER LINE STA. 7+94.9 (29.2' RT) FL=14.61 V a V PROP. EXPANSION JOINT a r. o - STA. 7+21.6 (45.9' RT) ROW ROW EL=18.99 M.E. ROW 17 0 20 0W POW EXIST. DW EL=19.02 EXIST. DW -/EL=19.11 EXIST. DW JEL=19.23 DRIVEWAY CULVERT LAYOUT STA. 7+40 SCALE: HORIZ: 1"=10' VERT: 1"=10' 0 10' EL=19.32 EXIST. DW LL=19.34 O PROP. EXPANSION JOINT STA. 7+58.5 (45.7' RT) EL=19.31 M.E. ROW EXIST. 2" NATURAL GAS TO REMAIN IN PLACE NE: 1. PROVIDE 18" DEEP X 5" WIDE TOEWALL ALONG ALL SIDES AND ENDS ON S.E.T. ani LONSULTANT'S JOB NO. 130580 m REVISION NO. 20.0 15.0 10.0 5.0 0.0 STA. 6+92.6 (32.0' RT) FL=15.12 PROP. 5" -THICK CONCRETE RIP -RAP EL=17.37 PROP. S.E.T. 6.6' 58.7' 12.7' EL=18.52 MIN. 4" CEMENT STABILIZED BACKFILL PROP. 8" CONCRETE DRIVEWAY _ 1.22% SLOPE SLOPE =19.24 S=6:1 12.0 78.0' 36.0 42.0' =16.86 I PROP. S.E.T STA. 7+94.9 (29.2' RT) FL=14.61 -12.0'- -1- R W 8 W R W 8 W 8 W 8 W R W R W PROP. 24" x 78.0' R.C.P. W/TWO 6:1 CONC. S.E.T SECTION A -A R W 8 8 W 8 W 8 W 8 W PROP. 8" PVC WATER LINE 20.0 15.0 10.0 5.0 0.0 DESCRIPTION co 8) 0 c cn J = r ZEN Z>m cc cc W O en 50 25 0 25 50 REVISION NO. SHEET 75 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 12+00 SOUTHERN MINERALS ROAD 13+00 10x7 BOX EXIST. E.O.P. 10x7 BOX 10x7 BOX 10x7 BOX 10x7 BOX 10x7 BO 10x7 BOX EXIST. 10' X 7' TxDOT C.B.C. 10x7 BOX 10x7 BOX 10x7 BOX 10x7 BOX 100 BOX EXIST. E.O.P. 10x7 BOX - 20 2 0 2 C PROP. CONCRETE RIP -RAP UNED DITCH EXIST. 8" CONC. DRIVEWAY 2 0 PROP. E.O.P. STA. 12+30.6 (20' RT) EL= 24.92 MPPE 2c � I STA. 12+16.7 (32.5' RT) FL=19.20 V a ST V PROP. CONC. SIT STA 12+28.9 (32.3' RT) V a 2 0 2 O 2 G 2 C EXIST. 2" NATURAL GAS TO REMAIN IN PLACE 2 2 G 2 0 PROP. 8" CONCRETE DRIVEWAY 2 0 2 2 G EXIST. 8" CONC. DRIVEWAY 2 G 2 O 2 0 PROP. E.O.P. PROP. CONCRETE STA. 13+05.4 (20' RT) RIP -RAP LINED EL=25.44 MPPE DITCH PROP. CONC. S.E.T STA. 13+05.2 (30.6' RT) STA. 13+17.3 (30.0' RT) FL=20.28 EL=23.45 EL=23.85 s RCP RCP RCP RCP RCP RCP RCP w 1. /8 W 8 W PROP. 8" PVC WATER LINE EXIST. S.E.T. a ST TO BE REMOVED a ROW X 8 W .. 8 W EXIST. 24" R.C.P. TO BE REMOVED a 8 W 8 56.7' RCP aw aW aw 8 ROW ROW X ROW X ROW X ROW X PROP. CONCRETE RIP -RAP UNED DITCH PROP. EXPANSION JOINT STA. 12+47.9 (42' RT) EL=22.27 M.E. EXIST. DW EL=22.16 EXIST. D EL=21.89 EXIST. DW /EL=21.92 PROP. 24" x 75.6' R.C.P. W/TWO 6:1 CONC. S.E.T EXIST. DW EL=21.95 DRIVEWAY CULVERT LAYOUT STA. 12+69 SCALE: HORIZ: 1"=10' VERT: 1"=10' 10' EXIST. DW/ 22) EL=22.32 EXIST. DW/ EL=22.00 EXIST. DW EL=22.00 8 W I a ROW D a EXIST.. 24" R.G.P. TO BE REMOVED PROP. EXPANSION JOINT STA. 12+90.2 (40.5' RT) EL=22.44 M.E. ROW X a EXIST. TO BE REMOVED -7 8 W ROW ROW X X X PROP. CONCRETE RIP -RAP UNED DITCH NOTE: 1. PROVIDE 18" DEEP X 5" WIDE TOEWALL ALONG ALL SIDES AND ENDS ON S.E.T. 25.0 STA. 12+16.7 (32.5' RT) FL=19.20 20.0 15.0 10.0 5.0 0.0 11.2' 56.7' 7.6' PROP. 5" -THICK CONCRETE RIP -RAPT EL=21.45 EL=23.45 MAX PROP. 8" CONCRETE DRIVEWAY _ 0.71% SLOPE 1 L=23.85 S6.1 MAX L=22.53 PROP. S.E.T =X- _ 1.43% SLOPE MIN. 4" CEMENT STABI_LIZED BACKFILL -�--12.0' 75.6' 39.6' 36.0' PROP. S.E.T PROP. 24" x 75.6' R.C.P. W/TWO 6:1 CONC. S.E.T SECTION A -A 12.0'----- �� STA 13+17.3 (30.0' RT) FL=20.28 25.0 20.0 15.0 10.0 5.0 0.0 LONSULTANT'S JOB NO. 130580 O) N 50 25 0 25 50 z 0 ce SHEET 76 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 7 BOX 10x7 BOX STA. 13+62.5 (28.5' RT) FL=20.73 v 2 G 2 G 10x7 Box 10x7 BOX 14+00 10x7 Box 1027 BOX SOUTHERN MINERALS ROAD EXIST. 6" 2 G 2 G CONC. DRIVEWAY zG 2 G PROP. CONCRETE 2 s RIP -RAP LINED PROP. E.O.P. EXIST. 2" DITCH STA. 13+89.3 (20' RT) NATURAL GAS EL= 26.04 MPPE D q PROP. CONC. S.E.T STA. 13+74.6 (28.2' RT) -7 70x7 BOX TO REMAIN IN PLACE 2c 'N.\\\\,....10x7 Box EXIST. 10' X 7' TxDOT 2 G 10x7 Box C.B.C. PROP. E.O.P. STA. 14+34.0 (20' RT) EL=26.22 MPPE 2 G PROP. 6" CONCRETE DRIVEWAY 10x7 BOX EXIST. 6" CONC. DRIVEWAY 2 G 10x7 BOX 2 G 10:7 Box 2 G PROP. CONC. S.E.T STA. 14+43.9 (25.7' RT) PROP. CONCRETE RIP -RAP LINED DITCH 8 W ROW x D8W PROP. CONCRETE RIP -RAP LINED DITCH 8 W 8 W 8 W 34.9' 8 RCP EXIST. 24" R.C.P. TO BE REMOVED 8W 8 W RCP RCP EXIST. S.E.T.-' TO BE REMOVED \ PROP.EXPANSION JOINT STA..1 13+99.3.3(3(34.4' RT) EL=26.53 M.E. ROW ROWy ROW ROW PROP. 24" x 69.3' R.C.P. W/TWO 6:1 CONC. S.E.T EXIST. YDW _/EL=26.34 ROW EXIST. DW _/E=26.19 ROW x EXIST. DW X d4L=26.34 EXIST. DW EXIST. DW X EL=26.42 b EXIST. DW EL=26.35 DRIVEWAY CULVERT: LAYOUT STA. 14+11.6 SCALE: HORIZ: 1"=10' VERT: 1"=10' 1 ROW 8 \ D PROP. EXPANSION JOINT STA. 14+24.0 (33.1' RT) EL=26.49 M.E. ROW X e W �W \ STA. 14+55.8 (25.3' RT) FL=21.66 v ROW EXIST. S.E.T. TO BE REMOVED ROW 10x7 BOX - 2 G 2 ®Z - 2 C W 8 N PROP. CONCRETE RIP -RAP LINED DITCH ROW ROW X -7 ROW NOTE 1. PROVIDE 18" DEEP X 5" WIDE TOEWALL ALONG ALL SIDES AND ENDS ON S.E.T. CONSULTANT'S JOB NO. 130580 Q REVISION NO. 30.0 25.0 STA. 13+62.5 (28.5' RT) FL=20.73 20.0 15.0 10.0 5.0 19.7' 34.9' 14.7' PROP. 5" -THICK CONCRETE RIP -RAP PROP. 6 CONCRETE DRIVEWAY _ .40% SLOPE 69.3' MIN. 4" CEMENT STABILIZED BACKFILL 12.0' 37.2' PROP. 24" x 69.3' R.C.P. W/TWO 6:1 CONC. S.E.T SECTION A -A 32.1' PROP. 6" FIRE HYDRANT WATER UNE TOP=17.04 12.0' STA. 14+55.8 (25.3' RT) FL=21.66 30.0 25.0 20.0 15.0 10.0 5.0 DESCRIPTION VIII VIII m 0) 0 cc N cn J = r Z N Z > m cc W en 50 25 0 25 50 REVISION NO. SHEET 77 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 Unit Length Varies 24" Max Safety Pipe Eq Spa at 24" Max Runners (If required) 0" to 6" 12" - 24" RCP 4" to 8" 30" - 42" RCP gF rL Safety Pipe Runners (If required)—i-1 a E a o 0 C m 0 I N 0 m PLAN VIEW - 12" THRU 24- O } Optional Step Slope—, Top Face of Riprap & Mitered Face of Safety End Treatment 0 C d wn a0 m at 1- OSlope as shown elsewhere in the plans. Slope of 6:1 or flatter is required for vehicle safety. O Cement stabilized bedding and backfill shall be in accordance with the Item, 'Excavation and Backfill for Structures". Bedding and backfill shall be considered subsidiary to the Item "Safety End Treatment". When concrete riprap is specified around the Safety End Treatment backfill shall be as directed by Engineer. O3 The top 4" of void between Precast End Treatments shall be filled with concrete Riprap and shall be considered subsidiary to Safety End Treatment. (i)Clear distance between pipes shall be adjusted to provide for the minimum distance between safety end treatments. Safety Pipe Runner (Typ)(If required) 6" Min ceme done 10 a • Pipe Wall Thickness (Min) Min LONGITUDINAL ELEVATION - 12" THRU 24" 12" Pipe 0.D. Minimum 2" (Ty p) Wall Thickness (same as Pipe Dial o. SECTION A -A MULTIPLE PIPE INSTALLATION 0 Safety Pipe Runner PIPE 1. D. MINIMUM WALL THICKNESS MINIMUM O. D. MIN D.D. AT TAPERED END MIN REINF REQUIREMENTS (Sq in/ft of Pipe) MAXIMUM SLOPE MINIMUM LENGTH OF UNIT PIPE RUNNERS REQUIRED REQUIRED P PE RUNNER SIZES SINGLE PIPE MULTIPLE PIPE NOMINAL DIA. 0. D. I. D. 12" 16" 16' 0.07 CIRC. 6:1 No Yes, for >2 pipes 3" STD 3.500" 3.068" 15" 2'/4" 19 1/2" 19' 0.07 CIRC. 6:1 5'-8" No Yes, for >2 pipes 3" STD 3.500" 3.068" 18' 2 /2 23" 21 Vi" 0.07 CIRC. 6: 1 No Yes, for >2 pipes 3" STD 3.500" 3.068" 24" 3" 30" 27" 0.07 CIRC. 6:1 10'-6" NO Yes, for >2 pipes 3" STD 3.500" 3.068" 30" 3 '/2 37" 31" 0.18 CIRC. 6:1 12'-1" No Yes 4" STD 4.500" 4.026" 36" 4" 44" 36" 0.19 ELIP. 6:1 15'-4" Yes Yes 4" STD 4.500" 4.026" 42' 4 '/2 51" 41 /2 „ 0.23 ELIP. 6:1 18'-7" Yes Yes 4" STD 4.500" 4.026" Galvanized Steel Bolts with Washers and Inserts N" Threaded Insert INSTALLATION DETAIL FOR SAFETY PIPE RUNNERS P i`0; 0 Safety Pipe Runner (If required) ak Y4" Galvanized Steel Bolts with Washers and Inserts Top Line of Safety Pipe Runner • D 4 7:11`.; Iu 'qns" ertThreaded a OPTION A Pipe Dia Safety Pipe Runner 3'4" Threaded Insert FIowl ine Pipe Wall Thickness (Min) Ft N" Galvanized Steel Bolts with Washers and Inserts Top Line of Safety Pipe Runner OPTION B FIowline Pipe Wall Thickness (Min) END DETAILS FOR INSTALLATION OF SAFETY PIPE RUNNERS (If required) GENERAL NOTES: Precast safety end treatment for reinforced concrete pipe may be used for TYPE II end treatment as specified in Item "Safety End Treatment". When Precast Safety End Treatment is used as a Contractor's alternate to mitered RCP, Riprap will not be required unless noted otherwise on the plans. Synthetic fibers listed on the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in riprap concrete unless noted otherwise. All precast concrete end sections shall be manufactured in accordance with Item "Reinforced Concrete Pipe Culverts" and in accordance with ASTM Specification C-76, Class III, Wall B for circular pipe. Precast concrete end sections shall be provided with a spigot or bell end for compatibility to upstream or downstream end conditions with sufficient annular space to allow for mortar, cold applied asphalt joint compound or pre -formed plastic gasket material. Methods of lifting shall be provided by the manufacturer for ease of loading, unloading and installation. Pipe Runners are designed for a traversing load of 10,000 Lbs at yield as recommended by Research Report 280-2F, "Safety Treatment of Roadside Parallel -Drainage Structures", Texas Transportation Institute, March 1981. Pipe Runners shall conform to the requirements of ASTM A53 (Type E or S, Grade B), ASTM A500 (Grade B), or API 5LX52. All steel components except reinforcing, shall be galvanized after fabrication. Galvanizing damaged during transport or construction shall be repaired in accordance with the specifications. ,7hras Department of 7Fansportauon =an Standard PRECAST SAFETY END TREATMENT TYPE II -- PARALLEL DRAINAGE PSET-RP 05Nrpse.0p mv: ALW [e: KLA 1" .TA It:: GAF ©TOOT February 2010 COM IIEVMCWS D: Add 11•HP /a sY�rne.h YiMrs. DIST 001111, SNEETM CONSULTANT'S JOB NO. 130580 DESCRIPTIO 03 m 0 REVISION NO. DESCRIPTION F2 .93 O m o 113 O 0 CC t/N)_ gNQ r WZ cc ci F Z W CC N 0 z 0 a SHEET 78 of109 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 Working Point (at intersection of nominal I.D.) Trimmed Edge of Pipe NOTE: All Cross Pipes, calculations, and dimensions are based on the pipe culverts mitered as shown in this detail. Alternate styles of mitered ends will require that appropriate adjustments be made to the values presented on this standard. SIDE ELEVATION OF TYPICAL PIPE CULVERT MITER (Showing Corrugated Metal Pipe Culvert.) (Details at Concrete Pipe Culvert are similar.) Typ Cross Pipe Length ,q2 (See Table) Cross Pipe over Inside 15/6" Dia Barrel Through Hole (Typ) q1 (See Table) Cross Pipe over Outside Barrel 1 PIPE W/ BOLTED ANCHOR � I I I n6 Anchor Bar I 1 Typ x 1'-4" (Tye) 4„ J TYP Typ p Riprap Cross Pipe (Typ) Toewall Flow Line ISOMETRIC VIEW OF TYPICAL INSTALLATION Bend first Cross Pipe Anchor Bars as necessary to maintain 2" clear cover to Toewall edge of concrete Riprap PIPE W/ ANCHOR BARS N r H Cross Pipe Typ n6 Anchor Bar x l'-4" (Typ) SECTION C -C CROSS PIPE DETAILS ▪ Limits of Riprap (to be included with S.E.T. for payment) Cross Pipes ® Eq Spa at 2'-0" Max . Cross Pipe (flush with top of Riprap) Trimmed Edge of Pipe Culvert nk Cross Pipe Anchor Bolt+/r 8 N to 0 U 6" 1 Top of Riprap Flow Line C. M. P. End of Invert for Concrete Pipe Culvert 3" Min Overlap w/ C.M.P. Toewall RJ DETAIL "A" (Showing Invert with Corrugated Metal Pipe Culvert. Concrete Pipe Culvert details ore similar. Cross Pipes not shown for clarity.) Flow Line SECTION B -B (Cross Pipes not shown for clarity.) Limits of Riprap (to be included I„ 1'"6" "-YID) with S.E.T. for Payment) 4 3 '1/2" D i a Cross Pipe 0® Top of Cross Pipe 0 SIDE ELEVATION OF CAST—IN—PLACE CONCRETE (Showing Concrete Pipe Culvert.) (Details at Corrugated Metal Pipe Culvert are similar.) Flow Line See DETAIL "A" CROSS PIPE LENGTHS, REQUIRED PIPE SIZES, & RIPRAP QUANTITIES Nominal Culvert I.D. Conc Riprap (CY) Pipe Culvert Spa - G Single Barrel qt Multi - Barrel - q1 q2 Conditions for use of Cross Pipes Cross Pipe Size 12" 0.6 9' N/A 2'- 1' 1'- 9„ 15" 0.7 11" N/A 18" 0.8 1'- 2' N/A 2'-10" 2'- 8" 21" 0.9 1'- 4" N/A 3'- 2" 3'- 1' 24" 0.9 1 t_7" N/A 3'- 6" 3' - 7" 3 or more Pipe Culverts 3" Std (3.500" 0.0.) 27" 1.0 1'- 6' N/A 3'-10" 3'-11' 3 or more Pipe Culverts 30" 1.1 1 -10'• N/A 2 or more Pipe Culverts 33" 1.2 1'-11" All Pipe Culverts 3 %y" Std (4.000" 0.D.) 36" 1.3 2' - 1 4'- 5" 4'- 9" 5'- 1,. 42" 1.5 4'-11" 5'-10" All Pipe Culverts 4" Std (4.500" 0.D.) 48" 1.7 2'- 7' 5' - 5" 6'- 0" 6'- 7" 54" 2.0 3' - 0" 5'-11' 6'- 9" 7'- 6" 60" 2. 2 66" 2. 4 3'- 3' 6'-11' 7'-10" 8'- 9" 72" 2. 7 All Pipe Culverts 5" Std (5.563" 0.D.) CL Cross Pipe (flush n6 Reinforcing with top of Riprap) Anchor Bar Tangent to widest portion of Pipe Culvert Riprap Pipe Culvert (C.M.P. or Concrete) SHOWING TYPICAL PIPE CULVERT & RIPRAP 1 4" Min Gil 2 Min Clear Pipe Culvert (C.M.P. or Concrete) SHOWING CROSS PIPE WITH ANCHOR BAR Riprop q2 or q1 2" Min C '' x 12" Bolt w/ Hex Nut & Washer fL Cross Pipe (flush with top of Riprap) Anchor Toewall Pipe Culvert (C.M.P. or Concretes Center Anchor Bolt between Pipe Culverts (Nominal) SHOWING CROSS PIPE WITH BOLTED ANCHOR SECTION A—A Spa O The proper installation of the first Cross Pipe is critical for vehicle safety. The top of the first Cross Pipe must be placed at no more than 6" above the flow line. 0 Size of Cross Pipes, except the first bottom pipe, shall be as shown in the PIPE SIZE table. The first bottom pipe shall be 3 /2" Standard Pipe (4" 0.0.). 0 The third Cross Pipe from the bottom of the Culvert shall always be installed using o bolted connection. Core shall be taken to ensure that Riprap concrete does not flow into the Cross Pipe so as to permit disassembly of the bolted connection to allow cleanout access. At the Contractor's option, all other Cross Pipes may also be installed using the bolted connection details. O Match Cross Slope as shown elsewhere in the plans. Cross Slope of 6:1 or flatter is required for vehicle safety. O Riprop placed beyond the limits shown will be paid as Concrete Riprap in accordance with Item 432, "Riprop". © Quantities shown are for one end of one reinforced Concrete Pipe Culvert. For multiple pipe culverts or for Corrugated Metal Pipe Culverts, quantities will need to be adjusted. Riprap quantities are for Contractor's information only. GENERAL NOTES: Cross Pipes are designed for a traversing load of 10,000 pounds at yield as recommended by Research Report 280-2F, "Safety Treatment of Roadside Parallel -Drainage Structures", Texas Transportation Institute, March 1981. Safety End Treatments shown herein are intended for use in those installations where out of control vehicles are likely to traverse the openings approximately perpendicular to the Cross Pipes. Riprop and all necessary inverts shall be Concrete Riprap conforming to the requirements of Item 432, "Riprap". Synthetic fibers listed on the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in riprop concrete unless noted otherwise. Payment for riprap and toewall is included in the Price Bid for each Safety End Treatment. Cross Pipes shall conform to the requirements of ASTM A53 (Type E or 5, Grade B), ASTM A500 (Grade B), or API 5LX52. Bolts and nuts shall conform to ASTM A307. All steel components, except concrete reinforcing, shall be galvanized after fabrication. Galvanizing damaged during transport or construction shall be repaired in accordance with the specifications. ,7hras Departm.nt of T1'anspartauon =an Standard SAFETY END TREATMENT FOR 12" DIA TO 72" DIA PIPE CULVERTS TYPE I1 - PARALLEL DRAINAGE SETP-PD setpp/se.dgn M+: GAF xx: Car lar: JRP cx: GAF ©TXDOT February 2010 COM halt REVMONS o: Add nxe ror ,enmesh riMrs. DIST COUIRY SNEErM CONSULTANT'S JOB NO. 130580 DESCRIPTION EEVISION NO. DESCRIPTION e mo c • LL� 0 0 z 0 it SHEET 79 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 Horizontal Curve Data Beginning Baseline Description Curve CRV1 P.I. Station 3+14.08 N 17,187,467.49 E 1,306,648.91 Delta = 2' 07' 37.11" (LT( Degree 1°03'48.55" Tangent 100.01 Length = 200.00 Radius = 5,387.54 External = 0.93 Long Chord = 199.99 Mid. Ord. = 0.93 P.C. Station 2+14.07 N 17,187,567.50 E 1,306,648.92 P.T. Station 4+14.07 N 17,187,367.55 E 1,306,652.62 C.0 N 17,187,567.02 E 1,312,036.46 Back = S 0° 00' 18.58" W Ahead = S 2' 07' 18.53" E Chord Bear = S 1' 03' 29.97" E N=17187781.57 0+^^/.-E=1306648.94 -� 1+00+00 /STA. 2+10.31 (53.5' RT L=11.16± M.E. k P.C. STA. 2+17.75 (56.36' RT) EL=11.00 . 2+45.40 53.88' L E =10.10± M.E. FOR DRAINAGE/GRADE INFORMATION SEE INTERSECTION DETAIL SHEET 85 PROP. METAL BEAM GUARD FENCE (70 LF) SEE SHEETS 92, 93. PROP. SINGLE GUARDRAIL TERMINAL (SKT-31) P.C. STA. 2+53.15 (51.34' LT) STA. 4+00 (26.0' LT) TRANSMON PROP. CHAIN LINK FENCE TO SE RELOCATED (200 LF) PROP. R.O.W. EXIST. R.O.W. PROP. Q DITCH LT P.C. STA. 2+14.07 00 I SOUTHERN MINERALS ROAD P.T. STA. 4+14.07 0 0 Ln oD Q W W W U) z J LJJ =w U () STA. 2+27.61 BEGIN CONCRETE CONSTRUCTION - CROWN EL=10.61 ROW X X X PROP. c_ DITCH RT:� ROW X15.5' 15.5 IX FOR DRAINAGE/GRADE INFORMATION SEE INTERSECTION DETAIL SHEET 85 STREET PLAN AND PROFILE BEGIN TO STA 5+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 20 40' STA. 4+00 (26.0' RT) TRANSMON ROW X -- PROP. 6" CONCRETE DRIVEWAY. SEE DRIVEWAY CULVERT LAYOUT SHEET 73 NOTE: SAW CUT EXISTING DRIVEWAYS FOR PROPOSED ROADWAY AND DRAINAGE IMPROVEMENTS. ALLOW FOR HALF OF EACH DRIVEWAY TO REMAIN IN SERVICE THROUGH ALL PHASES OF CONSTRUCTION. CONSULTANT'S JOB NO. 130580 DESCRIPTION a 0 REVISION NO. 18.0 16.0 14.0 12.0 EXIST. UP RIVER ROAD 10.0 SEE CONCRETE TO PAVEMENT TIE-IN DETAIL SHEET 85. 8.0 6.0 4.0 PROP. PVMT. CROWN *0-- © _ CLD RT RT i CE PVMT.=13.38 EXIST. CLP cap - c - CLO RT - qP - cl - CLD LT- - CLD LT - - CLD LT - p LT - a 0P: ow II awl 2 N0. _a II c+l CLD RT - CLD RT CE PVMT.=15.16 - CL0 RT - - CLD RT - OE PVMT.=15.82 0 0 + Ln w LLJ (/) z IBJ = IiJ 0 U) 18.0 16.0 14.0 12.0 10.0 8.0 6.0 4.0 DESCRIPTION e ng o ;t O U a 0 c. ti M r WWN 3 cc en Z = m W a. H w0 O LL 0 0++ o 01- Q0 ZI- 0 0_ 0 W 0 WQ STA. N0.'S 0+00 1+00 2+00 3+00 4+00 5+00 STA. N0.'S REVISION NO SHEET 80 otl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095 STA. 5+00 (20' LT) TRANSITION O 0 O Oo W00 UJ (J) (n Z W J U � U Q P.C. STA. 5+62.97 >10 PROP. R.O.W. PROP. rL DITCH LT PROP. CHAIN LINK FENCE TO BE RELOCATED (485 LF) NON PROP. PVMT. CROWN & BASELINE 7+00 - 6+00 _ r SOUTHERN MINERALS ROAD P.T. STA. 7+62.97 8+00 1WIRROP. DITCH RT. R W • ROW_,._ 18.0ROW ROW STA 5+00 (20 RT) TRANSITION PROP. 6" CONCRETE DRIVEABLE AREA (507 SF) PROP. 6" CONCRETE DRIVEWAY. SEE DRIVEWAY LAYOUT SHEET 74 NI +I PROP. 8" CONCRETE DRIVEWAY. SEE DRIVEWAY LAYOUT SHEET 74 Curve CRV2 P.I. Station 6+62.98 N 17,187,118.81 E 1,306,661.83 Delta = 1° 31' 08.73" (RT) Degree = 0° 45' 34.37" Tangent = 100.01 Length = 200.00 Radius = 7,543.42 External = 0.66 Long Chord = 199.99 Mid. Ord. = 0.66 P.C. Station 5+62.97 N 17,187,218.74 E 1,306,658.13 P.T. Station 7+62.97 N 17,187,018.81 E 1,306,662.88 C.C. N 17,186,939.46 E 1,299,119.88 Back = S 2° 07' 18.53" E Ahead = S 0° 36' 09.80" E Chord Bear = S 1°21'44.16" E PROP. 8" CONCRETE DRIVEWAY. SEE DRIVEWAY CULVERT LAYOUT SHEET 75 X R W M X R 14(1 - R W X ROW; R W NOTE: SAW CUT EXISTING DRIVEWAYS FOR PROPOSED ROADWAY AND DRAINAGE IMPROVEMENTS. ALLOW FOR HALF OF EACH DRIVEWAY TO REMAIN IN SERVICE THROUGH ALL PHASES OF CONSTRUCTION. STREET PLAN AND PROFILE STA. 5+00 TO STA 10+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 0 20• 40' RO R W X CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. 24.0 22.0 20.0 18.0 1 6.0 14.0 12.0 10.0 8.0 O O O + GD UJ Q U U(/) a U LI- Li o'o U = +m II U ou,_ 0 Q LT -CLD LT --- o ei z cID RT - CLD LT - a? P CLP LP CLD LT - CE PVMT.=17.16 CLD LT - CLD LT CE PVMT.=17.83 CIP cLP CLP - CLD LT- -CLD RT PVMT =18.50 CLP EXIST. CLPTr - - -CLD LT- -CLD LT - - PROP. PVMT. CROWN 5=+1 CLP 0P - CLD LT - - CLD LT CLP - Co LT CLD RT'- -CLD RT- -CLD R7- CLD RT - - CLD RT PVMT=19.17 PVMT=19.84 c1P CLP co LT CLP CLP :7co - CLD LT -CLD Cr- -CLO LT - -CLD RT CLD NT - CLO NT - ,.71 0 0 N 11g cP CLP 0.6 - co LT - - CLD % - S=+131 % CLP - CLD L - CLD LLT - -CLD RT - CLD RT- PVMT.=21.83 PVMT.=22.49 O O + O CO U U (/) U U Un 24.0 22.0 20.0 18.0 16.0 14.0 12.0 10.0 8.0 DESCRIPTION e gig o ▪ FEK ro cc 0 J_ O LL.+ O O U D � Z0 &) Z (L O E + LLJ Ln U c < V)� STA. N0.'S 5+00 6+00 7+00 8+00 9+00 10+00 STA. N0.'S REVISION NO SHEET 81 of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 X PROP. R.O.W. EXIST. R.O.W. ROW X /-PROP. Curve CRV3 P.I. Station 12+76.69 N 17486,505.12 E 1,306,668.29 Delta = 3° 47' 58.54" (RT) Degree = 1° 53' 59.29" Tangent = 100.04 Length = 200.00 Radius = 3,015.88 External = 1.66 Long Chord = 199,96 Mid. Ord. = 1.66 P.C. Station 11+76.66 N 17,186,605.15 E 1,306,667.23 P.T. Station 13+76.66 N 17,186,405.24 E 1,306,662.71 C.C. N 17,186,573.42 E 1,303,651.52 Back = S 0° 36' 09.80" E Ahead = 5 3° 11' 48.74" W Chord Bear = 5 1° 17' 49.47" W PROP. CHAIN LINK FENCE TO BE RELOCATED (315 LF) Curve CRV4 P.I. Station 15+43.53 N 17,186,238.62 E 1,306,653.40 Delta = 4° 03' 27.98" (LT) Degree = 2°01'44.05" Tangent = 100.04 Length = 200.00 Radius = 2,823.98 External = 1.77 Long Chord = 199.96 Mid, Ord. = 1.77 P.C. Station 14+43.49 N 17,186,338.51 E 1,306,658.98 P.T. Station 16+43.49 N 17,186,138.59 E 1,306,654.90 C.C. N 17,186,181.02 E 1,309,478.57 Back = 5 3° 11' 48.74" W Ahead = S 0' 51' 39.24" E Chord Bear = 5 1° 10' 04,75" W x PROP. OE DITCH LT.' - x= X ROW W SOUTHERN MINERALS ROAD 12+00 13+00 P.T. STA. 13+76.66 P.C. STA. 14+43.49 14+00 _ 1.3011.1 RQ= ROW( rXOVn' A R0= - PROP. 8" CONCRETE DRIVEWAY. SEE DRIVEWAY CULVERT LAYOUT SHEET 76 20.9' x - 20.9' of N1 I N NOTE: SAW CUT EXISTING DRIVEWAYS FOR PROPOSED ROADWAY AND DRAINAGE IMPROVEMENTS. ALLOW FOR HALF OF EACH DRIVEWAY TO REMAIN IN SERVICE THROUGH ALL PHASES OF CONSTRUCTION. >R� AA n A 1,0,1 =0= x STREET PLAN AND PROFILE STA. 10+00 TO STA 15+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' 20' 60' PROP. 6" CONCRETE DRIVEWAY. SEE DRIVEWAY CULVERT LAYOUT SHEET 77 0 0 + L.() N ) 00 ~ W Cf) W Z W IJ (n 0 CONSULTANT'S JOB NO. 130580 DESCRIPTION e ng o rp 0 0 REVISION NO. 28.0 26.0 24.0 22.0 20.0 18.0 16.0 14.0 Z 0 K U W'ELT W � o .OLP -CLD LT --- CU) CLD RT - a N 'N 11 11 cN c3' dF - CIF CI -P qP CLP CO' - OLD LT --- CLD CLD RT - - CLD LI - - CLD RT - - cLD RT - - 0L0 RT - CE PVMT.=23.79 5=+ %CLP CIF CLD LT - - CLD RT - C LP - - CLD LT - -CLD 6T- --CLD cif RT -CLD RT tO a o N N 11 112 CIF - 010 LT - CLP LP -010 LT - PROP. PVMT. CROWN _z____ -010 LT - CLP CLP - CLD Cr --- _up -CLD LT -CLD RT -010 RT -- -CLD RT- -010 RT PVMT =25.45 -CLD LT- -CLD LT - + _F - -010 RT- -CLD RT- CLD RT- CLP N e, T- -CLD LT- - CLP 5=+0.30%OP CLP -CLD LT - -CLD LT- -010 RT -CLO RT -010 RT m `,- m m vi fN0' N C'l N ii ii ii ii ii r4+ c -V [4 N., Cis 0 0 + Lri ro 00 ILTJ ~ W cn= W U) Z W W U 28.0 26.0 24.0 22.0 20.0 18.0 16.0 14.0 DESCRIPTION cc g r Zcc N D Z = m WCC a. 0 STA. N0.'S 10+00 11+00 12+00 13+00 14+00 15+00 STA. N0.'S REVISION NO SHEET 82 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095 0 0 + N Ln 00 W Q W ~ (/) W W J Wcn U Curve CRV4 P.I. Station 15+43.53 N 17,186,238.62 E 1,306,653.40 Delta = 4° 03' 27.98" (LT) Degree = 2'01' 44.05" Tangent = 100.04 Length = 200.00 Radius = 2,823.98 External = 1.77 Long Chord = 199.96 Mid. Ord. = 1.77 P.C. Station 14+43.49 N 17,186,338.51 E 1,306,658.98 P.T. Station 16+43.49 N 17,186,138.59 E 1,306,654.90 C.C. N 17,186,181.02 E 1,309,478.57 Back = S 3° 11' 48.74" W Ahead = S 0°51'39.24"E Chord Bear = S 1° 10' 04.75" W STA. 17+51.9 PROP. 6" CONCRETE LOW WATER CROSSING. CONFORM TO SAME ELEVATIONS AS PROPOSED DRAINAGE SWALE. SEE SHEET 72 ROW / ROW OW PROP. IE DITCH LT.J/ EXIST. R.O.W. ROW ROW ROW ROW STA. 19+00 (20' LT) TRANSITION BASELINE S 0'51'39 24"E 17+OOTPROP. PVMT. CROWN & BASELINE I � SOUTHERN MINERALS ROAD 18+00 4 19 PROP. PAVEMENT CROWN S 0'02'10.44"W ROW ROW x ROW x ROW *ROW x ROW ROW PROP. CH DITCH RT: STREET PLAN AND PROFILE STA. 15+00 TO STA 20+00 SCALE: HORIZ: 1"=40' VERT: 1"=4' z0• 40• STA. 19+00 PROP. PVMT. CROWN BEG. DEFLECTION FROM BASELINE W 0 0 0 ▪ - N o0 � (1) W (I) Z W J W = U) 0 CONSULTANT'S JOB NO. 130580 DESCRIPTIO e ng o ▪ m� LL 0 U 0 REVISION NO. 30.0 28.0 26.0 24.0 22.0 20.0 18.0 16.0 z 0 ce 0 U 0 F oW o_ o__ CLP S= 0.30% ID LT- -CLD LT - CLD RT - 01 N -0.0 RT CLP EXIST. CLP CLP CLP CLP CLP PROP. PVMT. CROWN CLP CLP CLP CU. CLP CIF up CtP CLP CLP CLP - -CLD LT - -CLD LT- -CLD LT - CLD LT- -CLD LT- -CLD LT- -CLD RT PVMT.=26.96 -CLD RTS -CLD RT_ -CLD RTS CLO RT - RT - CLD LT - - CLD LT - - CLD LT - - CLD RT - CE PVMT.=27.42 CLD 8T - CLD RT PVMT.=27.57 - CLD LT - - CLD RT - - CLD LT - - CLD LT - - CLD LT - CLD RT -CLO 81 - CE PVMT.=27.72 CE PVMT.=27.87 S=+0.30% Cu CIF CLP :`. •CID LTA CLD LT- - - CLD LT - - CLD LT - - CLD LT -CLD RT- -CLD RT- -CLD RT- CE PVMT.=28.02 -CLD RT- -CLD RT CE PVMT.=28.77 CLD RT - CE PVMT.=28.33 30.0 28.0 26.0 24.0 22.0 20.0 18.0 16.0 DESCRIPTION W 0 c = r WW cc CIN Z ` m CC W CC 5 H W J O Li.. 00 N O_ 0 Z Q0 Z1- 0 O_ 0 W W Q N STA. N0.'S 15+00 16+00 17+00 18+00 19+00 20+00 STA. N0.'S REVISION NO SHEET 83 ot109 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095 PROP. PAVEMENT CROWN S 0.02'10.44 STA. 20+27.87 (10.5' LT) TC=28.67 0REDW4 /NOTE: 8CURB & GUTTER SHALL BE SAW CUT, USE 3/4" /- OOD EXPANSION JOINT MATERIAL j4el IVIIIt. STA. 20+47.68 (14.2' LT) TC=28.40 STA. 20+65.11 (24.2' LT) TC=28.13 (M.E.) PROP. (40 LF) STANDARD CONCRETE CURB AND GUTTER 21+00 2.0' OFFSET FROM k TO PROP. PAVEMENT CROWN AT STA. 20+27.87 EL=28.41 END OF CONCRETE CONSTRUCTION EXIST. STORM WATER MANHOLE EXIST. STORM WATER POST INLET T anw � STA. 20+27.87 (22' RT)1 22+00 SOUTHERN MINERALS ROAD 4 23+00 T _ STREET PLAN AND PROFILE STA. 20+00 TO END SCALE: HORIZ: 1 "=40' VERT: 1"=4• 20• 40' SELECT BACKFILL MATERIAL COMPACT BACKFILL BEHIND CURB TO 95% STD. PROCTOR DENSITY TENSAR TXX--5 TRIAXLAL GEOGRID OR PRE -APPROVED EQUIVALENT. 3" R 4 1/2" R 1 1/2" TRANSVERSE MARKING 1/2" MORTAR FINISH • 2-0" 1/2" H.MA.C. v v 4 v CURB AND GUTTER REPLACEMENT DETAIL SCALE: NTS ASPHALT PAVEMENT REPAIR TY 1 5" H.M.A.C. (TYPE D) OVER PRIME COAT EXIST. PVMT. EXISTING ROAD SECTION 14" CRUSHED UMESTONE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MOD. PROCTOR DENSITY (ASTM D1557) 8" SUBGRADE COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) AT OR SLIGHTLY ABOVE OPTIMUM MOISTURE CONTENT. CONSULTANT'S JOB NO. 130580 contractors LE 6 2 ;' Z 0N= vom 32.0 30.0 28.0 26.0 24.0 22.0 20.0 18.0 1 6.0 S=+0.30X r PROP. PVMT. CROWN GLP CLD LT - - CLD RT - GLF SEE CONCRETE TO ASPHALT PAVEMENT TIE-IN DETAIL SHEET 85. i 0.05 - CLD RT ao O rN 0 H Z V N Q zoa Li0C EXIST. TxDOT POST INLET EXIST. TxDOT 10' x 7' C.B.C. cL9 "zr M 1 c\9 32.0 30.0 28.0 26.0 24.0 22.0 20.0 18.0 1 6.0 0. a W J L.L0 O z W 0 O z ~ <0 z O + O 0- N UJ Q W (n (n STA. N0.'S 20+00 21+00 22+00 23+00 24+00 25+00 STA. N0.'S z 0 SHEET 84 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 PROP. 11E -IN TO EXISTING METAL BEAM GUARD FENCE STA. 2+50 STA. 2+45.43 53.9' LT o/ EL=10.101 M.E. EL=10.02 SEE CONCRETE TO.iffriro PROP. RE -GRADE AS DRAINAGE PAVEMENT 11E -IN SWALE WITH POSITIVE DRAINAGE DETAIL C EAST AND GRASS -UNE. THIS SHEET PROP.DITCHSTA. 2+77 DED LT) PROP. 2 -SIDED STORM WATER POST INLET HIGHPOINTfL=10.00± WITH 2'X5" THICK CONCRETE APRON P.C. STA. 2+53.15 (51.34' LT);:�44,41,1/ PROP. RE -GRADE AS DRAINAGETHROAT FL=9.00IX1 1. 4;1 •`SWALE WITH LET ND GRASS -LINE. APRON fL=9.04 NORTH AND SOUTH EXIST. I` DITCH + SOUTH TO INLET AND GRASS -LINE. SEE DETAIL SHEET 64 ` EL=10.00 DITCH 111' ,• �1 DITCH Y ir MI PROP. METAL BEAM GUARD FENCa �:, u 70 L SEE SHEETS 92 93. EXIST. .,INI �y EXIST. IN : 4,44.1111 Aii/ �� / EL=10.28" `Lv 24 O I■' i__tr QMO' =10.. ..-L----7-47.4 RO. 4__ Row ST. CL DITCH EL=9.02 EXIST. DITCH EL=9.34 E. 0 at 1 ROW A. 2+70 et- _� ,.1 a 11.01N EXIST. ir �. d $ EL=10.4 Q \ lita-tal J EXIST. ,_ i;i EL=10.52 lr P 1. �I 1 Il IIS I1 STA. 2+27.61 PROP. PAVEMENT SECTION 11E -IN BEGIN CONCRETE CONSTRUCTION +00 EXIST. -EL=10.63 EXIST. TxDOT 10'X7" CBC 10x7 BOX EXIST. -EL=10.89 0x7 BOX 10x7 BOX EXIST. SEE CONCRETE TO ASPHALT PAVEMENT TIE-IN DETAIL C THIS SHEET STA. 2+10.31 53.5' RT EL=11.16± M.E. P.C. STA. 2+17.75 (56.36'RT) EL=11.00 b EXIST. EL=10.79 1, L ;fir TIV, :r IN' EXIST. :/ INF 41ANI! EL=11.06 3,0• SOUTHERN MINERALS ROAD 0 E=5.33 3+00 ROW ROW RO -PROP. PVMT. CROWN & BASELINE 10x7 BOX 10:7 BOX 10x7 BOX 1=4.46 10:7 BOX 10x7 BOX 10:7 BOX 10x7 Box 3 cc DITCH -9.50 DITCH EL=9.04 PROP. CONCRETE RIP -RAP V -BOTTOM DITCH WTTH POSITIVE DRAINAGE SOUTH TO INLET. PROP. DITCH HIGH POINT 1=10.00± CL DITCH O EL=10.00 ee EXIST. DITCH EL=9.72 ENDING POINT OF CONCRETE RIP -RAP SHALL HAVE A TOEWALL 24" DEEP X 6" THICK. PROP. RE -GRADE AS DRAINAGE SWALE WITH POSITIVE DRAINAGE WEST AND GRASS -LINE. + ROW 1=4.46 PROP. CONC. RIP -RAP 5.33 STA. 3+00 EL=11.70 Qo TOC RO EL=10.00 PROP. CONCRETE RIP -RAP LINED DITCH RT. ROW STA. 2+77 (31' RT) PROP. 2 -SIDED STORM WATER POST INLET WITH 2'X5" THICK CONCRETE APRON THROAT 1=9.00 APRON 1=9.04 NORTH AND SOUTH SEE DETAIL SHEET 64 INTERSECTION DETAIL SOUTHERN MINERALS ® UP RIVER ROAD SCALE: 1"=20' 0 20• LEGEND ROW PROP. GRASS LINED DRAINAGE SWALE. EXIST. PWT. 3 WIDTH//ARIES MATCH EXISTING PAVEMENT THICKNESS. BUT NOT LESS THAN 5" H.M.A.C. (TYPE D) OVER PRIME COAT EXISTING ROAD SECTION 8" SUBGRADE COMPACTED TO 955 STD. PROCTOR DENSITY (ASTM 0698) AT OR SLIGHTLY ABOVE OPTIMUM MOISTURE CONTENT. PROP CONCRETE PAVEMENT SECTION 1" HMAC (TY D) BOND BREAKER PRIME -COAT 6" CRUSHED LIMESTONE FLEX BASE 12" COMPACTED SUBGRADE W-CUT LINE EXIST. PVMT. EXISTING ROAD SECTION TENSAR TX -5 14" CRUSHED LIMESTONE BASE TRIAXIAL GEOGRID (TYPE A. GRADE 1-2) OR PRE -APPROVED COMPACTED TO 985 MOD. EQUIVALENT. PROCTOR DENSITY (ASTM D1557) B '\ASPHALT PAVEMENT REPAIR (TYPE 1) 85 85 SCALE: NTS w o 7 U 3.0' PROP. ASPHALT PVMT. -\ REPAIR (TYPE 1) 1.0' 2.0 #4 BARS 12" 24" 0.C. �2* 12" 84 85 THICKEN EDGE OF CONCRETE PROP. CONCRETE TO ASPHALT PAVEMENT SECTION TIE-IN DETAIL SCALE: ,NTS EXIST. ASPHALT PAVEMENT CONSULTANT'S JOB NO. 130580 ce contractors 0. 2 0) ESE2 0 U 111 Q III ° o °▪ o, U o a CI J o c. ti0 1- wcl ZQ o S Z Z 0 w 2 Z W~ Z -m c z CC c. W W Z; 0 Q CO EL cif z 0 (71 SHEET 85 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 8 CONCRETE PAVEMENT ASPHALT PAVEMENT CENTER EXPANSION IF DRIVEWAY WIDTH, #4 BARS 0 12" 0.C.E.W. WITH 6' CURB WITH 6" C&G DRIVEWAY WIDTH, (W) PER PLAN / DWY. SCHEDULE (W/2) (W/2) JOINT MAY BE OMITTED W, IS LESS THAN 16' CONCRETE SIDEWALK (TIED) G.B. TOOLED JT. FACE OF CURB SLOPE 20:1 I l I -1-f1 4-1 1-f-1- 1 1 1 1 6" CONC. CURB WHERE SHOWN ON PLANS E3 Lai /4 EDGE 5 g BAR 0 w c EXPANSION JOINT (TYP.) SEE STD. SIDEWALK DETAIL PROPERTY UNE CONSTRUCTION JOINT (SEE DWY. GUTTER DETAIL) STD. 6" CURB PERMISSIBLE CONSTRUCTION JOINT 4'-0" 5'-0" FADE-OUT FLARE CURB 1 1 I i- sEE NOTE 8 � 1 1 1 1 1 CONSTRUCTION JOINT (W/2) UP OF GUTTER (W/2) G CONCRETE SIDEWALK (TIED) - BACK OF CURB B. TOOLED JT. 0 0 6" CURB G.B. TOOLED JT. CONSTRUCTION JOINT (SEE DWY. GUTTER DETAIL) STD. 6" CURB Feu_ DRIVEWAY GUTTER (PAY AS STD. CURB & GUTTER) OR CONCRETE PVMT & CURB PLAN DRIVEWAY WITH TIED SIDEWALK CONCRETE PAVEMENT WITH 6' CURB NOT TO SCALE 4'-0" FLARE FADE -01 r CURB EXPANSION JOINT (TYP) SEE DWY. GUTTER DETAIL STD. CURB & GUTTER ASPHALT PAVEMENT WITH 8' CMG DRIVEWAY WITH, (W) PER PLAN / D . SCHEDULE IF DRIVEWAY WIDTH, #4 BARS 0 12" 0.C.E.W. s (W/2) z e z W, IS LESS THAN 16' ti P JrJ�E 1 1II1IiiIIIIIIIIIhio1 SLOSLO` O 4I111IiI1I1I1iinIIiiIiiIiIlIi: mommunreimemmorn a6 s. PROPERTY UNE CONCRETE SIDEWALK 1071 G.B. TOOLED JT. BACK OF CURB iV V 10'-0" FLARE CONSTRUCTION JOINT LIP OF GUTTER (W/2) (W/2) DRIVEWAY GUTTER (PAY AS STD. CURB & GUTTER) OR CONCRETE PVMT & CURB PLAN DRIVEWAY WITH DETACHED SIDEWALK NOT TO SCALE 10'-0" FLARE EXPANSION JOINT (TYP.) SEE DWY. GUTTER DETAIL STD. CURB & GUTTER 0 > _ty- > SUMMARY OF CONCRETE DRIVEWAYS STATION WIDTH 'W' (Fl.) DRIVEWAY 8" (CONCRETE) (SY) DRIVEWAY 6" (CONCRETE) (SY) 4+07.2 RT 31.0' 62 5+52.0 RT 22.0' 84 5+76..9 56 6+14.5 RT 35.0' 157 7+40.0 RT 35.0' 160 12+69.0 RT 42.0' 137 14+11.6 RT 25.0' 53 17+51.5 LT 12.0' 26 TOTALS 454 282 NOTE: DRIVEWAYS ON PROJECT ARE COMMERCIAL AND RURAL. NO SIDEWALKS OR CURB AND GUTTER CONNECT WITH DRIVEWAY STRUCTURES. DRIVFWAY NTT'S. 1. GRADES FOR WALKWAY AREAS WITHIN DRIVEWAYS SHALL NOT EXCEED 20:1 ALONG THE DIRECTION OF PEDESTRIAN TRAVEL, LONGITUDINAL, EITHER WITHIN THE DRIVEWAY OR AT THE SIDEWALK APPROACHES ABUTTING THE DRIVEWAY. CROSS -SLOPE, TRANSVERSE SLOPE, OF WALKWAY SHALL NOT EXCEED 50:1. 2. DRIVEWAY SLOPE SHALL NOT EXCEED 10:1, EXCEPT UNDER SPECIAL CIRCUMSTANCES, IF AUTHORIZED BY THE ENGINEER. 3. CONCRETE FOR DRIVEWAYS SHALL BE CLASS "A' AND HAVE A MINIMUM THICKNESS OF 6 INCHES. 4. RE -BAR SHALL BE GRADE 60, WITH A MAXIMUM SPACING OF 12" C -C AND ADDITIONAL DIAGONAL BARS AS SHOWN. 5. EXPANSION JOINTS SHAT BE OF 3/4" REDWOOD EXPANSION BOARD AND DOWELS SWILL BE GREASED, 12 INCHES LONG, SMOOTH #4 BARS WITH ONE END BEING FELT WRAPPED. CONTINUOUS BARS SHALL NOT EXTEND THROUGH THE EXPANSION JOINT, BUT SHALL TYPICALLY STOP 3 INCHES CLEAR OF EXPANSION JOINT. 6. MIDDLE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH, W, IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE UP OF CURB. 7. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LETTER FROM THE TEXAS DEPARTMENT OF UCENSING AND REGULATION (TDLR), POUCY AND STANDARDS DMSION, ARCHITECTURAL BARRIERS SECTION, THAT ALL ADA (AMERICANS WITH DISABILINES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CML STATUTES. 8. THE 2' CUTOUT DOES NOT APPLY TO NEW DRIVEWAYS CONSTRUCTED ON EXISTING CONCRETE ROADWAYS. CONTRACTOR SHALL DRILL AND EPDXY #4 x 12' DOWELS 0 12" 0.C. TO CONNECT DRIVEWAY TO EXISTING CONCRETE ROADWAY. SPECIAL NOTE: THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED BY THE ENGINEER, BASED ON EXIST. CONDITIONS. CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION a g Q WZ F in Z =CC CC 69- 0 0 Y/ J 011Fc LoJ U O a- 0 O EY O z > Q U I — W c d 0 z 0 SHEET 86 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 PAY AS CONC. CURB & GUTTER PAY AS 1'-1 11/16" TO FLOWUNE CONSTRUCTION JOINT (NEW CONCRETE PAVEMENT) OR CONCRETE CONC. WY. PWT 3'-0" MIN. WALKWAY ARE SLOPE RANGE 2% MAX. 18 MIN. VARIABLE TO It OR AS REQUIRED FOR GRADE ADJUSTMENT MAX SLOPE 0.10' PER FOOT REMOVE TOOL JOINT SAW EXISTING & 3/4" EXPANSION JOINT 1- EXISTING CONC. OR / ASPHALT TO REMAIN t/ #4 x 12" DOWELS 0 12" 0.C. (TYP.) PERMISSIBLE CONSTRUCTION JOINT PAY AS CONC. CURB & GUTTER PAY AS CONSTRUCTION JOINT (NEW CONCRETE PAVEMENT) #4 x 12" DOWELS 0 12" 0.C. (TYP.) OR CONCRETE PVMT 2'-O" SEE DWY. GUTTER DETAIL CONC. OWY. 6" (7Y..) 3/4' EXPANSION JOINT #4 x 12" DOWELS 0 12" 0.C. (TW.) SECTION DRIVEWAY WMI TED SIDEWALK NOT TO SCALE (S) 5'-0" (USUAL) DRILL & EPDXY GROUT #4 6" 6" DOWELS x 18" LONG (MIN. 6" INTO EXIST. CONC.) #4 BARS 0 2" 0 C.E.W. (ISP. THROUGHOUT) 5.-0"(C) (USUAL) (PER PLAN OR TYPICAL SECTION) MAX. SLOPE 0.10' PER FT. FADE OUT CURB ON DWI'. RAMP 2'-0" (USUAL) MAX. SLOPE 0.10'PER FT. #4 x 12" DOWELS 0 12" 0.C. (TYP.) 3'-0" MIN. VARIABLE • ".WALKWAY ARE TOR OR AS REQUIRED SLOPE RANGE FOR GRADE ADJUSTMENT 2% MAX. MAX SLOPE 0.10' PER FOOT 18 MIN. PROPERTY LINE REMOVE * DRIVEWAY IMPROVEMENTS MAY NEED TO EXTEND INTO PRIVATE PROPERTY TO ACHIEVE 108 MAXIMUM SLOPE. 6" TOP OF 6" CONC. HEADER CURB #5 CONT. (3/4" CHAMFER 60111 SIDES) x�o #4 BARS 0 12" 0.C.E.W. NOTE: PROVIDE 8" THICK CONCRETE DRIVEWAY WHERE INDICATED ON PLANS. TOOL JOINT SAW EXISTING & 3/4" EXPANSION JOINT EXISTING CONC. OR ASPHALT TO REMAIN J #4 BARS 012" 0.C.E.W. (TSP. THROUGHOUT) 6" (TSP.) 3/4" EXPANSION JOINT SECTION DRIVEWAY WITH DETACHED SIDEWALK NOT TO SCALE 3" 3" 3/4' EXPANSION JOINT CONSTRUCTION JOINT (CONCRETE PAVEMENT) PUN DRIVEWAY GUTTER NOT TO SCALE 3/4" EXPANSION JOINT /4 x 12" DOWELS 0 12" 0.C. (TYP.) PLASTIC SLEEVES WITH ENDS CAPPED FOR EXPANSION JOINT #4 DOWEL (7YP.) DRILL & EPDXY GROUT #4 6" DOWELS x 18" LONG (MIN. 6" INTO EXIST. CONC.) 3" #4 BAR CONT. (TYP.) #4 DOWEL (FTP) 2' 13 11/16"10 5/16 ;"21ffl: ONI Y DRIVEWAY WITH TIED SIDFWALK PERMISSIBLE CONSTRUCTION JOINT W/ #4 x 12" DOWELS 0 12" 0.C. (TYP.) SECTION DRIVEWAY GUTTER NOT TO SCALE NOTE T = THICKNESS OF CONCRETE PAVEMENT OR CONCRETE CURB & GUTTER PROP. CONC. DRIVEWAY 6" #4 BARS 012" 0.C. EXTENDED INTO CONC. CURB COMPACTED SUBGRADE TYP. DRNEWAY HEADER CURB DETNL NOT TO SCALE z V FULL DEPTH ASPHALT (SUBSIDIARY TO CONC. DRIVE) 12" 8' CONC. DRIVEWAY TO ASPHALT PAVEMENT TIE-IN DETAIL NOT TO SCALE EXISTING ASPHALT PAVEMENT SECTION CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION t as m L i 2 05as 0 N9 Cm?w N ¢om Li 0 CJ (f) J (f)Fc 0 LLJ U 0 �J O Q n O z < U ~ (n LL I c d 0 z 0 CY SHEET 87 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 0 FADE-OUT CURB (W) m CONSTRUCTION JOINT L (F) (W/2) (W1) \-NO JOINT REQUIRED IF W< 16' (TYP) (W) 3/4' EXPANSION JOINTS (TYP) PROPERTY UNE 20:1 MAX. m LLL SIDEWALK BACK OF CURB Ti m CONSTRUCTION JOINT TOOLED 'DUMMY" JOINT 3/4" EXPANSION JOINTS (TYP) 20:1 MAX. 0 FADE-OUT CURB TYPE (C) DRIVEWAY NOT TO SCALE (M) (W2) DWY. 1 �o DWY. 2 PROPERTY LINE 13 g N U' 20:1 MAX. 0 n3 G.B. (GRADE BREAK) -"1 6 m 3 BACK OF CURB (F) USUAL FOR 6" CURB 3/4" EXPANSION JOINT (TYP) N .62 m 0 (M/2) TYPES (TMR) & (TMS) DRIVEWAY NOT TO SCALE (W1) (W2) DWY. 1 CONSTRUCTION JOINT (M) S 3/4" EXPANSION JOINTS (TP) DWY. 2 rc 9m a PROPERTY UNE 3/4' EXPANSION JOINT (TYP) (W1) (F/3) (W/2) (F) (M) (W2) DWY. 1 (M/2) DWY. 2 TYPE (S) DRIVEWAY NOT TO SCALE DWY. GUTTER (PAY AS CURB & GUTTER) NO JOINT REQUIRED IF W < 16' (TYP) CURBER Q D.. EXPANSION JOINT REQ'D. (F<M<2F) TYPES (MRA) & (MCA) DRIVEWAY NOT TO SCALE 20:1 MAX. ti m 0 (F) CONTINUOUS 6" A T CONTINUOUS EXPANSION JOINT REQ'D. THICK WALKWAY DRIVEWAY DRIVEWAY (MSF) TYPES (MRB) & (MCB) DRIVEWAY NOT TO SCALE 20:1 MAX. 3/4' EXPANSION JOINT (TYP) BACK OF CURB STANDARD DRIVEWAY DIMENSION DWY. TYPE r° (FT) wb (FT) (FT) R 5 10-30 C 10 16-35 S 15 MRA 5 10-30 5-10 MRB 5 10-30 <5 MCA 10 16-35 10-20 MCB 10 16-35 <10 TR 3 10-30 TS 5 <16 TMR 3 10-30 <6 TMS 5 <16 <10 ° VALUE OF F MAY BE CHANGED BY ENG. b RANGE OF NORMALLY ACCEPTABLE VALUES. LEGEND (DRIVE TYPE) R = RESIDENTIAL DRIVEWAY C - COMMERICAL DRIVEWAY S - SPECIAL DRIVEWAY MRA = MULTIPLE RESIDENTIAL DRIVEWAY WITH DMDER CURB MRB = MULTIPLE RESIDENTIAL DRIVEWAY WITH NO DIVIDER CURB MCA = MULTIPLE COMMERICIAL DRIVEWAY WITH DIVIDER CURB MCB = MULTIPLE COMERICIAL DRIVEWAY WITH NO DMDER CURB TR = TIED RESIDENTIAL DRIVEWAY TS = TIED SPECIAL DRTYEWAY TMR - TIED MULTIPLE RESIDENTIAL DRIVEWAY TMS = TED MULTIPLE SPECIAL DRIVEWAY CONSULTANT'S JOB NO. 130580 DESCRIPTIO U 10 0 0 m LJ 0 REVISION NO. DESCRIPTION N) 0 Tj 0 J U~7 Q 0 LLJ U 0 �J O Q O z < U ~ (n Q J c d 0 z 0 CY SHEET 88 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 WW r� aL ow TABLE NO.1 LONGITUDINAL STEEL SLAB THICKNESS AND BAR SIZE REGULAR STEEL BARS FIRST SPACING AT EDGE OR JOINT ADDITIONAL STEEL BARS AT TRANSVERSE CONSTRUCTION JOINT (SECTION X -X) T ( IN.) BAR SIZE SPACING c (IN.) SPACING a (IN.) SPACING 2 X C (IN.) LENGTH L (I N. ) 7.0 #5 6.5 3 TO 4 13 50 7.5 #5 6.0 3 TO 4 12 50 8.0 #6 9.0 3 TO 4 18 50 8.5 #6 8.5 3 TO 4 17 50 9.0 #6 8.0 3 TO 4 16 50 9.5 #6 7.5 3 TO 4 15 50 10.0 #6 7.0 3 TO 4 14 50 10.5 1*6 6.75 3 TO 4 13.5 50 11.0 #6 6.5 3 TO 4 13 50 11.5 666 6.25 3 TO 4 12.5 50 12.0 #6 6.0 3 TO 4 12 50 12.5 686 5.75 3 TO 4 11.5 50 13.0 #6 5.5 3 TO 4 11 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS SLAB THICKNESS (IN.) TRANSVERSE STEEL TIE BARS AT LONGITUDINAL CONTRACTION JOINT (SECTION Z -Z) TIE BARS AT LONGITUDINAL CONSTRUCTION JOINT (SECTION Y -Y) BAR SIZE SPACING (IN.) BAR SIZE SPACING (IN.) BAR SIZE SPACING (IN.) 7.0 - 7.5 #5 48 #5 48 #5 24 8.0-13.0 #5 48 #6 48 #6 24 H L•504 JOINT SEALING MATERIAL ADDITIONAL STEEL BARS r/2 TRANSVERSE BARS LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. TRANSVERSE CONSTRUCTION JOINT SECTION X - X H TRAVELS LANE 12' 2' TRAVELS LANE no cunt N me v.. v. .iuLVLn II{HYGL LRIYG inv.v GL LHIV 0 ) _144_" LONGITUDINAL CONTRACTION JOINT Y C____I Y CONSTRUCTION LONGITUDINAL JOINT ADDITIONAL STEEL BARS TRANSVERSE CONSTRUCTION JOINT LONGITUDINAL STEEL / / aD v N v j7 _ ■ N a0 v T rl N TRANSVERSE STEEL C C C C C 1 a CVz,.-{ L.SINGLE Ct2 TIE `I PIECE a BARS 'a TIE BARS PAVEMENT OR SHOULDER EDGE CONTRACTION JOINT LONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) 50" FOR a6 BAR, 42" FOR 45 BAR 25" FOR •6 BAR JOINT SEALING 21" FOR 05 BAR MATERIAL TIE BARS,SINGLE OR MULTIPLE -PIECE TIE BARS MAY BE IN SAME PLANE AS TRANSVERSE BARS c c 'a LONGITUDINAL BARS a c c TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y T PAVEMENT OR SHOULDER EDGE 50" FOR 46 BAR, 42" FOR 45 BAR JOINT SEALING MATERIAL I.�25" FOR •6 BAR 21" FOR 45 BAR GENERAL NOTES 1. DETAILS FOR PAVEMENT WIDTH, PAVEMENT THICKNESS AND THE CROWN CROSS -SLOPE SHALL BE SHOWN ELSEWHERE IN THE PLANS. PAVEMENTS WIDER THAN 100 FT. WITHOUT A FREE LONGITUDINAL JOINT ARE NOT COVERED BY THIS STANDARD. 2. USE COARSE AGGREGATES TO PRODUCE CONCRETE WITH A COEFFICIENT OF THERMAL EXPANSION (CTE) NOT MORE THAN 5.5 X 10-6IN/IN/°F. 3. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE NO.1 AND TABLE NO.2. 4. WHEN LOW CTE CONCRETE (NOT MORE THAN 4.0 X 10-6 [N/IN/°F) I5 PRODUCED. TABLE NO.1A MAY BE USED FOR LONGITUDINAL STEEL AS APPROVED BY THE ENGINEER. 5. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL CONFORM TO TABLE NO.1 OR TABLE NO.1A. 6. PAVEMENT WIDTHS OF MORE THAN 15 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z -Z OR SECTION Y -Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 7. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z -Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/31. 8. WHEN TYING CONCRETE GUTTER AT A LONGITUDINAL JOINT, THE TIE BAR LENGTH OR POSITION MAY BE ADJUSTED. PROVIDE 3 IN. OF CONCRETE COVER FROM THE BACK OF GUTTER TO THE END OF TIE BAR. 9. REPLACE MISSING OR DAMAGED TIE BARS WITHOUT ADDITIONAL COMPENSATION BY DRILLING MIN.10 IN. DEEP AND GROUTING TIE BARS WITH TYPE III, CLASS C EPDXY. MEET THE PULL-OUT TEST REQUIREMENTS IN ITEM 361. 10. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X -X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 11. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12 -FT. WIDTH AND 2 -FT. LENGTH OF THE PAVEMENT. 12. THE DETAIL FOR THE JOINT SEALANT AND RESERVOIR I5 SHOWN ON STANDARD SHEET "CONCRETE PAVING DETAILS, JOINT SEALS." LONGITUDINAL BARS C c 0/2C/ c C TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS FOR 7.0 IN. TO 9.5 IN. SLABS. MAY BE PLACED ABOVE LONGITUDINAL BARS FOR 10.0 1N. TO 13.0 1N. SLABS. TT/2 T LONGITUDINAL CONTRACTION JOINT SECTION Z - Z SHEET 1 OF 2 AMW Ar Texas Department of Transportation Standard CONTINUOUSLY REINFORCED CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES FELE: cr0p113.0gn CRCP (1 ) -13 ON.Tx00T Ice: AN o1:HC Ic.:RM VON October 2013 CONT SECT JOB NIOHWAY REVISIONS 10/10/2011 ADD ON .1° 04/09,2013 REmCvE ADD GTE REWIRDENTS °n0 G.S. DIST COUNTY SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO (A o 0 U 92 mom Tn 0 REVISION NO. DESCRIPTION w a 0 ca C) = r NuFN CC CC Z , m LLI h W E- W 10 U Z 0 U W � CD (C.5) z_� W EL EC CD OC >- CD J F D Z E- D O Z z Z 0- O U N O REVISION NO SHEET 89 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 WW I- J LL 0= O TABLE NO.1A LONGITUDINAL STEEL FOR LOW CTE CONCRETE AS APPROVED BY THE ENGINEER SLAB THICKNESS AND BAR SIZE REGULAR STEEL BARS FIRST SPACING AT EDGE OR JOINT ADDITIONAL STEEL BARS AT TRANSVERSE CONSTRUCTION JOINT (SECTION X -X) T (IT BAR SIZE SPACING c (IN.) SPACING a (IN.) SPACING 2 x c (IN.) LENGTH L (IN.) 7.0 #5 7.5 3 TO 4 15 50 7.5 #5 7.0 3 TO 4 14 50 8.0 #6 10.0 3 TO 4 20 50 8.5 #6 9.5 3 TO 4 19 50 9.0 #6 9.0 3 TO 4 18 50 9.5 #6 8.5 3 TO 4 17 50 10.0 #6 8.0 3 TO 4 16 50 10.5 #6 7.5 3 TO 4 15 50 11.0 u6 7.0 3 TO 4 14 50 11.5 #6 6.75 3 TO 4 13.5 50 12.0 #6 6.50 3 TO 4 13 50 12.5 #6 6.25 3 TO 4 12.5 50 13.0 #6 6.0 3 TO 4 12 50 LONGITUDINAL REINFORCING STEEL SPLICES EDGE OF CRCP PAVEMENT OR LONGITUDINAL JOINT 10 FT N 1/2" EXPANSION JOINT (SEE NOTE 12) 15 FT N SAWED CONTRACTION JOINTS FT/3 SAW CUT DEPTH 12 -FT WIDTH BY 2 -FT LENGTH 12 -FT WIDTH BY 2 -FT LENGTH STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12 -FT. WIDTH AND 2 -FT. LENGTH OF THE PAVEMENT. ANY OTHER LAP CONFIGURATION MEETING THIS REQUIREMENT WILL BE ALLOWED. EXAMPLES OF LAP CONFIGURATION PLAN VIEW ( NOT TO SCALE) T a BRIDGE APPROACH SLAB A TWO LAYERS 30 LB ROOFING FELT T HMAC(UNDERLAYMENT) TRANSVERSE EXPANSION JOINT DETAIL AT BRIDGE APPROACH EXISTING CRCP NEW CRCP MIN. 30" MIN. 10"-..- -1 a a A A EDGE OF CRCP PAVEMENT OR LONGITUDINAL JOINT TRANSVERSE CONSTRUCTION JOINT A DRILL AND GROUT WITH TYPE III, CLASS C EPDXY. DEMONSTRATE THAT THE BOND STRENGTH OF THE EPDXY-GROUTED LONGITUDINAL BARS MEETS THE REQUIREMENTS OF PULL-OUT TEST SPECIFIED IN ITEM 361. OPTION A: DRILL AND EPDXY PLAN VIEW ( NOT TO SCALE) EXISTING CRCP NEW CRCP PARTIAL DEPTH SAWCUT MIN. 36" NEW LONGITUDINAL STEEL BARS EXPOSED EXISTING STEEL BARS T/2 L IN THIS AREA, THE BREAKING OF THE EXISTING CONCRETE WILL BE ACCOMPLISHED BY LIGHTWEIGHT JACK HAMMERS AS APPROVED BY THE ENGINEER. OPTION B: BREAKBACK AND LAP TRANSVERSE TIE JOINT DETAIL EXISTING CRCP TO NEW CRCP T CAST -IN-PLACE CONCRETE TRAFFIC BARRIER TWO LAYERS OF 30 LB ROOFING FELT OR 1/2" PREFORMED BITUMINOUS FIBER MATERIAL MAY BE USED ON THE FREE SIDE OF JOINT. SEE CONCRETE BARRIER STANDARD FOR ANCHORAGE DETAILS. ALL TIE BARS IN ANY CONTINUOUS PIECE OF CONCRETE TRAFFIC BARRIER SHALL BE ON THE SAME SIDE OF THE JOINT. FREE LONGITUDINAL JOINT (JOINT WITHOUT TIE BARS) LOCATION OF THE JOINT WILL BE AS DIRECTED BY THE ENGINEER. 1/2" MIN. ASPHALT IMPREGNATED FIBERBOARD CONFORMING TO ASTM D 994. FREE LONGITUDINAL JOINT DETAIL EXISTING PAVEMENT EDGE PROPOSED PAVEMENT CONCRETE CURB TO BE REMOVED (IF APPLICABLEE) T JOINT SEALING MATERIAL DRILL & GROUT WITH TPYE III,CLASS C EPDXY 10" 25" FOR #6 BAR MIN ' 21" FOR #5 BAR --TIE BARS 1.BEFORE WIDENING WORK, DEMONSTRATE THAT THE BOND STRENGTH OF THE EPDXY-GROUTED TIE BARS MEETS THE REQURIMENTS OF PULL-OUT TEST SPECIFIED IN ITEM 361. 2.SPACE TIE BARS AT 24" SPACING. USE #6 TIE BARS FOR 8" AND THICKER SLABS, USE #5 TIE BARS FOR LESS THAN 8" THICK SLABS. LONGITUDINAL WIDENING JOINT DETAIL SHEET 2 OF 2 Texas Department of Transportation CONTINUOUSLY REINFORCED CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES CRCP(1)-13 FILE: crcp113. clan oN: TxDOT I cN: AN ow: HC/VP cN: RM ©ToDOT October 2013 DONT Sec* JOB HIGHWAY REVIMONS DIST cooNTY SUE, N0. CONSULTANT'S JOB NO. 130580 DESCRIPTIO e mo O 0 Z C N 0 PEVISION N DESCRIPTION CORPUS CHRISTI 0 U v) W Department of Capitol Programs a C3 • ZT F N D Z > m CC W a. CC O H w w 0 z 0 0 0 w 0 0 LL z W J (n D 0 z z 0 0 CV L� 0 C'1 REVISION NO SHEET 90 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 \_�a / T/2 „21-aC -ac\ a \ ` ' '' DRILL & GROUT WITH TPYE III,CLASS C EPDXY 10" 25" FOR #6 BAR MIN ' 21" FOR #5 BAR --TIE BARS 1.BEFORE WIDENING WORK, DEMONSTRATE THAT THE BOND STRENGTH OF THE EPDXY-GROUTED TIE BARS MEETS THE REQURIMENTS OF PULL-OUT TEST SPECIFIED IN ITEM 361. 2.SPACE TIE BARS AT 24" SPACING. USE #6 TIE BARS FOR 8" AND THICKER SLABS, USE #5 TIE BARS FOR LESS THAN 8" THICK SLABS. LONGITUDINAL WIDENING JOINT DETAIL SHEET 2 OF 2 Texas Department of Transportation CONTINUOUSLY REINFORCED CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES CRCP(1)-13 FILE: crcp113. clan oN: TxDOT I cN: AN ow: HC/VP cN: RM ©ToDOT October 2013 DONT Sec* JOB HIGHWAY REVIMONS DIST cooNTY SUE, N0. CONSULTANT'S JOB NO. 130580 DESCRIPTIO e mo O 0 Z C N 0 PEVISION N DESCRIPTION CORPUS CHRISTI 0 U v) W Department of Capitol Programs a C3 • ZT F N D Z > m CC W a. CC O H w w 0 z 0 0 0 w 0 0 LL z W J (n D 0 z z 0 0 CV L� 0 C'1 REVISION NO SHEET 90 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 METHOD B: JOINT SEALING COMPOUND JOINT i SEALING I/4" /4 �B COMPOUND 1/6 H _ 1/4 ' LONGITUDINAL SAWED CONTRACTION JOINT JOINT, �B /4„ SEALING /4 COMPOUND JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND TRANSVERSE SAWED CONTRACTION JOINT JOINT SEALING COMPOUND 1 /2" H r'1 1/8 " 1/4 BACKER ROD JOINT SEALING COMPOUND PREFORMED BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. TRANSVERSE FORMED EXPANSION JOINT %"- Vz" BACKER ROD PREFORMED BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. FORMED ISOLATION JOINT METHOD A: PREFORMED COMPRESSION SEALS (PCS) (DMS -6310 CLASS 6) LONGITUDINAL SAWED CONTRACTION JOINT TRANSVERSE SAWED CONTRACTION JOINT LONGITUDINAL CONSTRUCTION JOINT PREFORMED BITUMINOUS FIBER MATERIAL BOARDS EQUIVALENT TRANSVERSE FORMED EXPANSION JOINT GENERAL NOTES 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD "A" OR METHOD "B" MAY BE USED. 2. THE LOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 3. THE JOINT RESERVOIR FOR SEALANT OR PCS SHALL BE SAWED UNLESS OTHERWISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION JOINTS AND THE SAWED JOINTS. 4. DIMENSIONS d1, d2, AND d3 SHOWN IN METHOD A SHALL BE IN ACCORDANCE WITH THE PREFORMED COMPRESSION SEAL MANUFACTURER'S RECOMMENDATION. 5. REFER TO DMS -6310 "JOINT SEALANTS AND FILLERS" FOR THE CLASSIFICATIONS. 6. FOR SAWED LONGITUDINAL JOINT, LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT, USE JOINT SEALANT CLASS 5 OR 8 UNLESS OTHERWISE SHOWN ON THE PLAN OR APPROVED. 7. FOR TRANSVERSE SAWED CONTRACTION, TRANSVERSE FORMED EXPANSION JOINT, AND ISOLATION JOINT USE JOINT SEALANT CLASS 5 OR 8 AT NEW JOINTS. USE JOINT SEALANT CLASS 4,5,7,OR 8 FOR MAINTAINING EXISTING JOINTS. 8. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE ITEM 438 "CLEANING AND SEALING JOINTS" OR ITEM 713 "CLEANING AND SEALING JOINTS AND CRACKS (CONCRETE PAVEMENT)". 9. ISOLATION JOINTS ACCOMMODATE HORIZONTAL AND VERTICAL MOVEMENTS THAT OCCUR BETWEEN A PAVEMENT AND A STRUCTURE. ISOLATION JOINTS MAY BE USED FOR BRIDGE ABUTMENTS, INTERSECTIONS, CURB AND GUTTER, OLD AND NEW PAVEMENTS, OR AROUND DRAINAGE INLETS, MANHOLES, FOOTINGS AND LIGHTING STRUCTURES. ,Texas Department of Transportation Ivls7on Standard CONCRETE PAVING DETAILS JOINT SEALS JS -14 FUE: j514.dgn © TOOT: DECEMBER 2014 onoTOOT I "N, HC I ox: HC HAM CONT SECT JOB HIGHWAY REVI51ON5 DIST COL,. SHEET HO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION In o 113 8 (n J LTJ 0 1 CD Q D_ W W w Z oU Z 0 0 REVISION NO SHEET 91 of1 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 6"x 8'x 14" Treated Wood Block M)" Button Head Post Bolt with Nut & 1 %"O.D. Waeher(See General Note 3]. yle Dia. hole in post & block. Do not use Washer between Bolt Head and Rail Element Front slope break Varies 2'-0., Typ Edge of shoulder or widened crown. TYPICAL POST Toenail wi+h one 16d Galy. nail to prevent block rotation MBGF length of need (L) L WOOD BLOCK TO ROUND WOOD POST WOOD BLOCK TO RECTANGULAR WOOD POST *Pas+(s) nloy require Guardrail field modification to 18' min ensure proper guardrail Bloc height. 1 f 6'- 3' 25'- 0' Roil Element 6'- 3' n Terminal connector J n 31" 40" n Finished Gr00e n ELEVATION MID -SPAN RAIL SPLICE 5hOwing 0 25'- 0" sed+Ion of W -Beam 4011, 12'- 6' roll sections may also be supplied (See General Note 2) GG10 - 2'-6' 12 - 1"x 2" Slotted Holes 2 - Y4"x 2 /2„ Slotted holes n Direction of Traffic 1- 56" Top button head post bolt with washer and nut. (See Section C-C)� • V 12-5/B" Dia. x2" Button head splice bolts )See General Note 3) THRIE-BEAM TERMINAL CONNECTION (See General Notes 3 & 4 for required hardware) 26'.'/'" M1 Slotted Holes at 6'- 3' C -C or 3'- 1 1/2" C -C 3'- 1 ys.. (TVP) 8 -Roil 501100 Ho1e6 (Typ) j' x 21/2" Slotted— Ho es (Typ) I I 4/i' 4vd 2' 9' min. fill depth Culvert Slab 146 x 9.0 or 1s6 x 8.5 WOOD BLOCK TO STEEL POST 12" (Typ) 1' x 1 Vs' Slotted Hole8 41/2- 41/2" 12" (lyp) rtfig) W6 x 9 or W6 x 8 5 Steel Post 12"X 12"X 7/s' (ASTM A572 GR 50)Plate 12"x 12"x 1/4")ASTM A36) Steel bottom plate with 1" Dia. holes required with Balt -Through installation Steel Post Connection to culvert Blab )use when there is 18ss than 36" cover over culvert Blab) Bolt -Through Option: Requires a 6' min. slob thickness, %" 010 (ASTM A449) heavy hex bolts with two hardened washer each and heavy hex nuts. Bolt length • 510b plus 2 1/2' min. LOW FILL CULVERT POST Culverts of 25 ft. or less, see 0F(311L5 standard for "Long Span" option. VB _ %" 2 1 1/4,. Button head splice bolts (See MBGF Standard) NON -SYMMETRICAL TRANSITION TO W -BEAM 110 Gauge) 12'h' Post Bolt Length varies splice Balt Length 1 1/4" or 2" Oval Shoulder Button Head BUTTON HEAD BOLT Nate: Post and Splice Bolts See Rail Splice Detail (See General Note 3) for required hardware. ELEVATION 25'- 0"(NOM.) W -BEAM SECTION 12'- 6" roil sections may also be supplied (See General Note 2) Epoxy Note: Epoxy Anchor Option: This optica may only be used if +he culvert Slob Is 8" min. thick. Threaded anchor rods mut+ be 4' Dla. ASTM A449 or A193 Grade B7 with heavy hex nu+, and one hardened washer each. Embed anchor rode 6" with Hilt) HIT RE 500 epoxy adhesive. Other Type III Class C epoxy adhesives meeting the requirements of DM5-6100, "Epoxies and Adhesives", may be used If it con be demonstrated +ha+ +hey meet or exceed +he strength of Hil+) HIT RE 500 with +he sane embedment depth and threaded rod dia. Follow +he manufacturer's requirements for installing epoxied +hreaded rode. Extend rods W min. beyond nu+. 12 /2" rSplice� No Connection Hardware Required ft Direction of Traffic 8 - 5><8" Button Head Splice Bolts and Nuts Note: (See General Note 3) GF(31), Mid -Span rail splices are required wi+h 6'-3" post spacings. MID -SPAN RAIL SPLICE DETAIL GENERAL NOTES 1. The type of post (round wood post, rectangular wood post, or steel post) will be as shown in the plans. The exact position of MBGF shall be shown in the plans or a5 directed by the Engineer. Steel posts to be galvanized in accordance with Item 445, 'Galvanizing." 2. Rail element shall meet the requirements of Item 540,"Metal Beam Guard Fence" except 00 modified in the pions. The Contractor may furnish rail elementS of 25'- 0", or 12'- 6" (nom.) lengths. Rail elements may have slotted holes at 3'-1%2" C -C or 6'-3" C -C. A special length of rail may be manufactured to accommodate the downstream anchor terminal (DAT) and the transition sections of guardrail. 3. Button head 'post' bolts (ASTM A307) shall be of sufficient length to extend through the full thickness of the nut (ASTM A563) and Type A (1 C.D./washer and not more than 1" beyond it. Button head "Splice' bolts (ASTM A307) are 5i" x 1 A. (or 2" long at triple rail splices) with a %" double recessed nut (ASTM A563). Thrie bean "connection" %6" dia. (ASTM 0325) hex bolts shall be of sufficient length to extend through the full thickness of the rail, washers, and nuts. 4. Fittings (bolts, nuts, and washers) shall be galvanized in accordance with Item 445, "Galvanizing." Fittings shall be subsidiary to the bid item. 5. Crown shall be widened to accommodate the Metol Beam Guard Fence. 6. The lateral approach to the guard fence, shall hove o maximum slope of 1V:10H. 7. If shown elsewhere in the pions or as directed by the Engineer, the guard fence may be flared at a rate of 25:1 or flatter. 8. Unless otherwise shown in the pions, guard fence placed in the vicinity of curbs Shall be positioned so that the foce of Curb i3 located directly below or behind the face of the rail. Rail placed over curbs shall be installed so that the post bolt is located approximately 25 inche5 above the gutter don or edge of shoulder. 9. If solid rock is encountered within 0 to 18" of the finished grade, drill 0 22" dia. hole, or drill two 12" dia. front to back overlapping holes, 24° into the rock. If solid rock i3 encountered below 18",drill 0 12" dia. hole, 12" into the rock or to the standard embedment depth, whichever maybe less. Any excess post length, after meeting these depths, may be field cut to ensure proper guardrail mounting height. Backfill with a coheslonless material. 10. Posts shall not be set in concrete, of any depth. 11. Special fabrication will be required at installations having a curvature of less than 150 ft. radius. 12. Unless otherwise shown in the plans, a composite material post and/or block that meets the requirements of DMS -7210,. "Composite Material Posts and Blocks for Metal Beam Guard Fence" may be substituted for posts and/or blocks of similar dimensions. The Construction Division, TxDOT maintains a Material Producer List (MPL} for producers of materials conforming to DMS -7210. Only producers on the MPL may furnish composite material posts and/or blocks. 13. For posts located partially or wholly between precast box culvert units, the use of a cast -in-place concrete Closure between boxes is required. See Detail "A" on Bridge Standard SCP -MD. Payment for MBGF Trans (Non -Sym) Non -Symmetrical Transition Rail \li Direction of Traffic Note: All rail elements shall be lopped in the direction of adjacent traffic. DOWNSTREAM RAIL ATTACHMENT Air 7bxas Department of 7tansporfatlon Siandard METAL BEAM GUARD FENCE GF(31)-14 c aE: gf311.1.dgn ON. MOOT IVO 84 ow. VP ICO CCL ©TOOT. December 2011 CONT SECT JOB HIGHWAY REVISIONS DIST COUNTY SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 4- 0 REVISION NO. DESCRIPTION O m U 0 0 0 0 z < (i) LL w O U z W LL LL �CO D I VD W W CO 0 J W 2E 0 z 0 it SHEET 92 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 h c 6%' 6/e' ; in t t t r 9 4 Q9 8 -Roil 501100 Ho1e6 (Typ) j' x 21/2" Slotted— Ho es (Typ) I I 4/i' 4vd 2' 9' min. fill depth Culvert Slab 146 x 9.0 or 1s6 x 8.5 WOOD BLOCK TO STEEL POST 12" (Typ) 1' x 1 Vs' Slotted Hole8 41/2- 41/2" 12" (lyp) rtfig) W6 x 9 or W6 x 8 5 Steel Post 12"X 12"X 7/s' (ASTM A572 GR 50)Plate 12"x 12"x 1/4")ASTM A36) Steel bottom plate with 1" Dia. holes required with Balt -Through installation Steel Post Connection to culvert Blab )use when there is 18ss than 36" cover over culvert Blab) Bolt -Through Option: Requires a 6' min. slob thickness, %" 010 (ASTM A449) heavy hex bolts with two hardened washer each and heavy hex nuts. Bolt length • 510b plus 2 1/2' min. LOW FILL CULVERT POST Culverts of 25 ft. or less, see 0F(311L5 standard for "Long Span" option. VB _ %" 2 1 1/4,. Button head splice bolts (See MBGF Standard) NON -SYMMETRICAL TRANSITION TO W -BEAM 110 Gauge) 12'h' Post Bolt Length varies splice Balt Length 1 1/4" or 2" Oval Shoulder Button Head BUTTON HEAD BOLT Nate: Post and Splice Bolts See Rail Splice Detail (See General Note 3) for required hardware. ELEVATION 25'- 0"(NOM.) W -BEAM SECTION 12'- 6" roil sections may also be supplied (See General Note 2) Epoxy Note: Epoxy Anchor Option: This optica may only be used if +he culvert Slob Is 8" min. thick. Threaded anchor rods mut+ be 4' Dla. ASTM A449 or A193 Grade B7 with heavy hex nu+, and one hardened washer each. Embed anchor rode 6" with Hilt) HIT RE 500 epoxy adhesive. Other Type III Class C epoxy adhesives meeting the requirements of DM5-6100, "Epoxies and Adhesives", may be used If it con be demonstrated +ha+ +hey meet or exceed +he strength of Hil+) HIT RE 500 with +he sane embedment depth and threaded rod dia. Follow +he manufacturer's requirements for installing epoxied +hreaded rode. Extend rods W min. beyond nu+. 12 /2" rSplice� No Connection Hardware Required ft Direction of Traffic 8 - 5><8" Button Head Splice Bolts and Nuts Note: (See General Note 3) GF(31), Mid -Span rail splices are required wi+h 6'-3" post spacings. MID -SPAN RAIL SPLICE DETAIL GENERAL NOTES 1. The type of post (round wood post, rectangular wood post, or steel post) will be as shown in the plans. The exact position of MBGF shall be shown in the plans or a5 directed by the Engineer. Steel posts to be galvanized in accordance with Item 445, 'Galvanizing." 2. Rail element shall meet the requirements of Item 540,"Metal Beam Guard Fence" except 00 modified in the pions. The Contractor may furnish rail elementS of 25'- 0", or 12'- 6" (nom.) lengths. Rail elements may have slotted holes at 3'-1%2" C -C or 6'-3" C -C. A special length of rail may be manufactured to accommodate the downstream anchor terminal (DAT) and the transition sections of guardrail. 3. Button head 'post' bolts (ASTM A307) shall be of sufficient length to extend through the full thickness of the nut (ASTM A563) and Type A (1 C.D./washer and not more than 1" beyond it. Button head "Splice' bolts (ASTM A307) are 5i" x 1 A. (or 2" long at triple rail splices) with a %" double recessed nut (ASTM A563). Thrie bean "connection" %6" dia. (ASTM 0325) hex bolts shall be of sufficient length to extend through the full thickness of the rail, washers, and nuts. 4. Fittings (bolts, nuts, and washers) shall be galvanized in accordance with Item 445, "Galvanizing." Fittings shall be subsidiary to the bid item. 5. Crown shall be widened to accommodate the Metol Beam Guard Fence. 6. The lateral approach to the guard fence, shall hove o maximum slope of 1V:10H. 7. If shown elsewhere in the pions or as directed by the Engineer, the guard fence may be flared at a rate of 25:1 or flatter. 8. Unless otherwise shown in the pions, guard fence placed in the vicinity of curbs Shall be positioned so that the foce of Curb i3 located directly below or behind the face of the rail. Rail placed over curbs shall be installed so that the post bolt is located approximately 25 inche5 above the gutter don or edge of shoulder. 9. If solid rock is encountered within 0 to 18" of the finished grade, drill 0 22" dia. hole, or drill two 12" dia. front to back overlapping holes, 24° into the rock. If solid rock i3 encountered below 18",drill 0 12" dia. hole, 12" into the rock or to the standard embedment depth, whichever maybe less. Any excess post length, after meeting these depths, may be field cut to ensure proper guardrail mounting height. Backfill with a coheslonless material. 10. Posts shall not be set in concrete, of any depth. 11. Special fabrication will be required at installations having a curvature of less than 150 ft. radius. 12. Unless otherwise shown in the plans, a composite material post and/or block that meets the requirements of DMS -7210,. "Composite Material Posts and Blocks for Metal Beam Guard Fence" may be substituted for posts and/or blocks of similar dimensions. The Construction Division, TxDOT maintains a Material Producer List (MPL} for producers of materials conforming to DMS -7210. Only producers on the MPL may furnish composite material posts and/or blocks. 13. For posts located partially or wholly between precast box culvert units, the use of a cast -in-place concrete Closure between boxes is required. See Detail "A" on Bridge Standard SCP -MD. Payment for MBGF Trans (Non -Sym) Non -Symmetrical Transition Rail \li Direction of Traffic Note: All rail elements shall be lopped in the direction of adjacent traffic. DOWNSTREAM RAIL ATTACHMENT Air 7bxas Department of 7tansporfatlon Siandard METAL BEAM GUARD FENCE GF(31)-14 c aE: gf311.1.dgn ON. MOOT IVO 84 ow. VP ICO CCL ©TOOT. December 2011 CONT SECT JOB HIGHWAY REVISIONS DIST COUNTY SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 4- 0 REVISION NO. DESCRIPTION O m U 0 0 0 0 z < (i) LL w O U z W LL LL �CO D I VD W W CO 0 J W 2E 0 z 0 it SHEET 92 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 WW 1—J 4u. O,a SDI Ice IL f End Payment MT) By Each R F F Guardrail Begin IBGF length of need 1 Guardrail 10120251 43"- 9' Standard Installation Cable Assembly Grand Strut 1251521 JED Coble anchor box 7 with shoulder bolts, nuts, & washers. Guardrail Guardrail exit slot away from traffic 56'x 8"x 8' Bearing R Impact Head 53000 Splicel Bolt & ruts 1 6'-3' 6'-3' PLAN 6'-3' Note: Do not attach rail to Dost O. This applies To this 'wood' post design. 0 [MAID 180501 Splice Boit 6'-3' 0 I rl r x 3- 1Lag screws O. nuts ® IC Object Marker LIMO 17 Direction of Traffic 6'-3" 1 wood Post 1 Object Marker 111 B 1" Hex nut EEC] II rJ II LI 6 rJ Finished I I Grade LI LI Cable Anchor Box ELEVATION Detail shown is Type 1 - SKT Wood post ®' EEMI & washer each end Finished Grade 1)1,' x 8" x 8" Bearing PL Ground Strut ITUSI Finished Grade 117420 °aE No 56.x10' 1ono1B5810041hex hd. bolt 8 HCR nu+IN0501 with 2 washers 36' x 7 ''/ 185807541 hex hd. bolt & HGR nut 1111213 MED Note. Drive no Is & bend over to prevent plats rotation BEARING PLATE PARTIAL VIEW AT POST7i1 s+axlard MSGF Dio. post hole IC x 1B' bolt & HGR nut 158" 0.D. washer under nut only 185818021 ' x10" Lg. HGR bolt 8581002 with HGR hex nut 11.(11 washer under nut EEC 36" x 7 /_ 7ifl 1E15807541 hd. bol+ & HCR nut SECTION A -A (at post 2) 1 Finished Grade hex Steel tune B Wood past Toe nail Woad block A 516 x 10' hex hd. bolt & HGR nut N050 with 2 washers WO50 185610041 SECTION SI -B Typical Post & Tube System, Poets 3 & 4 with (Type 111 & Posts 3 Thru 8 with (Type III) Approx. 5'-0 Ground Strut Finished Grade ATE 36" Dia. DOSt tole with ii' x 18" bolt & HGR nut Igo"0.D.washer under nut only 165818021 MID Woodblock Deep bean guardrail 23' 72' GENERAL NOTES 1. For additional information contact: Interstate Steel 2. The Type of SOT unit will be specified elsewhere in post position. The Type of SGT unit chosen is a mai systems performance. Post & Tube Options Type I Posts O thru 0 Type II Posts CD tnru Type I11 POWs ® tnru Inc. 1432) 263-3725 +he plans. The nunberS in the circleS indicate mienmce consideration and does not affect the Post Only Posts ®thru ap Posts ®thru ® None 3. SGT's Wooed within the "minimum- 150 ft. radius, shall be installed stroight. Standard rail elements may be installed within the radius, without 8650101 fabrication. 4. All bolts, nuts cable assemblies, cable anchors, steel tubes & bearing plates Shall be galvanized. 5. A flare rote Of 2511 01oy be used over the first 50 ft. Of the system t0 prevent the terminal head from encroaching the Shoulder. The flare may be decreased or eliminated for Specific installations, if directed by the Engineer. 6. The steel tubes shall not protrude more than 4 inches above ground. Site grading may be necessary to meet this requirement. 7. The 8+561 tubes may be driven with on approved driving he04. They Shall not be driven with the wood post in the tube. 1f the steel tubes are placed in drilled hales, the backfill material must be satisfactorily compacted to prevent tube Settlement. 8. If solid rock is encountered. See the Manuf 's installation manual for the proper installation guidance. 9. The breakaway cable assembly must be tout. A locking device, (vice grips or channel lock pliers) should be used to prevent the cable from twisting when tightening the nuts. 10. The wood 51060 Shall be '400 nailed" t0 +he rectangular wood 308+8 +0 prevent them from turning when the wood shrinks. The bearing plate on the front past shall also be 'toe nailed' to prevent rotation. 11. For curb installations, the soil tubes and posts Shall be installed at the proper ground elevation behind the Curb. The poets will then require field drilling new 501e8 t0 accomodate the roil t0 post connection bolt to maintain the proper height Of th8 roil above the gutter Don. The excess post length above the rail will be removed if directed by the Engineer. 12. An object marker Shall be installed on the front of the 11110act head a8 detailed all D&OM(VIA). WOOD BLOCK 16' 3 %2' Dia. Breakaway HOle8 26' Wood CRT Post SECTION C -C Typ. at Posts 3 Thru 8 with (Type I1 50' Approoeh wooing 5.-10" Apor000n grading may ae decreased or 811m(nbte0. As directed by the Engineer. Note: Site Condi+tanlal Site conditions may exist where grading la required for +he proper installation of metal guard fence and end treatments. Length varies. DIRECTION OF TRAFFIC oarY: adjust ,.lath occardingIy ,.nen offset to used. (offset 'option' shawl) Appraa 1 Grading (IV 1 10X or FI APPROACH GRADING AT GUARDRAIL END TREATMENTS All measurements should be token from bottom of posts. UNIVERSAL WOOD POST POST B TUBE OPTIONS Type I postthru Type II post 1 thru Type III post10 thru ® Ar Teras Department of Transportation Standard SINGLE GUARDRAIL TERMINAL (SKT-31) (WOOD POST) SGT(8)31-14 E a E: sat83114.d71 ©Tom- December 2011 oH: 1+007 I ca: AN l0: B0/VP ca: VP CMT SECT JOB HIGHWAY REVISIONS DIST COUNTv SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION a cc 441) g Q r Zcc CI F N z >pc pc W a. H 0 z in Ld U Z LTJ 0 0 UJ 00 J W 2E N L.L 0 N L� 0 CD 2E N J UJ 0 0 z 0 it SHEET 93 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 Post s TueE a°T1va BILL OF MATERIAL 1eT'peT;;eT' Ie DESCRIPTION 51303 I 1 1 Guardrail (12 Ga.) 12'- 6" SKT 012025 1 1 1 Guara^al l (12 Go.) 9'- 4 1/2' G1209 1 1 1 Guard -ail (12 Go.) 25'- 0" 5730 2 2 2 Steel Tube - 6" x 8' x 72' x %'' min. cc 31s' 5735 0 2 6 Steel Tube - 6" x 8' x 54' x Y. min. Or Ws' P650 2 4 8 W00d Poets - 51/2" x 71/2' x 45" P671 6 4 0 Wood CRT Poets - 6" x 8' x 72' P675 6 6 6 W000 Block - 6" X 8' x 14' E740 1 1 1 Pipe Sleeve - 2" Std. Pipe x 51/2' E750 1 1 1 Bearing Plate - 56'x 8' x 8' S760 1 I 1 Cable Anchor Bax E770 1 1 1 Cable Assembly E780 1 I 1 Ground Strut S3000 1 I 1 Io aa+ Head HARDWARE 8580754 2 4 8 5/1' x 7'/t' Hex Ho. Bolt 6561004 2 4 6 36' x 10' Hex Hd. BOIt (TOO Of T(i)es) 8050 11 15 23 % washers 8581002 1 1 1 %b' x 10" HCR Post Bolt Most 2) 8580122 16 16 16 'IV x 1 %4" HGR Solite Bolt 6561802 6 6 6 IV x 13" HGR POST BOIT (PO8T8 ® thru ® 1 N050 35 39 47 56' HGR Nut (24 -Sal, Varies -Posts, 2 -Strut) E350 2 2 2 364' x 3" Lag Screw N100 2 2 2 1' Hex Nut (Anchor Cable) W100 2 2 2 1" Washer (Anchor Cable) SB12A 8 8 6 Coble Anchor Box Shoulder Bolts 80128 8 8 8 y2" Structural Nut W012A 8 8 8 1/2" Structural Washer E3151 1 1 1 Object Marker - (18' x 18') Ar Teras Department of Transportation Standard SINGLE GUARDRAIL TERMINAL (SKT-31) (WOOD POST) SGT(8)31-14 E a E: sat83114.d71 ©Tom- December 2011 oH: 1+007 I ca: AN l0: B0/VP ca: VP CMT SECT JOB HIGHWAY REVISIONS DIST COUNTv SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION a cc 441) g Q r Zcc CI F N z >pc pc W a. H 0 z in Ld U Z LTJ 0 0 UJ 00 J W 2E N L.L 0 N L� 0 CD 2E N J UJ 0 0 z 0 it SHEET 93 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 W1-10 96'x36' STA. 1+80 m Q Q. 'Saut 1=16E1. s 101 R1-1 'x30' STA. 2+71 PAV MRK. (W) (8 (SLD) PREFAB PAV MRK (W) (24) (SLD) PREFAB PAV MRK TY C (W) (WORD) RAISED REFL PAV R3-8 r 30'x30' STA. 5+00 MRKR TY I—C STA. 4+00 TO STA. 5+00 THREE LANE TO TWO LANE TRANSITION �1 ROI ROI 8' SHOULDER ROI ROI ROW ROI W3-1 ROI KEEL PAV MRKJ'LI (w) (4') (SLD) ROI ROI RAISED REFL PAV MRKR TY II—A—A 0 80' SPACING B' SHOULDER ROw ROI ROI STA. 3+33 STA. 3+70 8' SHOULDER CITY LIMITS CITY MAINTENANCE BEGINS STA 2+31 Rw 4440 REFL PAV MRK TY 1 (Y) (41 (SLD) (DBL) RAISED REFL PAV MRKR TY II—A—A REFAB PAV MRK TY C (W) (ARROW) RQ' ROW 8' SL1oULDER ROI 10+00 24'x30' STA. 4+50 REFL PAV MRK TY 1 (W) (4') (SLD) SIGNING AND PAVEMENT MARKING LAYOUT SCALE: 1%.50' R7-2 SPECIAL 18'x24' STA. 10+00 ROI ROI SOUTHERN MINERALS ROAD SPECIAL 18'x24' STA. 10+00 ROI 11+00 ROW REFL PAV MRK TY I (W) (41 (SLD) REFL PAV MRK TY I. 0)-1'(4(BKN) REFL PAV MRK TY 1 (Y) (41 (BKN) REFL PAV MRK TY 1 (W) al-ffcb) ROI ROI RAISED REFL PAV MRKR TY II—A—A 0 BO' SPACING 13+00 ROW R�. 11++00 NOTE 1. SIGN BLADES SHALL BE 9' WIDE EXTRUDED BLADES WITH 6' SERIES 'C' WIDE TEXT OR SERIES 'B' NARROW TEXT, DEPENDING ON THE LENGTH OF NAME & 3' SERIES 'B' NARROW TEXT FOR SUFFIX & BLOCK NUMBERS. SHEETING MATERIAL SHALL BE REFLECTIVE 'HIGH INTENSITY PRISMATIC (HIP)' COVERING SIGN BLANKS. BACKGROUND COLOR IS GREEN WITH WHITE TEXT. 2. ALL MATERIALS SHALL BE NEW AND UN—WEATHERED. SIGNING AND PAVEMENT MARKING LAYOUT 3. ALLOY FOR EXTRUDED ALUMINUM BLADES SHALL BE 6063—T6. ALLOY SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 4. ALL ALUMINUM SIGNS ON PROJECT (EXCEPT STREET NAME BLADES) SHALL HAVE ..... AN ANTI—GRAFFITI FILM ON BOTH SIDES OF SIGN. SCALE 1'-50' 4 ,N CONSULTANT JOB NO. 130580 w z J 2 U 112 12 it o m o "-* uu U8 rol Bc c i 0/ W 88 O: 0. SHEET 94 of109 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095 0 0 MATCHLINE STA. RAISED REFL PAV MRKR TY II—A—A 0 80' SPACING ROW ROW REFL PAV MRK TY I (Y) (4") (BKN) 4 ROW ROW ROW 4 ROW ROW ROW REFL PAV MRK TY I (W) (4") (SLD) RO 8' SHOULDER Row2---. ROW' 17+00 SOUTHERN MINERALS ROAD ROW ROW R7-2 SPECIAL ON( 111i 18"x24" STA. 18+50 R2-1 SPEED U MIT 24"x30" STA. 19+00 STA. 20+65 'Southern Minds Rsoo j STOP 0 0. EXISTING STOP ROW STA. 20+27.87, (18' LT) STA.20ROW RO+27.87, (10' LT) 18+00 2' OFFSET FROM it TO PROP. PAVEMENT CROWN ROW 1,041 Row 6 an SPECIAL 4 4 oW STA. 20+27.87, (14' RT) — m• STA. 20+27.87, (22 REFL PAV MRK TY I (W) (4") (SW) STA. 17+00 BEG. REFL PAV MRK TY I (Y) (4") (BKN) & (Y) (4") (SW) SIGNING AND PAVEMENT MARKING LAYOUT SCALE: 1 "=50' 25' 50' 18"x24" STA. 18+50 STA. 19+00 TO STA. 20+27.87, 0'-2' PAVEMENT CROWN AND STRIPE TRANSRION NOTE: 1. SIGN BLADES SHALL BE 9" WIDE EXTRUDED BLADES WITH 6" SERIES "C" WIDE TEXT OR SERIES "B" NARROW TEXT, DEPENDING ON THE LENGTH OF NAME & 3" SERIES "B" NARROW TEXT FOR SUFFIX & BLOCK NUMBERS. SHEETING MATERIAL SHALL BE REFLECTIVE "HIGH INTENSITY PRISMATIC (HIP)" COVERING SIGN BLANKS. BACKGROUND COLOR IS GREEN WITH WHITE TEXT. 2. ALL MATERIALS SHALL BE NEW AND UN—WEATHERED. 3. ALLOY FOR EXTRUDED ALUMINUM BLADES SHALL BE 6063—T6. ALLOY SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 4. ALL ALUMINUM SIGNS ON PROJECT (EXCEPT STREET NAME BLADES) SHALL HAVE AN ANTI—GRAFFITI FILM ON BOTH SIDES OF SIGN. CONSULTANT'S JOB NO. 130580 DESCRIPTIO m 0 REVISION NO. DESCRIPTION (� / O) ) EE 0 2 � U n 471111 5 o � I— o, o cp O (.D < " Q W 0 z N W Q W Q-_ 0 z z z REVISION NO SHEET 95 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 Pavement Edge 6" min. when Shoulder width no shoulder exists Ityp.) may vary (tip.) 4" Yellow Centerline k * bl 30' 10' 4 White Edge Line Af-= 10" min. -12" Max. 4" Solid 1" Yellow Line 1' 3" min. -4" max. 4" Solid /aI Yellow Line 3" min. 4" mox. Shoulder width may vary TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS Pavement Edge 6" min. Ityp.) 4" White Lane Line —I o W k 30' 10' 4" Solid Yellow Line CENTERLINE AND LANE LINES FOUR LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS 4" White Edge Line K 3" min. -4" usual (12' max. for traveled way greater than 48' only) Pavement Edge 6" min. (typ.) 4"WhiteLane Line 30' k 1. 4" Yellow Edge Line 4" White Edge Line EDGE LINE AND LANE LINES ONE—WAY ROADWAY WITH OR WITHOUT SHOULDERS Pavement Edge 4" White Edge Line 4" Yellow Edge Line Median Width 4" White Lone Line 4" Solid Yellow Line 4 A 10" min.- 12" max. H> y 4" Yellow Edge Line 8" Solid White Channelizing Line 4" White Edge Line 48" min. from edgeline to stop/yield line tc 12"-24" White Stop or Yield Line 4" White Lone Line All medians shall be field measured to determine the location of necessary striping. Stop/Yield bars and centerlines shall be placed when the median width is greater than 30 ft. The median width is defined as the area between two roadways of a divided highway measured from edge of traveled way to edge of traveled way. The median excludes turn lanes. The median width might be different between intersections, interchanges and of opposite approaches of the same intersection. The narrow median width will be the controlling width to determine if markings are required. FOUR LANE DIVIDED ROADWAY INTERSECTIONS White 4" Minimum Bridge Rail or Face of Curb 20' typ. <- (L) 30-45 6" min. — (typ.) 12" min. 24" typ. AM4 < A 4' min. 30' max. 1 M nlmum Requirements for Edge l i nes Traveled Way Width > 20' GUIDE F E Based an Trov /-7 /1 w White edgeline Varies Lane width greater than or equal to 11' White edgeline NOTES: 1. No -passing zone on bridge approach is optional but if used, it shall be a minimum 500 feet long. 2. For crosshatching length IL) see Table 1. 3. The width of the offset (W) and the required crosshatching width is the full shoulder width in advance of the bridge. 4. The crosshatching Is not required If delineators or barrier reflectors are used along the structure. 5. For guard fence details, refer elsewhere in the plans. ROADWAYS WITH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT STOP LINES Solid White Width: 12" min. 24" max. EDGE LINE 4" Solid White CENTERLINE x 4" Yellow Length: 10' Gap: 30' * OPTIONAL 4" Solid Yellow line on approaches to intersections 1500' min.) Minimum Requirements for Centerlines without Edgelines Pavement Width 16' < W < 20' OR PLACEMENT OF STOP LINES, DGE LINE & CENTERLINE e led Way and Pavement Widths for Undivided Highways TABLE 1 - TYPICAL LENGTH (L) Posted Speed * Formula 40 WS 2 DMS -6100 L 60 45 L=WS Meith Percentile oraebe xceed eton e t raffic speedo normallyhe memetedpeed !Wt. Crosshatching lent'+h should be rounded up to nares+ O foot Increment. L•Leerrgqth of CrosehptohInp (FT./ WWldth of Offset+ WT.1 S-Pcefed Speed (MPH) EXAMPLES: An 8 foot shoulder in advance of a bridge reduces to 4 feet on a 70 MPH roadway. The length of the cross- hatching should be: L=8x70= 560 ft. A 4 foot shoulder in advance of a bridge reduces to 2 feet on a 40 MPH roadway. The length of the cross- hatching should be: L = 4(4012 / 60 = 106.67 ft. rounded to 110 ft. GENERAL NOTES 1. Edgeline striping shall be as shown in the plans or as directed by the Engineer. The edgeline should typically be placed a minimum of 6 inches from the edge of pavement. This distance may vary due to pavement raveling or other conditions. Edgelines are not required in curb and gutter sections of roadways. 2. The traveled way includes only that portion of the roadway used for vehicular travel and not the parking lanes, sidewalks, berms and shoulders. The traveled ways shall be measured from the inside of edgeline to inside of edgeline of a two lane roadway. MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZEDI DMS -4200 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 TRAFFIC PAINT DMS -8200 HOT APPLIED THERMOPLASTIC DMS -8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. 36" 3 to 12" J r >1 24" V V VV VV FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH 3 to 12' 18" IV 7 V V V\7 V V V 7 V FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH YIELD LINES Texas Departmental Transportai►on AI Traffic Operations OA+islon TYPICAL STANDARD PAVEMENT MARKINGS PM (1 ) —1 2 ©TxDOT November 1978 0N: T500TCO: 1500CO: 5500T CK: TX00T REVISIONS 8-95 2-12 5-00 e-00 3-03 CONI SECT JOB HIGHWAY DIST COUNTY SHEET N0. 224 CONSULTANT'S JOB NO. 130580 DESCRIPTIO 00 uJ 0 REVISION NO. DESCRIPTION 12 fj N O U m w Q 0 a cc , N c0 WZ FN C. 0 Z>m CC cC la 0 PAVEMENT MARKING DETAILS PM(1)-12 REVISION NO SHEET 96 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 UJ LJ H J d U- O lL REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSIT Type 11 -A -A 80' c=1 0 40' SEE DETAIL "A" 40' SEE DETAIL "B" 40' CENTERLINE FOR ALL TWO LANE ROADWAYS Type II -A -A Type I -C 0 80' SEE DETAIL "C" CENTERLINE & LANE LINES FOR FOUR LANE TWO-WAY HIGHWAYS Raised pavement marker Type I -C, clear face toward normal traffic, shall be pieced on 80 -foot centers. 1"-4" 4" DETAIL "A" DETAIL "B" Type II -A -A"" 1"-2" DETAIL 11C" IONING GUIDANCE Centerline Symmetrical around centerline Continuous two-way left turn lane Type II -A -A 0 0� 40' 40 Type I -C 40 80' CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE Type 1-C or II -C-R ❑ 1 0 Type 1-C or II -C-R 80 ❑ 0 0— LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) Raised pavement markers Type II -C-R shall have clear face toward normal traffic and red face toward wrong -way traffic. MATERIAL SPECIFICATIONS PAVEMENT MARKERS IREFLECTORIZED) DMS -4200 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 TRAFFIC PAINT DMS -8200 HOT APPLIED THERMOPLASTIC DMS -8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. 0 0 (0 010 D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D 2 to 3" 4" EDGE LINE OR CENTERLINE OPTIONAL 6" EDGE LINE OR CENTERLINE CENTER OR EDGELINE 30' REFLECTORIZED PROFILE PATTERN DETAIL USING REFLECTIVE PROFILE PAVEMENT MARKINGS 300 to 500 mil in height A quick field check for the thickness of base line and profile marking is approximately equal to a stack of 5 quarters to a maximum height of 7 quarters. NOTE: D D n n n n n n n N BROKEN LANE LINE Profile markings shall not be placed on roadways with a posted speed limit of 45 MPH or less. 4" LANE LINE OR OPTIONAL 6" LANE LINE GENERAL NOTES All raised pavement markers placed in broken lines shall be placed in line with and midway between the stripes. 2. On concrete pavements the raised pavement markers should be placed to one side of the longitudinal joints. Type I (Top View) Reflectorized Surface 35° max - 25° min Type II (Top Vier) eflectorized Surface • Roadway/ Surface Adhesive SECTION A RAISED PAVEMENT MARKERS Texas Department of Transportation AI Traffic Operations Division POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-12 ©TxDOT April 1971 M,M, c": Txoor DW: rxoaT C: OCDDT 4-92 5-00 8-00 2-08 Ncvmorvs 2-10 2-12 CONT SECT JOB HIGHWAY DIST COUNTY SHEET N0. 22B CONSULTANT'S JOB NO. 130580 DESCRIPTIO 00 0 0 REVISION NO. DESCRIPTION m L Z — 0 ¢om ul EE U ci (!) 46 a o Q O cc n M r Z cc CI Z Im W CC _a. 0 H PAVEMENT MARKING DETAILS PM(2)-12 REVISION NO SHEET 97 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# E1 3095 J MINOR 1'1-\1/7 TWO -NAY STREET k L > 1 Mile (Lane Drop) Varies (See note 3) Varies 9' ,-Dotted 8" white Lane Line I0 0 e 48 0 � -Type I -C Type II -A -A spaced at 20' O 4' yellow broken 4" yellow solid - E> 4" white broken o 0 o O ❑ 0, 0 r 8" white (Typ)' jE Varies based on length of turn bay *X* Typically equal to /2 the length of storage lane Type I -C or Type II -C-R spaced at 20' SEE DETAIL B TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP 1 - cc 1- cn 24" White v, Ityp• )- ac 1 Mlle (Auxiliary Lone) Varies (See note 3) J z o n o - 0 0 oa 9', ,-Dotted 8" white Lane Line SEE DETAIL C 48' 0 =>1\-=TypeI: 4" white broken - = SEE DETAIL A 4" white broken 4" yellow solid J 1 1)-4" yellow broken 4r TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE Final placement of Stop Bar and Crosswalk shall be approved by the Engineer in the field. DETAIL B MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZEO) DMS -4200 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 TRAFFIC PAINT DMS -8200 HOT APPLIED THERMOPLASTIC DMS -8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. Type II -A -A Markers 4" Yellow SEE DETAIL A TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS Type II -A -A Markers 20' r Full Lane Width Typ'cal 12' Min. n 4 See note 6 TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY GENERAL NOTES Refer elsewhere in plans for additional RPM placement and details. 2. Lane use word and arrow markings shall be used where through lanes approaching an intersection became mandatory turn lanes. Lane use word and arrow markings should be used in auxiliary lanes of substantial length. Lane use arrow markings or word and arrow markings may be used in other lanes and turn bays for emphasis. Details for words and arrows as shown in the Standard Highway Sign Designs for Texas. 3. When lane used word and arrow markings are used, two sets of arrows should be used if the length of the bay is greater than 180 feet. When a single lane use arrow or word and arrow marking is used for a short turn lane, it should be located at or near the upstream end of the full -width turn lane. 4. Other crosswalk paterns as shown in the "Texas Manual on Uniform Traffic Control Devices" may be used. 5. Raised pavement marker Type I -C with undivided highways, flush medians and two way left turn lanes. Raised pavement marker Type II -C-R with divided highways and raised medians. 6. A two-way left -turn (TWLT) lane -use arrow pavement marking should be used at or Just downstream from the beginning of a two-way left -turn lane within a corridor. Repeatin4 the marking after each intersection or dedicated turn bay is not required unless stated elsewhere in the plans. Texas Department of Transportation Traffic Operations DMslon PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM (3) —12 0T:00T April 19555 :TNOr 5, Tx r:0: ICK: T%DOT REVISIONS 5-00 2-12 8-00 3-03 2-10 CONT SECT JOB HIGHWAY COUNT SHEET NO. 22C CONSULTANT'S JOB NO. 130580 DESCRIPTIO uJ 0 REVISION NO. DESCRIPTION O m o 113 0 0 PAVEMENT MARKING DETAILS PM(3)-12 0 z 0 CY SHEET 98 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 REQUIREMENTS FOR RED BACKGROUND REGULATORY SIGNS (STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS (EXCLUDING STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) GENERAL NOTES 1. Signs to be flrntshed shall be as detailed elsewhere in the plans andfor as shown on sign tabulation sheet. standard sign designs and arrow dimensions can be found in the "Standard Highway Sign Designs for Texas" (SHSD!. 2. Sign legend shall use the Federal Highway Administration (FHWAI Standard Highway Alphabets CB, C, D, E. Emod or F1. 3. Lateral spacing between Tetters and nlmerals shall Conform with the SHSD, and any approved changes thereto. Lateral spacing of legend shall provide a balanced appearance when spacing is not shown. 4. Black legend and borders shall be applied by screening process or cut-out acrylic non -reflective block film to background sheeting, or cambination bordersancobe applied by screening assess with transparent 5. color legend transparent Colored ink, transparent colored overlay film to white baCkgrGnO sheeting or cut-out white sheeting to Colored background sheeting, or cdnb Tnotion thereof. 6. Colored legend shall be applied by screening process with transparent colored ink, transparent colored overlay film or colored sheeting to background 7. sheeting, or Gemination thereof. Sign substrate shall be any material that meets the Departmental Material Specification requirements of DMS -7110 or approved alteernative. 6. Mounting details for roadside =minted Signa are Shown in the "SMD series' Standard Plan Sheets. S T 0 P YIELD ,c SPEED LIMITthereof. 5 v i. , , D 0 N 0 T WRONG •- TYPICAL EXAMPLES //)) E N T E R / WAY / REQUIREMENTS FOR FOUR SPECIFIC SIGNS ONLY SHEETING REQUIREMENTS SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL USAGE COLOR SIGN FACE MATERIAL BACKGROUND WHITE TYPE A SHEETING ALUMINUM SIGN BLANKS THICKNESS BACKGROUND RED TYPE B OR C SHEETING BACKGROUND ALL OTHERS TYPE B OR C SHEETING BACKGROUND WHITE TYPE B OR C SHEETING LECEND,BORDERS AND SYMBOLS BLACK ACRYLIC NON -REFLECTIVE FILM Square Feet Mininun Thickness LEGEND & BORDERS WHITE TYPE B OR C SHEETING Less than 7.5 0.080 ANDLEGESYMBOLSERS ALL OTHER TYPE B OR C SHEETING LEGEND RED TYPE B OR C SHEETING 7.5 to 15 0.100 Greater than 15 0.125 REQUIREMENTS FOR WARNING SIGNS REQUIREMENTS FOR SCHOOL SIGNS 44110196 O TYPICAL EXAMPLES DEPARTMENTAL MATERIAL SPECIFICATIONS SCHOOL ALUMINUM SIGN BLANKS DMS -7110 , SPEED LIMIT 20 SIGN FACE MATERIALS DMS -8300 WHENAle The Standard Highway Sign Designs for Texas (SHSD[ con be found of the following website. http://www.txd ot.govl FLASHING TYPICAL EXAMPLES 'Texas Department ofTiensporYsdon o Er ons eye rd SHEETING REQUIREMENTS SHEETING REQUIREMENTS TYPICAL SIGN RE OU I R EME N T S TSR ( 1 ) - 1 3 USAGE COLOR SIGN FACE MATERIAL USAGE COLOR SIGN FACE MATERIAL BACKGROUND FLOURESCENT YELLOW TYPE BFLOR CFL SHEETING BACKGROUND WHITE TYPE A SHEETING BACKGROUND FLLEGEND YELLRESCENT OW GREEN TYPE BFLoR CFLSHEET[NG & BORDERS BLACK ACRYLIC NON -REFLECTIVE FILM LEGEND & SYMBOLS ALL OTHER TYPE B OR C SHEETING LEGEND.BORDERS AND SYMBOLS BLACK ACRYLIC NON -REFLECTIVE FILM SYMBOLS RED TYPE B OR C SHEETING FILE: tsr4-13.dgn BN: 'MOT Ic.:Tx0OTIon Tx00T ICH: Tx0OT ©TxDOT October 2003 CONT SECT JOB HIOM,CT REVISIONS 12-03 7-13 9.0e DIST COUHTT SHEET N0. 4 1 CONSULTANT'S JOB NO. 130580 DESCRIPTION 0 REVISION NO. DESCRIPTION o o N c Q U w a TRAFFIC SIGN REQUIREMENTS TSR 4-13 REVISION NO SHEET 99 ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 SIGN SUPPORT DESCRIPTIVE CODES (Descriptive Codes correspond to project estimate and quantities sheets) SM RD SGN ASSM TY )(XXXX (X) XX (X-XXXX) Poet Type FRP = Fiberglass Reinforced Plastic Pipe (see SMD(FRPI) TWT = Thin -Wal led Tubing (see SMD(TWT)( 10BWG = 10 BWG Tubing (see SMDISLIP-1) to (SLIP -3)) S60 = Schedule 80 Pipe (see SMD(SLIP-1) to (SLIP -31) Number of Poets (1 or 2) Anchor Type UA - Universal Anchor - Concreted (see SMD(FRP) and (TWT)) UB = Universal Anchor - Bolted down (see SMD(FRP) and (TWT)) WS = Wedge Anchor Steel - (see SMD(TWT)) WP = Wedge Anchor Plastic (see SMD(TWT)) SA = Slipbase - Concreted (see SMD(SLIP-1) +0 (SLIP -31) SB Slipbase - Bolted Down (see SMDISLIP-11 to (SLIP -3)) Sigh Yanting Designation P = Prefab. "Plain" (see SMDISLIP-l) to (SLIP -3), ITWT1, (FRP)) T = Prefab. "T" (see SMDISLIP-1) to (SLIP -31, (TWT() U = Prefab. "U" (see SMDISLIP-1) to (SLIP -311 IF REQUIRED 1EXT or 2EXT - Number of Extensions (see SMD(SLIP-I) to (SLIP -3), BM = Extruded Wind Beam (see SMDISLIP-1) +o (SLIP -3)I WC = 1.12 */ft Wing Channel (see SMDISLIP-11 to (SLIP -311 EXAL = Extruded Aluminum Sign Panels (see SMDISLIP-3)1 (TWT)1 REQUIRED CLEARANCE FOR BREAKAWAY SUPPORT Non -breakaway portion of support ((.e., stub). 4" max. 60" Ground Surface To ovoid vehicle undercarriage snagging, any substantial remains of a breakaway support, when it is broken away, should not project more than 4 inches above a 60 -inch chord (i.e., typical space between wheel paths). Travel Lane SIGN LOCATION PAVED SHOULDERS 7. 5 ft max II 7.0 ft min x Paved Shoulder LESS THAN 6 FT. WIDE When the shoulder is 6 ft. or less in width, the sign must be placed at least 12 ft. from the edge of the travel lane. Travel Lane xLw Paved Shoulder Greater than 6 ft 7.5 ft max 17.0 fth minx GREATER THAN 6 FT. WIDE When the shoulder is greater than 6 ft in width, the sign must be placed at least 6 ft. from the edge of the shoulder. No more than 2 sign posts should be located within a 7 ft. circle. \, Acceptable 7 ft. \ diameter / circle / 7 ft. diameter , circle / Not Acceptable 1 1 \\ 7 ft. \ diameter / . circle / Not Acceptable 7 ft. diameter / circle / Not Acceptable BEHIND BARRIER Travel Lane ..l max 7.0 ft min x Paved Shoulder Travel Lane Concrete � max Barrier 11 7.0 ftmin Paved Shoulder BEHIND GUARDRAIL BEHIND CONCRETE BARRIER ..Sign clearance based on distance required for proper guard rail or concrete barrier performance. TYPICAL SIGN ATTACHMENT DETAIL Single Signs U -bolt Sign C l amp Sign Pane1� Nut, lock washer ��Nylon washer, flat washer, lock washer, nut Bolts used to mount sign panels to the clamp are 5/16-18 UNC galvanized square head with nut, nylon washer, flat washer and lock washer. The bolt length is 1 Inch for aluminum. When two sign clamps are used to mount signs back-to-back, use a 5/16-18 UNC galvanized hex head per ASTM A307 with nut and helical -spring lock washer. The approximate bolt lengths for various post sizes and sign clamp types are given in the table at right. The bolt length may need to be adjusted depending upon field conditions. Sign clamps may be either +he specific size clamp or the universal clomp. Back -to -Back Signs Nylon washer, flat washer, lock washer,�a nut Nut, lock washer Clamp Bolt 1:59 Sign Panel Nylon washer, flat —" washer, lock washer, Sign Bolt nut Pipe Biometer Approximate Bolt Length Specific Clamp Universal Clamp 2" nominal 3' 3 or 3 1/2' 2 1/2" nominal 3 or 3 1/2" 3 1/2 or 4' 3" nominal 3 1/2 or 4" 4 1/2" 7.5 ft max 7.0 f+ min x Travel Lane Paved Shoulder SIGNS WITH PLAQUES LOW cEaue¢c EAST ADD MAO When a supplemental plagde or secondary sign is used, the 7 ft sign height is measured to the bottom of the supplemental plaque or secondary sign. EAST NAM 6 6 Face of Curb CURB & GUTTER OR RAISED ISLAND 2 ft min 2 ft min 7.5 ft max 7.0 ft min x Face of Curb RESTRICTED RIGHT-OF-WAY (When 6 ft min. is not possible.) Maximum possible Travel Lane HIGHWAY INTERSECTION AHEAD Paved Shoulder 7.5 ft max 7.0 ft min Righf-af-way restrictions may be created by rocks, water, vegetation, forest, buildings, a narrow island, or other factors. In situations where a lateral restriction prevents the minimum horizontal clearance frau the edge of the travel lane, signs should be placed as far from the travel lane as practical. xxx Post may be shorter if protected by guardrail or if Engineer determines the post could not be hit due to extreme slope. T -INTERSECTION 12 ft min -.-6 ft min Travel Lane Paved 7. 5 ft max 7.0 ftI min x Shoulder When this sign is needed at the end of a two-lane, +wo way roadway, +he righ+ edge of +he sign should be in line with the centerline of the roadway. Place as close to ROW as practical. Ial ROW Paved Shoulder WEST EAST 259 a I"› ERSE Edge of Travel Lane www www www x Signs shall be mounted using the following condition that results in the greatest sign elevation: (1) a minimum of 7 to a maximum of 7.5 feet above the edge of the travel lane or (2) a minimum of 7 to a maximus of 7.5 feet above the grade at the base of the support when sign is installed on the backslope. The maximum values may be increased when directed by the Engineer. See the Traffic Operations Division website for detailed drawings of sign clamps, Triangular Slipbase System components and Wedge Anchor System components. The website address is: http://www.txdot.gov/publications/traffic.htm Texas Department'f Transportatlon Traffic Operations DMslon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMD(GEN)-08 ©TxDOT July 2002 T.. 44004 I Ce: T000T "w. 0x000 0x. 40004 9-08 REVISIONS aN, SECT 109 RiORRAR CaUNI1 26A DESCRIPTIO CONSULTANT'S JOB NO. 130580 m 0 REVISION NO. DESCRIPTION m w a 0 O z W 0 0 SIGN MOUNTING DETAILS SMD REVISION NO SHEET 000f1 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS Bolt Keeper Plate 5/8" structural bolts (3), nuts (3), and washers (6) per ASTM A325 or 0449 and galvanized per Item 445 "Galvanizing." Balt length Is 2 I/2". Post 10 BWG Tubing or Schedule 80 Pipe (See General Note 3) r, I 4" Max. E I Stub 3/4 " diameter hole. Provide a 7" x 1/2" diameter rod or 104 rebar. Class A concrete Non -reinforced concrete footing (shall be used unless noted - elsewhere In the plans). Foundation should take approx. 2.5 of of concrete. Slip Base Washers if required by manufacturer 36" 12' min. 24' max. 42" 12" Dia SM RD SIN ASSM TY XXXXX(X)SA(X-XXXX) NOTE There are various devices approved for the Triangular Slipbase System. Please reference the Material Producer List for approved slip base systems. http://www.txdot.gov/business/producer_list.htm The devices shall be installed per manufacturers' recommendations. Installation procedures shall be provided to the Engineer by Contractor. CONCRETE ANCHOR 6" min to edge or joint 5/8" diameter Concrete Anchor - 8 places (embed a minimum of 5 1/2" and torque to min. of 50 ft-Ibsl. Anchor may be expansion or adhesive type. 5M RD 5GN ASSM TY XXXXXIX)SB(X-XXXX) Concrete anchor consists of 5/8" diameter stud bolt with [INC series bolt threads on the upper end. Heavy hex nut per ASTM A563, and hardened washer per ASTM F436. The stud bolt shall have a minimum yield and ultimate tensile strength of 50 and 75 KSI, respectively. Nuts, bolts and washers shall be galvanized per Item 445, "Galvaniz- ing." Adhesive type anchors shall hove stud bolts installed with Type III epoxy per DMS -6100, 'Epoxies and Adhesives." Adhesive anchors may be loaded after adequate epoxy cure time per the manufacturer's recommendations. Top of bolt shall extend at least flush with top of the nut when installed. The anchor, when installed in 4000 psi normal - weight concrete with a 5 1/2" minimum embedment, shall have a minimum allowable tension and shear of 3900 and 3100 psi, respectively. GENERAL NOTES: 1. Slip base shall be permanently marked to indicate manufacturer. Method, design, and location of marking are subject to approval of the TxDOT Traffic Standards Engineer. 2. Material used as post with this system shall conform to the following specifications: 10 BWG Tubing (2.875" outside diameter) 0.134" nominal wall thickness Seamless or electric -resistance welded steel tubing or pipe Steel shall be HSLAS Gr 55 per ASTM A1011 or ASTM A1006 Other steels may be used if they meet the following: 55,000 PSI minimum yield strength 70,000 P5I minimum tensile strength 20X minimum elongation in 2" Wall thickness (uncoated) shall be within the range of 0.122" to 0.138" Outside diameter (uncoated/ shall be within the range of 2.867' to 2.883" Galvanization per ASTM A123 or ASTM A653 G210. For precoated steel tubing (ASTM 0653), recoat tube outside diameter weld seam by metallizing with zinc wire per ASTM B833. Schedule 80 Pipe (2.875" outside diameter) 0.276" nominal wall thickness Steel tubing per ASTM A500 Gr C Other seamless or electric -resistance welded steel tubing or pipe with equivalent outside diameter and wall thickness may be used if they meet the following: 46,000 PSI minimum yield strength 62,000 PSI minimum tensile strength 21X minimum elongation in 2" Wall thickness (uncoated) shall be within the range of 0.248" to 0.304" Outside diameter (uncoated) shall be within the range of 2.855' to 2.895" Galvanization per ASTM 0123 3. See the Traffic Operations Division website for detailed drawings of sign clomps and Texas Universal Triangular Slipbase System components. The website address is: http://www.txdot.gov/publications/traffic.htm 4. Sign supports shall not be spliced except where shown. Sign support posts shall not be spliced. ASSEMBLY PROCEDURE Foundation 1. Prepare 12 -inch diameter by 42 -inch deep hole. If solid rock is encountered, the depth of the foundation may be reduced such that it is embedded a minimus of 18 inches into the solid rook. 2. The Engineer may permit batches of concrete less than 2 cubic yards to be mixed with a portable, motor -driven concrete mixer. For small placements less than 0.5 cubic yards, hand mixing in a suitable container may be allowed by Engineer. Concrete shall be Class A. 3. Push the pipe end of the slip base stub into the center of the concrete. Rotate the stub back and forth while pushing it down into the concrete to assure good contact between the concrete and stub. Continue to work the stub into the concrete until it Is between 2 to 4 inches above the ground. 4. Plumb the stub. Allow a minimum of 4 days to set, unless otherwise directed by the Engineer. 5. The triangular slipbase system is multidirectional and is designed to release when struck from any direction. Support 1. Cut support so that the bottom of the sign will be 7 to 7.5 feet above the edge of the travelway (i.e., edge of the closest lane) when slip plate is below the edge of pavement or 7 to 7.5 feet above slip plate when the slip plate is above the edge of the travelway. The cut shall be plu11b and straight. 2. Attach sign to support using connections shown. When multiple signs are installed on the same support, ensure the minimun clearance between each sign is maintained. See SMD(SLIP-21 for clearances based on sign types. AIFOO"Texas Department of Transportation Traffic Operations DMsion SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 ©TxDOT July 2002 9-08 REVISIONS CVNT SACT J19 ui Cw1,0 SPEE, NV. 205 CONSULTANT'S JOB NO. 130580 DESCRIPTIO 0 REVISION NO. DESCRIPTION SIGN MOUNTING DETAILS SMD (SLIP -1)-08 0 z 0 it SHEET oil 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 ww H J a� O L, ONE-WAY (R6-1) or _ Street Name ■ 1 Sign 1/ (if required) L - _ i l �� ■ / 1 i i 1 SM RD SGN ASSM TY XXXXX(1)XX(P) SM RD SGN ASSM TY XXXXX(11XXIU) r I' .f 1\ -J "U" Extender See Detail F SM RD SGN ASSM TY S80(1)XXIU-1EXT) SM RD SGN ASSM TY XXXXX(I)XXITI See Detail D STOP (R1-1) Or YIELD (R1-2) Gap between plaques shall be 4 1 'T - Extruded Alun. Windbeam (See SMD(2-I1) PLAQUE = 1 - variable length STOP = 2 - 32 inch pieces YIELD = 1 - 8 inch piece & 1 - 32 inch piece SM RD SGN ASSM TY XXXXX(1)XX(P-BM) Ir 401 1.12 m/ft Wing Channel Aluminum Sign Panel Jf Top View Detail A See = Detail A 1 See JDetail B 1/2 38 SM RD SGN ASSM TY XXXXX(1)XX(U1 See Detail E J SM RD SCR ASSM TY 580(11XX(U-2EXTI 38 SM RD SGN ASSN TY XXXXX(1)XX(U-WC) (See Note 11) SM RD SGN ASSYM TY XXXXX(2)XX(P) All dimensions are in english unless detailed otherwise. SM RD SGN ASSM TY XXXXX(1)XX(T) (+ - See Note 12) SIDE VIEW See Detail C Aluminum Sign Panel Wing Channel Side View Nylon washer, 5/16" x 1 3/4" hex bolt with nut, lock washer, 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." Wing Channel Drill 7/16' hole (through) after assembly and install bolt, nut, 2 flat washers and lock washer. Extender Wing Channel Sign Clamp (Specific or Universal) 5/16" x 3 3/4" hex bolt with nu -1, look washer and flat washer per ASTM A307 galvanized per Item 445, "Galvanizing." Top View Detail B 3/8" x 3 1/2" heavy hex bolt with nut, lock washer and 2 flat washers per ASTM / A307 galvanized per Item 445 "Galvanizing." ® U -Bracket Splices shall only be allowed behind the sign substrate. Nylon washer, 5/16" x 1 3/4" hex bolt with nut, lock washer, (r 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." 5/16" x 3/4" hex bolt with nut, lock washer and 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." Detail C 3/8" x 3 1/2" square head bolt, nu+, flat washer and lock washer per ASTM A307 galvanized per Item 445 "Galvanizing." (Bolt length ney vary depending on sign clamp type and pipe diameter.) +.05" Skirt Variation Depth Rolled Crimp to engage pipe 0.0. TOP VIEW Extruded Aluminum Windbeam (see SMD(2-1)1 Sign Clamp — (Specific or Universal) Detail D FRICTION CAP DETAIL Pipe 0.0. +.025"*.010" 1" min, 1.75" max 040 T&U Bracket 1/2" x4" heavy hex bolt, nut, lock washer and 2 flat Alp washers per ASTM 11-U 4307 galvanized per Item 445, "Galvanizing." Post Detail E Sign Clamp (Specific or Universal) Post GENERAL NOTES: I. SIGN SUPPORT n OF POSTS MAX. SIGN AREA 10 NG 165F 10 BC 2 325F Sch 80 32 SF Sch 80 2 64 SF 2. The Engineer may require +hat a Schedule 80 post be used in place of a 10 DWG where a sign height is abnormally high due to a fill slope. 3. Sign supports shall not be spliced except where shown. Sign support posts shall not be spliced. 4. Aluminum sign blanks shall conform to Departmental Material Specifications DMS -7110 and shall have the following minimum thicknesses: 0.080 for signs less than 7.5 sq. ft., 0.100 for signs 7.5 to 15 sq. ft., and 0.125 for signs greater than 15 sq. ft. 5. Signs that require specific supports due fo reasons in addition to windloading are indicated on the "REQUIRED SUPPORT" table on this sheet. 6. For horizontal rectangular signs fabricated from flat aluminum, T -brackets are used for signs 24 inches or less in height. U -brackets are used for signs of greater height. 7. When two triangular slipbase supports are used to support a single sign, they shall not be "rigidly" connected to each other except through the sign panel. This will allow each support to act independently when impacted by an errant vehicle. 8. Wing channel shall meet ASTM A 1011 SS Gr 50 and be galvanized per ASTM A 123. 9. Excess pipe, wing channel, or windbeam shall be cut off so that it does not extend beyond the sign panel (i.e., excess support shall not be visible when the sign is viewed from the front.) Repair galvanized coating at cut support ends per Item 445, "Galvanizing." I0.Additional route markers may be added vertically, provided the total sign area does not exceed the maximum allowable amount per Note 1. II.Additional sign clamp required on the "T -bracket" post for 24 inch height signs. Place the clamp 3 inches above bottom of sign when possible. 12.Post open ends shall be fitted with Friction Caps. 13.Sign blanks shall be the sizes and shapes shown on the plans. REQUIRED SUPPORT SIGN DESCRIPTION SUPPORT Regulatory 48 Inch STOP sign 181-1) TY 108WG(1)XX)T) TY I0BWG111XX(P-BMI 60 -inch YIELD sign (RI -2) TY 10BWG(I)XX(T) TY I0BWG111XX(P-BM) 48x16 -inch ONE-WAY sign (136-1) 1OBWG(I)XX(T) TY TY IOBWG111XX(P-BM) 36x48, 48x36, and 48x48 -inch signs TY 10BWG(I)XX(T) 48x60 -inch signs TY 580(IIXX(T) 0 c is s 48x48 -inch signs (diamond or square) TY 10BWG(I)XX(T) 48x60 -inch signs TY 580(IIXX(T) 48 -inch Advance School X-ing sign (S1-11 TY 108WG(1)XX(T) 48 -inch School X-ing sign (52-11 TY 10BWG(I)XX(T) Large Arrow sign (W1-6 & 81-7) TY 10BWG(I)XX(T) Friction caps may be manufactured from hot rolled or coldrolled Steel sheets. The minimum sheet metal thickness shall be 24 gouge for all cap sizes. The rim edges shall be reasonably straight and smooth. Caps shall be sized and formed in such a manner as to produce a drive -on friction fit and have no tendency fo rock when seated an the pipe. The depth shall be sufficient to give positive protection against entrance of rainwater. They shall be free of sharp creases or indentations and show na evidence of metal fracture. Caps shall have an electrodeposited coating of zinc in accordance with the requirements of ASTM B633 Class FE/ZN 8. Texas Department of Transportation Traffic Operations Division SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-2)-08 ©TxDOT July 2002 9-06 REVISIONS Gnu* SEC,. Jy9 urGuiv�.5 2 6 C DESCRIPTIO CONSULTANT'S JOB NO. 130580 t Z)! *EH4 0 0 REVISION NO. DESCRIPTION RGq EE 2/ 0 2 / U Cr) o 2D .ES - CL XCD uj o 4- 0 O 1- c U o LJ a cc Cf) T Z F cc Zea WPC H co O N 0 J (n SIGN MOUNTING DETAILS SMD 0 z 0 SHEET O2ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT# El 3095 MATCHLINE k x O O 2 00 4 PROP. 16' DITCH LINE SEDIMENT TRAP (3 EA 12" EROSION CONTROL LOGS) SEE DETAIL SHEET 104 PROP. 18" EROSION CONTROL LOG OR FILTER FABRIC 30 LF PROPOSED BLOCK SODDING 12 41 frpf warm •,4 ww# r//i Aii.►��iiiiiiiii __AYE //// ///i/... ��AI //:: ///////AA//////////////�A%/AA./AAAAAAAA/7' /AI/i�A/A�%i 10+00 I- 3+00 4+00 I — 5+00 — 6+00 I- 7+00 8+00 9+00 + I SOUTHERN MINERALS ROAD J --.MW z PROPOSED BLOCK SODDING PROP. 18" EROSION CONTROL LOG OR FILTER FABRIC 30 LF PROP. 18" EROSION CONTROL LOGS 32 LF SEE SHEET 105 FOR LAYOUT AT CULVERTS PROP. 16' DITCH LINE SEDIMENT TRAP (3 EA 12" EROSION CONTROL LOGS) SEE DETAIL SHEET 104 PROP. 18" EROSION CONTROL LOGS 32 LF PROP. 16DITCH UNE SEDIMENT TRAP PROPOSED BLOCK SODDING 11+00 12+00 PROP. 16' DITCH UNE SEDIMENT TRAP (3 EA 12" EROSION CONTROL LOGS) (3 EA 12" EROSION CONTROL LOGS) PROP. 18" EROSION CONTROL LOG OR FILTER FABRIC 30 LF STORM WATER POLLUTION PREVENTION PLAN BEGIN TO STA 15+00 SCALE: 1"=100' ® z 13+00 PROP. 18" EROSION CONTROL LOGS 32 LF 14+00 PROP. 18" EROSION CONTROL LOGS 20 LF 15 7 MATCHLINE ROW ROW ROW PROPOSED BLOCK SODDING 27+00 27+42.98 16+00 17+00 18+00 19+00 20+00 SOUTHERN MINERALS ROAD er- --.. This/�/A//• PROPOSED BLOCK SODDING PROP. 18" EROSION CONTROL LOG OR FILTER FABRIC 60 LF -------------- - STORM WATER POLLUTION PREVENTION PLAN STA 15+00 TO END SCALE: 1"=100' 0 DESCRIPTIO CONSULTANT'S JOB NO. 130580 m 0 REVISION NO. DESCRIPTION Ul EE 0 CD a IAIll 9-Qa a c tr- WZ Fcc in z ,cc cc m Wa 0 h STORM WATER POLLUTION PREVENTION PLAN REVISION NO. SHEET O3ofl 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 Zoo, COMPOST CRADLE UNDER EROSION CONTROL LOG 12" BIOGRD EROSION CONTROL LOG DITCH LINE SEDIMENT TRAP NTS SECURE END OF LOG TO STAKE STAKE LOG ON DOWNHILL SIDE AT THE CENTER, AT EACH END, AND AT ADDITIONAL POINTS AS NEEDED TO SECURE LOG (4' MAX. SPACING), OR AS DIRECTED. R.O.W 12" BIOGRD EROSION CONTROL LOG PLAN VIEW NTS R.O.W. OR RETAINING WALL ENETRATE TOP LOG AS SHOWN 6" CURB 12" BIOGRD EROSION CONTROL LOG OMPOST CRADLE UNDER EROSION CONTROL LOG 100% WOOD CHIPS A SECTION A—A DITCH LINE SEDIMENT TRAP A—A NTS DISTURBED AREA BACK OF CURB LIP OF GUTTER 12" BIOGRD EROSION CONTROL LOG STAKE COMPOST CRADLE FLOW - UNDER EROSION 101 CONTROL LOG SECTION B—B BACK OF CURB SEDIMENT TRAP NTS (TYP. ) 1 N FX CURB INLET INLET EXTENSION SAND BAGS (2) 12" BIOGRD EROSION CONTROL LOG STAKE LOG ON DOWNHILL SIDE AT THE CENTER, AT EACH END, AND AT ADDITIONAL POINTS AS NEEDED TO SECURE LOG (4' MAX. SPACING), OR AS DIRECTED. R.O.W. t '''''''SECURE END OF LOG TO STAKE. FLOW R.O.W. STAKE PLAN VIEW NTS 12" BIOGRD EROSION CONTROL LOG COMPOST CRADLE UNDER EROSION CONTROL LOG FLOW A III alay ���'�\�/A yty II�;J'' ��' \�VAII SECTION C—C SAND BAGS (2) CURB INLET SEDIMENT TRAP NTS 12" BIOGRD ROSION CONTROL LOG DISTURBED AREA BACK OF CURB LIP OF GUTTER RIGHT—OF—WAY SEDIMENT TRAP NTS GENERAL NOTES 1. LENGTHS OF EROSION CONTROL LOGS SHALL BE IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS AND AS REQUIRED FOR THE PURPOSE INTENDED. MAXIMUM LENGTH OF LOGS SHALL BE 60' FOR 18" DIAMETER OR 30' FOR 12" DIAMETER LOGS. 2. UNLESS OTHERWISE DIRECTED, USE BIODEGRADABLE OR PHOTODEGRADABLE CONTAINMENT MESH ONLY WHERE LOG WILL REMAIN IN PLACE AS PART OF A VEGETATIVE SYSTEM. FOR TEMPORARY INSTALLATIONS, USE RECYCLABLE CONTAINMENT MESH. 3. STUFF LOGS WITH SUFFICIENT FILTER MATERIAL TO ACHIEVE DENSITY THAT WILL HOLD SHAPE WITHOUT EXCESSIVE DEFORMATION. 4. STAKES SHALL BE 2" x 2" WOOD OR #3 REBAR, 4' LONG, EMBEDDED SUCH THAT 2" PROTRUDES ABOVE LOG, OR AS DIRECTED. 5. COMPOST CRADLE MATERIAL I5 INCIDENTAL AND WILL NOT BE PAID FOR SEPARATELY. 6. SANDBAGS SHALL BE SUBSIDIARY TO ITEM 5049 BIODEGRADABLE EROSION CONTROL LOGS. ©2008 by Texas Department of Transportation All rights reserved Texas Department of Transportation BIODEGRADABLE EROSION CONTROL LOGS CRP-BECL CORPUS CHRISTI DISTRICT STANDARD SHEET 1 OF 2 FILE. crp-becl.dgn DN: TxDOT CK: I DW: KAF _ICK: Rte__ STD: ORIG DATE: MAY 2008 DIST FED REG FEDERAL AID PROJECT • SHEET REVISIONS COUNTY CONTROL SECT JOB HIGHWAY CONSULTANT'S JOB NO. 130580 REVISION NO. DESCRIPTION J 0 W CO 0_ 0 In W Q N W 0 J 0 — CC z 0 0 z 0 D J J 0 IZ REVISION NO. SHEET1 04of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 CONSULTANT'S JOB NO. 130580 tE OF i DENNIS L HILLER S `•• 51503 AS 11 �!CENS94j .............. ms 7-31-/S 24” 18" BIOGRD EROSIO„,„,„ OVERLAP ENDS TIGHTLY r (CONTROL LOC FLOW SECURE END OF LOG TO STAKE AS .,• 3¢ ,. 24" a a�'efm i°o`dg0o ��• G a 90 �¢�q�.�,� °`div yoT��y� �•Qg>:: 'dr9Y¢`,? ry a MINIMUM COMPLETELY SURROUND DRAINAGE ACCESS TO STAKE LOG ON DOWNHILL SIDE AT THE CENTER, yt AREA DRAIN INLETS AT EACH END, AND AT ADDITIONAL POINTS AS ,, a�a DIRECTED fi WITH EROSION CONTROL NEEDED TO SECURE LOG (4' MAX. SPACING), 'y `NV engineers I architects I contractors CITYof CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH- (361) 883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 TOPE FIRM NO. F-366 WWW. LNV INC.COM Department of Capitol Programs oh`ya�;;� FLOW LOG ¢ OR AS DIRECTED. FLOW a o 12" BIOGRD EROSION W W 'a�' W°� i;4'« CONTROL LOG W u°oA 18" BIOGRD EROSION W W DITCH CONTROL LOG COMPOST CRADLE W W FLOW :byc 3hgr DITCH FLOW UNDER EROSION W W W W W 1' (TYP.) �— CONTROL LOG zo W W W�3<. e•.^ >i W:z�• W xv ` 3iiiiii_]iiiiiiiiiiiiiiii'r"'•-• -_' j i BY I DESCRI W W W .,:r,, STAKE ON DOWNHILL SIDE W .., ' I .,., r;,, .A, /h�/h\ "_..,.::,Il�ill 'l=1111"H:IillililliNiNillillNililF�l -Innol •- ii:- V 'MG /IOL hI , . .,c�„r ��yy,,d .;• OF LDC AS NEEDED TO \ \a A ��y/� Vv or �� �� �� �� ��;�r:ra::. ,r Vv/�V Av V ®_® . � �� l'fo�s,•p®�✓'a�r�e'`'vs` • 1� ilk AT ®`��y¢°oy':.00°�'.°n°�•Y�'g s DROP INLETS Q''•s,•' HOLD IN PLACE (TYP) �1(//A\>'///\\\JAS \>"//)\\\ ` \ �\ \• ♦y\/\\//\�/%\)�\+�////\\\/�� wO/wVA /w //SVA A /w�'A A //7\YA /l�A hvVA A /NAM /w A\M EROSION CONTROL LOG ELEVATION •sem �I..IW� NTS NTS EDGE OF PAVEMENT DIRECTION Z DIRECTION AT CULVERT ENDS OF FLOW A OF FLOW •� NTS JA +:4 ���®�� ��� s� �� -H ;, #3 BAR w o 1 REVISION N0. y j SECURE END. 1 2' j j OF KO s H �„ f • > �j STAKEE AS ` > >� >� DIRECTED > LAP DETAIL REBAR STAKE DETAIL > 3 � • > 18" BIOGRD EROSION NTS LEGEND SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) POLLUTION CONTROL MEASURES CRP—BECL 2 OF 2 G-TROL LOG �VIr IL-- IP.W ®. W FLOW / ill ®♦ DISTURBED AREA ♦ W W EXISTING VEGETATION ♦ W MEDIAN DRAIN ' > W W W /\ • r W a o '• • 18" BIOGRD CONTROL EROSION LOG aw ♦ ♦ W W W W W W W W / ©2008 by Texas Department of Transportation All reserved o rights0 o v0i W WIA Texas Department Transportation ® W W I, of . . . . . WW W i W W ME • • 1 \� BIODEGRADABLE EROSION CONTROL LOGS 111111'.CRi r=.:=, CULVERT Ilr • ®, CRP-BECL m CORPUS CHRISTI DISTRICT STANDARD SHEET 2 OF 2 ALE, p- Al.dgn � DN TxDOT CK,� DW: CAF ICK PWS STD 1 050f1 0 9 AT BRIDGE MEDIAN AT MEDIAN DRAINS ORIG DATE: MAY 2008 DIST FED RED FEDERAL AID PROJECT SHEET w `SHEET NTS NTS REVISIONS 6 RECORD DRAWING NO. STR 898 COUNTY CONTROL SECT JOB HIGHWAY 0 o w cr CITY PROJECT#E13095 4' Min. 4 : Drain to sediment trapping device rl 50' Min. XIIIKIIMIIIIKUMAIMISIMPANIMPFAIS :11r2.,:Igr•_�+: ,_P+:ter,.• NOMP ME. IM%Nialii/NiGIi/NiGIi/AiI11il�i�.I�� :ter � IWO ;NM Med Og011 *AP :4014 Mgt COD �_�% Coarse Aggregate 441UM m Wies Aft *i% 44"1 114/2 000 '4s4$65 31A1 0:0111 WA174.4 VOW M,.I-MI t-n,I t-A,I t-i,I .-h,In- PLAN 50' Min. 4' Min. —Approach transition Approach transition — 13" Min. Foundation course 6" min. PROFILE CONSTRUCTION EXIT (TYPE 1) GENERAL NOTES 1. The length of the type 1 construction exit shall be as indicated on the plans, but not less than 50'. 2. The coarse aggregate should be open graded with a size of 4" to 3. The approach transitions should be no steeper than 6:1 and constructed as directed by the Engineer. 4. The construction exit foundation course shall be flexible base, bituminous concrete, portland cement concrete or other material a3 approved by the Engineer. 5. The construction exit shall be graded to allow drainage to a sediment trapping device. 6. The guidelines shown hereon ore suggestions only and may be modified by the Engineer. 4' Mi 10" Min 4 , Drain to sediment trapping device 50' Min. 6 d C x b- Treated timber plank g P ) 11i iII 1 I 1` �I r I I I1 1 L L . 1 L . 1 L 1 L . 1 L • Il � I I I J � J I II il Ii 1 ' 1 1 2" X 10" Treated timber plank Railroad ties Typical dimensions 8" X 10" X 8' PLAN 50' Min. V Approach transition Approach transition 4' Min. R. 0.0. Disturbed Soil Area Stabilized Driveway 6 Foundation course 6" min. PROF ILE CONSTRUCTION EXIT (TYPE 2) GENERAL NOTES 1. The length of the type 2 construction exit shall be as indicated on the plans, but no+ less than 50'. 2. The treated timber planks shall be attached to the railroad ties with 'Aux 6" min. lag bolts. Other fasteners may be used as approved by the Engineer. 3. The treated timber planks shall be #2 grade min., and should be free from large and loose knots. 4. The approach transitions shall be no steeper than 611 and constructed as directed by the Engineer. 5. The construction exit foundation course shall be flexible base, bituminous concrete, portland cement concrete or other material as approved by the Engineer. 6. The construction exit should be graded to allow drainage to a sediment trapping device. 7. The guidelines shown hereon are suggestions only and may be modified by the Engineer. Paved Roadway PLAN See note 2 2" X 8" treated timbers nailed onto abutted ends of wood sheets %2" Min. thick plywood or pressed wafer board sheets 2" X 8" Timbers Nailed onto ends of wood sheets Disturbed soil V2" Min. thick treated plywood or pressed wafer board sheets SECTION A -A 16 Penny Nails 0 1' on centers. CONSTRUCTION EXIT (TYPE 3) GENERAL NOTES 1. The length of the type 3 construction exit shall be as shown on the plans, or as directed by the Engineer. 2. The type 3 construction exit may be constructed from open graded crushed stone with a size of two to four inches spread a min. of 4" thick to the limits Shawn on the plans. 3. The treated timber planks shall be #2 grade min., and should be free from large and loose knots. 4. The guidelines shown hereon are suggestions only and may be modified by the Engineer. ArT§xas Department of TYanaportation Standard TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES CONSTRUCTION EXITS EC (3) -93 H aE: ec393. dor DH: TxDOT IcN: HEJ IN. BD © TxDOT June 1993 CONT SECT JOB HIGHWAY REVISIONS DIST COUNTY SHEET NO. CONSULTANT'S JOB NO. 130580 DESCRIPTIO mo o 0 0 LJ 0 REVISION NO. DESCRIPTION in EE O U v� o 2D a CL CC X uj O 4- 0 O k- O F— 0 U a CC ti M ZT F N cc Zm W a. H EROSION CONTROL MEASURES EC(3)-93 0 z 0 SHEET 06of109 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS PROJECT UMITS: Total project length is approximately 0.34 mile along Southern Minerals Road beginning at Up River Rood and proceeding South to IH -37 frontage road. PROJECT DESCRIPTION: Street and utlliHP9 rernnctrurtinn MAJOR SOIL DISTURBING ACTIVITIES: Soil disturbing activities will include removal of existing structures, preparation of the right of way, excavation and embankment for drainage structures. utilities and roadway. TOTAL PROJECT AREA: 3.26 acres TOTAL AREA TO BE DISTURBED: WEIGHTED RUNOFF COEFFICIENT: (AFTER CONSTRUCTION). 3.26 acres C=0.75 EXISTING CONDITION OF SOIL & VEGETATIVE COVER AND % OF EXISTING VEGETATIVE COVER: The existino soil type for this project is classified as Victoria Clay by Soil Survey — Nueces Co, Tx—Series 1960, No.26 (USDA—Soil Conservation Service) The existing surface is approximately 30% vegetated with native or commonly introduced grasses. NAME OF RECEIVING WATERS: Corpus Christi Ship Channel Inner Harbor SOIL STABILIZATION PRACTICES: P TEMPORARY SEEDING PERMANENT PLANTING, SODDING, OR SEEDING MULCHING SOIL RETENTION BLANKET BUFFER ZONES PRESERVATION OF NATURAL RESOURCES OTHER: Disturbed ureas on which construction activity has ceased (temporarily or permanently) shall be stabilized within 14 dans unless activities are scheduled to resume or be performed within 21 dons, STRUCTURAL PRACTICES: T SILT FENCES HAY BALES ROCK BERMS DIVERSION, INTERCEPTOR, OR PERIMETER DIKES DIVERSION, INTERCEPTOR, OR PERIMETER SWALES DIVERSION DIKE AND SWALE COMBINATIONS PIPE SLOPE DRAINS PAVED FLUMES ROCK BEDDING AT CONSTRUCTION EXIT TIMBER MATTING AT CONSTRUCTION EXIT CHANNEL LINERS SEDIMENT TRAPS SEDIMENT BASINS T STORM INLET SEDIMENT TRAP STONE OUTLET STRUCTURES CURBS AND GUTTERS P STORM SEWERS T VELOCITY CONTROL DEVICES T CONCRETE RIP RAP T EROSION CONTROL LOGS OTHER* NARRATIVE — SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ACTIVITIES: STORM WATER MANAGEMENT:The structural oractices will be in place prior to beginning major soil disturbing activities. Storm water runoff will continue to be conveyed via existing concrete pipes and box culverts to the receiving waters during construction of the improvements. OTHER EROSION AND SEDIMENT CONTROLS: MAINTENANCE: All erosion and sediment controls will be maintained in aood workina order. If a repair is necessary it will be done at the earliest date possible but no later than 7 calendar days after the surrounding exposed around has dried sufficiently to prevent further damage from heavy equipment. The areas adjacent to creeks and drainage ways shall have priority, followed by devices protecting storm inlets. INSPECTION: An inspection will be performed by the contractor every 14 calendar days as well as after every rainfall event of one—half inch or more. An Inspection and Maintenance Report should be made per each inspection, and controls shall be revised as indicated by this inspection report. WASTE MATERIALS: All waste materials will be collected and stored in a securely lidded metal dumpster. The dumpster shall meet all State & local City solid waste management regulations. All trash and construction debris from the site shall be deposited in the dumpster. The dumpster will be emptied as necessary or as required by local regulations and the trash will be hauled to a local landfill. No construction waste material will be buried on site or any other unauthorized site. Washout areas shall be restored upon project completion. HAZARDOUS WASTE (INCLUDING SPILL REPORTING): At a minimum, any products in the following categories are considered to be hazardous: paints, acids for cleaning masonry surfaces, cleaning solvents, asphalt products, chemical additives for soil stabilization, or concrete curing compounds and additives. In the event of a spill which may be hazardous, the spill coordinator shall be contacted immediately (1-800-633-9363). Clean up procedures shall be clearly posted as well as names of spill response personnel. Hazardous materials shall be handled in accordance with applicable federal state, county, city and Texas Water Commission rules and regulations. SANITARY WASTE. All sanitary waste will be collected from the portable units as necessary, or as required by local regulations, by a licensed sanitary waste management contractor, in accordance with all state laws and Texas Water Commission rules. OFFSITE VEHICLE TRACKING: HAUL ROADS DAMPENED FOR DUST CONTROL X LOADED HAUL TRUCKS TO BE COVERED WITH TARPAUUN X EXCESS DIRT ON ROAD REMOVED DAILY X STABIUZED CONSTRUCTION ENTRANCE OTHER• Portable Sanitary Waste Units REMARKS• Disposal areas and stockpiles, shall be constructed in a manner that will minimize and control the amount of sediment that may enter receiving waters. Disposal areas shall not be located in any wetland, waterbody or stream bed. Construction staging and vehicle maintenance areas shall be constructed by the Contractor. Construction should be accomplished in a manner to minimize the runoff of pollutants. All waterways shall be cleared of temporary embankment, temporary matting, false work, debris, or other obstructions placed during construction operations that are not port of the finished work. No construction waste will be allowed to be buried within the limits of the right of way. PERMITS: CONTRACTOR SHALL UTIUZE THE STORM WATER POLLUTION PREVENTION PLAN AND SHALL OBTAIN ALL PERMITS AND FULFILL ALL PERMIT REQUIREMENTS, INCLUDING FEES, FOR T.C.E.Q. GENERAL PERMIT NO. TXR 150000 RELATING TO DISCHARGES FROM CONSTRUCTION ACTIVITIES. THESE ACTIVITIES INCLUDE, BUT ARE NOT UMITED TO NOTICE OF INTENT (NOI, REQUIRED SITE POSTINGS AND NOTICE OF TERMINATION (NOT). ALL ACTIVITIES WILL BE PERFORMED AT THE MILESTONES REQUIRED BY THE T.C.E.Q. NO SEPARATE PAYMENT WILL BE MADE FOR SUCH PERMITS. DESCRIPTION CONSULTANT'S JOB NO. 130580 REVISION N0. 0 a a M _ Z Z> cc E W a H0 0 0 N (I) z W 0 U o z 0 < U R. U) R. W O U Cn o (J) 5 J U Z W z 0 Z W SHEET1 070f1 09 RECORD DRAWING NO. STR 898 CITY PROJECT#E13095 Stormwater Pollution Prevention - Clean Water Act Section 402 III. Cultural Resources V1. Hazardous Materials or Contamination Issues CONSULTANT'S JOB NO. 130580 ZE of rFh�� •*. / DENNIS L MUER 6 51503 �PQIAL'� i' 7-3/- /5- BY S TPDES TXR 150000: Stormwater Discharge Permit or Construction General Permit required for projects with 1 or more acres distrubed soil. Projects with any disturbed soil must protect for erosion and sedimentation. ❑ No Action Required ® Required Action Action No. 1. Prevent stormwater pollution by controlling erosion and sedimentation to accordance with 1PDES Permit DR 150000 2. Comply with the SW3P and revise when necessary to control pollution or required by the Engineer. 3. Post Construction Site Notice, (CSN) with SW3P information on or near the site, accessible to the public and TCEQ, EPA or other inspectors. 4. When Contractor project specific locations (PSL's) increase disturbed soil area to 5 acres or more, submit NOI to TCEQ and the Engineer. Work in or near Streams, Waterbodies and Wetlands Clean Water Act Sections 401 & 404 In the event historical issues or archeological artifacts (bones, burnt rock, flint, pottery, etc.) are found during construction, cease work in the immediate area and contact the Engineer immediately. ® No Action Required ❑ Required Action Action No. 1. 2. 3 4. 5. IV. Vegetation Resources General (applies to all projects): Comply with the Hazard Communication Act (the Act) for personnel who will be working with hazardous materials by conducting safety meetings prior to beginning construction and making workers aware of potential hazards in the workplace. Ensure that all workers are provided with personal protective equipment appropiate for any hazardous materials used. Obtain and keep on-site Material Safety Data Sheets, (MSDS) for all hazardous products used on the project, which may include, but ore not limited to the following categories: Paints, acids, solvents, asphalt products, chemical additives, fuels and concrete curing compounds or additives. Provide protected storage, off bare ground and covered, for products which may be hazardous. Maintain product labelling as required by the Act. Maintain an adequate supply of on-site spill response materials, as indicated in the MSDS. In the event of a spill, take actions to mitigate the spill as indicated in the MSDS, in accordance with safe work practices, and contact the District Spill Coordinator immediately. The Contractor shall be responsible for the proper containment and cleanup of all product spills. Contact the Engineer if any of the follwing are detected: * • Dead or distressed vegetation (not identified as normal) * • Trash piles, drums, canister, barrels, etc. * • Undesirable smells or odors *• Evidence of leaching or seepage of substances Any other evidence indicating possible hazardous materials or contamination discoverd on site. Hazardous Materials or Contamination Issues Specific to this Project: ❑ No Action Required ® Required Action Action No 1. All asbestos -cement pipe removed for this project shall be disposed of in strict compliance with local, state and federal regulations. 2. 4 Vll. Other Environmental Issues BYDESCRIPTION _ _ LNV engineers I architects I contractors CITY of CORPUS CHRISTI 801 NAVIGATION, SUITE 300 PH. (361)883-1984 TEXAS CORPUS CHRISTI, TEXAS 78408 FAX (361)8831986 TBPE FIRM NO. F-366 WWWINVINC.COM Department of Capitol Programs Preserve native vegetation to the extent practical. ® No Action Required ❑ Required Action Action No. 1 2. 3. 4. V. Federal Listed, and Proposed Threatened and Endangered Species, Critical Habitat, State Listed Species, Candidate Species and Migratory Birds. USACE Permit required for filling, dredging, excavating or other work in any water bodies, rivers, creeks, streams, wetlands or wet areas. The Contractor must adhere to all of the terms and conditions associated with the following permit(s): ® No Permit Required ❑ Nationwide Permit 14 - PCN not Required (less than 1/10th acre waters or wetlands affected) ❑ Nationwide Permit 14 - PCN Required (1/10 to <1/2 acre, 1/3 in tidal waters) ❑ Individual 404 Permit Required ❑ Other Nationwide Permit Required: NWP# w o o z z 0in Required Actions: List waters of the US permit applies to, location to project and check Best Management Practices planned to control erosion, sedimentation and post—project TSS. 1. 2. 3. 4. z o a E U !n o ® No Action Required ❑ Required Action Action No. 1. 2. 3. 4. If any of the listed species are observed, cease work in the immediate area, do not disturb species or habitat and contact the Engineer immediately. The work may not remove active nests from bridges and other structures during nesting season of the birds associated with the nests. If caves or sinkholes are discovered, cease work in the immediated area, and contact the Engineer immediately. (Include applicable regional or site specific enviromental issues.) No Action Required 0 Required Action Action No. 1. 2. 3. 4. SOUTHERN MINERALS ROAD UP RIVER TO IH 37 (BOND 2014) CITY OF CORPUS CHRISTI ENVIRONMENTAL ISSUES AND COMMITMENTS 2 OF 3 Best Management Practices: Erosion Sedimentation Post -Construction TSS ❑ Temporary Vegetation ® Silt Fence ❑ Vegetative Filter Strips ❑ Blankets/Matting ❑ Rock Berm ❑ Retention/Irrigation Systems ❑ Mulch ❑ Triangular Filter Dike ❑ Extended Detention Basin ®Sodding ❑Sand Bag Berm ❑Constructed Wetlands ❑ Interceptor Swale ❑ Straw Bale Dike ❑ Wet Basin ❑ Diversion Dike ❑ Brush Berms ❑ Erosion Control Compost ❑ Erosion Control Compost ❑ Erosion Control Compost ❑ Mulch Filter Bene and Socks ❑ Mulch Filter Berm and Socks ❑ Mulch Alter Berm and Socks ❑ Compost Filter Berm and Socks ❑ Compost Filter Berm and Socks ❑ Compost Filter Berm and Socks ❑ Vegetation Lined Ditches ❑ Stone Outlet Sediment Traps ❑ Sand Filter Systems ❑ Sediment Basins w o SHEET1 O8of1 09 RECORD DRAWING NO. STR 898 0 o P, CITY PROJECT# E13095 TEMPORARY DRAIN HOLES 2" DRAIN PLUG AFTER USE 8' USUAL SUPPORT POSTS INLET WALLS EXISTING OR PROPOSED CURB & GUTTER NOTE: TYPICAL SILT FENCE INSTALLATION AT CURB INLET PRIOR TO PLACEMENT OF CURB AND INLET TOP. CURB INLET - PLAN NOT TO SCALE 2"x4" -W1.4, W1.4 WIRE FABRIC STRUCTURE SILT FENCE 8' MANHOLE WALLS 32 LF OF SILT FENCE PER MANHOLE MANHOLE - PLAN NOT TO SCALE EXTEND 2'-0" MINIMUM BEYOND INLET OPENING AT EACH END 3" OVERLAP AT FABRIC SPLICES VARIES -SIM 11 limin 111111111111/1111111/• IMMMMMMMMi FLOW CUT AWAY OF FILTER FABRIC (4" FROM TOP DOWN) FLOW 12 �� 20 Ib SANDBAGS (DOUBLE BAGGED) AT 3' 0.C. 4" TALL CLEAR OPENING �20 Ib SANDBAGS (DOUBLE BAGGED) AT 3' 0.C. SEE NOTE 1 NOTES: TYPICAL EROSION CONTROL INSTALLATION AT CURB INLET AFTER PLACEMENT OF CURB AND INLET TOP. CURB INLET PROTECTION DETAIL NOT TO SCALE CURB INLET PROTECTION NOTES. 1. TO HOLD THE FILTER DIKE IN PLACE, 20 LB SANDBAGS SHALL BE USED AT 3' 0.C. WHERE MINIMUM CLEARANCES CAUSE TRAFFIC TO DRIVE IN THE GUTTER, THE CONTRACTOR MAY SUBSTITUTE A 1"X4" BOARD, SECURED WRH 1/4" OR 3/8" CONCRETE SCREWS. THE 1/4" OR 3/8" CONCRETE SCREWS SHALL BE ATTACHED TO THE GUTTER BY DRIWNG AN APPROPRIATE PILOT HOLE WITH A CONCRETE BIT AND INSERT PLASTIC FASTENERS. THE TOP OF THE SCREW SHALL BE RECESSED BELOW THE TOP OF THE BOARD. THE SCREWS SHALL BE PLACED ON 3' 0.C. THIS METHOD IS USED IN UEU OF SANDBAGS, IN THE GUTTER ONLY, TO HOLD THE FILTER DIKE IN PLACE. UPON REMOVAL, EITHER LEAVE THE PLASTIC FASTENERS IN PLACE, OR REMOVE THE PLASTIC FASTENERS, CLEAN ANY DIRT/DEBRIS FROM THE SCREW LOCATIONS, APPLY CHEMICAL SANDING AGENT AND APPLY NON -SHRINK GROUT FLUSH WITH THE SURFACE OF THE GUTTER. THIS METHOD SHALL NOT BE USED ON THE INLET IN UEU OF SANDBAGS. 2. A SECTION OF FILTER FABRIC SHALL BE REMOVED AS SHOWN ON THIS DETAIL OR AS DIRECTED BY THE ENGINEER OR DESIGNATED REPRESENTATIVE. FABRIC MUST BE SECURED TO WIRE BACKING WITH CUPS OR HOG RINGS AT THIS LOCATION. 3. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES 2". INLET PROTECTION SHALL BE REPLACED AS NECESSARY DURING CONSTRUCTION DUE TO DAMAGE OR DETERIORATION (SUBSIDIARY TO INLET PROTECTION). 4. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF INLET PROTECTION DURING EACH RAINFALL EVENT AND ONLY REMOVE INLET PROTECTION IF DIRECTED BY THE CITY OF CORPUS CHRISTI, OR IF CONTRACTOR OBSERVES AN IMMINENT THREAT OF FLOODING OF SURROUNDING PROPERTY. 5. INLET PROTECTIONS SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABIUZED. NOTES: 1. FILTER FABRIC INLET PROTECTION SHALL BE USED DURING CONSTRUCTION TO CONTROL SEDIMENTATION. 2. PERIMETER SILT FENCING AROUND INLET LOCATIONS SHALL BE INSTALLED AFTER PIPE IS PLACED. 3. FABRIC MATERIAL SHALL BE A NET -REINFORCED FENCE, USING WOVEN GEOTEXTILE FABRIC. 4. FENCE SHOULD BE REMOVED UPON COMPLETION OF CONSTRUCTION. TEMPORARY FILTER FABRIC INLET PROTECTION DETAIL NOT TO SCALE VARIES - REFER TO CHANNEL PLAN & PROFILES TA �CO•CO•CO•CO•AO O O O O 4 t/ �-.- . W , 7.,..„,cEHANNEL / f� 4" MIN. SEE NOTE 6 LA ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL NOT TO SCALE GALVANIZED WOVEN WIRE MESH SEE NOTE 4 1 OPEN GRADED 2' MIN. 4 OZ. MIN. WOVEN GEOTEXTILE FILTER FABRIC NOTE. REFER TO STANDARD SPECIFICATION SECTION 022420 "SILT FENCE" 4' LONG (MIN.) STEEL "1'" POSTS OR WOOD POSTS SPACED AT 6' TO 8' MAXIMUM FASTEN FABRIC TO TOP STRAND OF WELDED WIRE MESH (W.W.M.) BY HOG RINGS OR CORD AT A MAX. SPACING OF 15" ATTACH THE W.W.M. & FABRIC ON END POSTS USING 4 EVENLY SPACED STAPLES (WOOD POSTS) OR T -CUPS FOR STEEL POSTS TRENCH PLACE 6" OF FABRIC INTO AND AGAINST THE TRENCH WALL AND APPROX. 2" ACROSS TRENCH BOTTOM IN UPSTREAM DIRECTION MINIMUM TRENCH SIZE SHALL BE 6" SQUARE. BACKFILL AND HAND TAMP 4 GALVANIZED WOVEN WIRE MESH ar 4 A .tAbire AV.0 4 =�tir Age 000110•4314000 01101b,Akt. •..moi 4" MIN. SEE NOTE 6 SECTION A -A NOT TO SCALE PROP. CHANNEL FLOWUNE ROCK FILTER DAM NOTES: 1. IF SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER, FILTER DAMS SHOULD BE PLACED NEAR THE TOE OF SLOPES WHERE EROSION IS ANTICIPATED, UPSTREAM AND/OR DOWNSTREAM AT DRAINAGE STRUCTURES, AND IN ROADWAY DITCHES AND CHANNELS TO COLLECT SEDIMENT. 2. MATERIALS (AGGREGATE, WIRE MESH, SANDBAGS, ETC.) SHALL BE AS INDICATED BY THE SPECIFICATIONS FOR "ROCK FILTER DAMS FOR EROSION AND SEDIMENT CONTROL" 3. THE ROCK FILTER DAM DIMENSIONS SHALL BE AS INDICATED ON THE PLANS. 4. SIDE SLOPES SHOULD BE 2:1 OR FLATTER. 5. ROCK FILTER DAM SHALL BE A MINIMUM OF TWO FEET IN THICKNESS AT TOP OF DAM. 6. FILTER DAMS SHOULD BE EMBEDDED A MINIMUM OF 4" INTO EXISTING GROUND. 7. THE SEDIMENT TRAP FOR PONDING OF SEDIMENT LADEN RUNOFF SHALL BE OF THE DIMENSIONS SHOWN ON THE PLANS. 8. ROCK FILTER DAM SHALL BE SECURED WITH 20 GUAGE GALVANIZED WOVEN WIRE MESH WITH 1" DIAMETER HEXAGONAL OPENINGS. THE AGGREGATE SHALL BE PLACED ON THE MESH TO THE HEIGHT & SLOPE SPECIFIED. THE MESH SHALL BE FOLDED AT THE UPSTREAM SIDE OVER THE AGGREGATE AND TIGHTLY SECURED TO ITSELF ON THE DOWNSTREAM SIDE USING WIRE TIES OR HOG RINGS. IN STREAM USE THE MESH SHOULD BE SECURED OR STAKED TO THE STREAM BED PRIOR TO AGGREGATE PLACEMENT. 9. FLOW OUTLET SHOULD BE ONTO A STABILIZED AREA (VEGETATION, ROCK, ETC.) 10. THE GUIDLEUNES SHOWN HEREON ARE SUGGESTIONS ONLY AND MAY BE MODIFIED BY THE ENGINEER. EMBED POST 18" MIN. SYMBOL: ---SCF--- GALV. W.W. MESH (12.5 GA. MIN.) MAX. OPENING SIZE SHALL BE 2" X 4" TEMPORARY SEDIMENT CONTROL FENCE DETAIL NOT To SCALE SEDIMENT CONTROL FENCE USAGE GUIDELINES: SEDIMENT CONTROL FENCE MAY BE CONSTRUCTED NEAR THE DOWNSTREAM PERIMETER OF A DISTURBED AREA ALONG A CONTOUR TO INTERCEPT SEDIMENT FROM OVERLAND RUNOFF. A 2 YEAR STORM FREQUENCY MAY BE USED TO CALCULATE THE FLOW RATE TO BE FILTERED. SEDIMENT CONTROL FENCE SHOULD BE SIZED TO FILTER A MAX. FLOW THROUGH RATE OF 100 GPM/FT. SEDIMENT CONTROL FENCE IS NOT RECOMMENDED TO CONTROL EROSION FROM A DRAINAGE LARGER THEN 2 ACRES. THE GUIDELINES SHOWN HERE ARE SUGGESTIONS ONLY AND MAY BE MODIFIED BY THE ENGINEER. EXISTING GRADE 50' MIN. GRADE TO PREVENT RUNOFF FROM LEAVING SITE PROFILE PROVIDE APPROPRIATE TRANSITION BETWEEN STABILIZED CONSTRUCTION ENTRANCE AND PUBUC RIGHT-OF-WAY 50' MIN. ROADWAY PLAN STABILIZED CONSTRUCTION ENTRANCE NOT TO SCALE CONSTRUCTION ENTRANCE NOTES: 1. STONE SIZE: 3-5' OPEN GRADED ROCK. 2. LENGTH: AS EFFECTIVE BUT NOT LESS THAN 50'. 3. THICKNESS: NOT LESS THAN 8". 4. WIDTH: NOT LESS THAN FULL WIDTH OF ALL POINTS OF INGRESS/EGRESS. 5. WASHING: WHEN NECESSARY, VEHICLE WHEELS SHALL BE CLEANED TO REMOVE SEDIMENT PRIOR TO ENTRANCE ONTO PUBLIC ROADWAY. WHEN WASHING IS REQUIRED, IT SHALL BE DONE ON AN AREA STABIUZED WITH CRUSHED STONE AND DRAINS INTO AN APPROVED TRAP OR SEDIMENT BASIN. ALL SEDIMENT SHALL BE PREVENTED FROM ENTERING ANY STORM DRAIN, DITCH OR WATERCOURSE USING APPROVED METHODS. 6. MAINTENANCE: THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION THAT WILL PREVENT TRACKING OR FLOWING OF SEDIMENT ONTO PUBUC ROADWAY. THIS MAY REQUIRE PERIODIC TOP DRESSING WITH ADDITIONAL STONE AS CONDITIONS DEMAND, AS WELL AS REPAIR AND CLEAN OUT OF ANY MEASURE DEVICES USED TO TRAP SEDIMENT. ALL SEDIMENT THAT IS SPILLED, DROPPED, WASHED OR TRACKED ONTO PUBUC ROADWAY MUST BE REMOVED IMMEDIATELY. 7. DRAINAGE: ENTRANCE MUST BE PROPERLY GRADED OR INCORPORATE A DRAINAGE SWALE TO PREVENT RUNOFF FROM LEAVING THE CONSTRUCTION SITE. CONSULTANT'S JOB NO. 130580 DESCRIPTION REVISION NO z 0 U 0 o 0 0 Q cn g Z F N cc c7/115 Z z > m W 0. 0 y 0) U) oU) o U z W z 0 z W COMMITMENTS n z REVISION NO. SHEET1 09 of109 RECORD DRAWING NO. STR 898 CITY PROJECT# E13095