Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-001 - 1/12/2016 - Approved
• 2016-001 1/12/16 Ord. 030731 Berry Contracting LP dba Bay 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 12,2016,is between the City of Corpus Christi (Owner)and Berry Contracting.LP dba Bay.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: Ocean Drive—Louisiana Ave.to Buford St.(Bond 2012) Project No.E12093 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols,Inc. 800 N.Shoreline Blvd. Suite 1600N Corpus Christi.TX 78401 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 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 570 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 Agreement 00 52 23-1 Ocean Drive—Louisiana to Bpford—Project No.E12093 au 03-23-2013 104DEXED 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 Toss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,200.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,200.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 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 $ 11,012,338.66 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. Agreement Ocean Drive — Louisiana to Buford — Project No. E12093 005223-2 REV 03-23-2015 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 Tess 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. Agreement Ocean Drive — Louisiana to Buford — Project No. E12093 005223-3 REV 03-23-2015 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement Ocean Drive — Louisiana to Buford — Project No. E12093 005223-4 REV 03-23-2015 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; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Ocean Drive — Louisiana to Buford — Project No. E12093 005223-5 REV 03-23-2015 ATTEST Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: 'i Jt L. Kellogg Assistant City Attorney CITY OF CORP Ctjl J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPORATION) CONTRACTOR • rt I OUP CIL Berry.(ontracting, LP dba Bay, Ltd. SECRETARY (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: 1414 Valero Way Address Corpus Christi, TX 78409 City 361/693-2100 Phone Ientzj@bayltd.com State Zip Fax EMail END OF SECTION Agreement 00 52 23 - 6 Ocean Drive — Louisiana to Buford — Project No. E12093 REV 03-23-2015 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 BAY LTD. (type or print name of company) on: 2:OOp.m. on Wednesday, October 14, 2015 for Ocean Drive — Louisiana Ave. to Buford St. (Bond 2012), Project No. E12093. 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 - Ocean Drive — Louisiana to Buford (Bond 2012), Project No. E12093 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1 10/2/2015 2 10/16/2015 s,Istir..._ Bid Acknowledgement Form 00 30 00 - 1 Ocean Drive — Louisiana to Buford — Project No. E12093 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 Ocean Drive— Louisiana to Buford — Project No. E12093 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 all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attomey's fees for collecting such costs and damages. Bid Acknowledgement Form Ocean Drive — Louisiana to Buford — Project No. E12093 003000-3 REV 06-12-2015 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within S40 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 S70 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 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 Ocean Drive — Louisiana to Buford — Project No. E12093 003000-4 REV O& 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: BERRY CONTRACTING, LP dba BAY LTD. By: (typed or printed fill legal name of Bidder) (individual's signo Name: JON LENTZ .is\(13r . (typed or printed) Title: ESTIMATING MANAGER Attest: State of Residency: Federal Tax Id. No. Address for giving notices: yped or printed) (individual's signature) TEXAS 74-2982901 BAY LTD. 1414 VALERO WAY CORPUS CHRISTI, TX 78409 Phone: 361-693-2100 Email: lentzj@bayltd.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - 5 Ocean Drive — Louisiana to Buford — Project No. E12093 REV 06-12-2015 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this 8th day of January 2002. Edward A. Martin, President, presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to name the individuals authorized to act for and on behalf of Bay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A. L. Berry Edward A. Martin D. B. Spangler President Vice President Vice President Vice President Vice President Vice President FURTHER RESOLVED that in the event D. W. Beny is unavailable, Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers or arrangements and revisions, changes or modifications of same as the needs of the Highway Division of Bay Ltd. may require, hereby ratifying and affirming all such acts. FURTHERRESOLVED that Jon Lentz, Estimating Manager and James Wright, Administrative Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign `Proposal To the Texas Department of Transportation". FURTHER RESOLVED that the Secretary Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested a r parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Attest: DonEtta Beaty, Secret Approved Correct: &‘44,\IA-1 Edward A. Martin, President & CEO Certification of Secretary 1, DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Beat' Contracting, 12 dba Bay Ltd. held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this the 8th day of January 2002, to which witness my hand. DonBtta Beaty, Secre Bid Form Back Download Excel Import Excel General Item No. Description Al Mobilization (Maximum of 5% of Total Contract Price) Page 1 of 18 Unit Qty Unit Price Ext. Price LS 1.00 $ (233,900.001 $233,900.00 A2 Clear Right -Of -Way AC 11.60 $ 1 53,000.00 $614,800.00 A3 Ozone Day Day 4.00 $ 1400.00 1 $1,600.00 A4 Survey Monument EA 2.00 $ 620.00 ] $1,240.00 Traffic Control A5 Advance Waming LS 1.00 $ 1250,100.00 Signage A6 Temporary Traffic Controls LS 1.00 $ (239,800.00 Temporary A7 Pavement for SY 5000.00 $ ( 53.00 Detours A8 Block Sodding SY 4100.00 $ I 6.70 1 A9 A10 All Seeding for Erosion Control Silt Fence for Storm Water Pollution Prevention Curb Inlet Protection $250,100.00 $239,800.00 $265,000.00 $27,470.00 SY 100.00 $ 147.00 j $4,700.00 LF 9580.00 $ 1.5.70 ] $54,606.00 EA 24.00 $ I630.00 J $15,120.00 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Item No. Description Unit Storm Water Al2 Pollution LS . Prevention Plan Street Item No. Description Page 2 of 18 Qty Unit Price Ext. Price 1.00 $ [19,500.00 $19,500.00 Sub Total: $9,727,836.00 Unit Qty Unit Price Ext. Price B1 Street Excavation SY 41728.00 $ 1 9.50 $396,416.00 12" Compacted B2 Sub rade SY 39200.00 $ [85 $72,520.00 9 B3 Ge5 rid (Tenser SY 39200.00 $ 1 3.60 $141,120.00 TX 9" Crushed B4 Limestone SY 39200.00 $ [19.25 $754,600.00 Flexible Base (Ty A, Grade 1-2) B5 Prime Coat (0.15 GAL 5200.00 $ [5.00 1 $26,000.00 Gal/SY) 31 /2" HMAC B6 Pavement (Type SY 35245.00 $ 1 20.00 $704,900.00 B) Base Course 2" HMAC B7 Pavement (Type SY 34665.00 $ I 13.25 $459,311.25 D) Surface Course One Course B8 Surface SY 34665.00 $ I 2.60 —1 $90,129.00 Treatment 6" Concrete 111.50 B9 DrivewaySF 8934.00 $ 1 $102,741.00 B10 Concrete Island SF 370.00 $ 147.001 $17,390.00 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921 &projected=7210... 10/21/2015 Page 3 of 18 Item No. Description Unit Qty Unit Price Ext. Price Adjust Existing 611 ; Gas Valve to EA 3.00 $ [ 1,100.00 1 $3,300.00 Finished Grade Unanticipated B12 Concrete SF 200.00 $ [23.00 j $4,600.00 Driveway Removal Bicycle Rider B13 Panel (50'x4' EA 14.00 $ L 3,000.00 1 $42,000.00 Green Prefab. Thermoplastic) B14 Prefab. Pavement Marking Type 1 (W) (Bike Lane Symbol) EA 1.00 $ 270.00 1 $270.00 Prefab. Pavement B15 Marking Type 1 EA 23.00 $ 290.00 $6,670.00 (W) (Arrow) Prefab. Pavement B16 Marking Type 1 EA 19.00 $ [400.00 1 $7,600.00 (VV) ("word") Refl. Pavement Marking Type 1 B17 LF 1115.00 $ 0.47 $524.05 (4") (Brk) 2' ------ - - -� Segments, 6' Gap Refl. Pavement _ B18 Marking Type 1 LF 2165.00 $ [ 0.47 - 1 $1,017.55 (W) (4") (Broken) Refl. Pavement B19 Marking Type 1 LF 7860.00 $ i 0.47 1 $3,694.20 (VV) (4") (Solid) B20 Refl. Pavement Marking Type 1 (W) (4") (Diamond) EA 1.00 $ I0.47 I $0.47 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Page 4 of 18 Item No. Description Unit Qty Unit Price Ext. Price Refl. Pavement B21 Marking Type 1 LF 7962.00 $ [0.47 $3,742.14 (Y) (4") (Solid) Refl. Pavement B22 Marking Type 1 LF 1625.00 $ [ 0.95 (W) (8") (Solid) J $1,543.75 Refl. Pavement B23 Marking Type I LF 540.00 $ I 2.80 I $1,512.00 (W) (24") (Solid) B24 B25 B26 Refl. Pavement Marking Type I (W) (12") (Solid) (Gore) Refl. Pavement Marking Type 1 (Y) (4") (Solid) (Double) Refl. Pavement Marking Type I (18"X12" Yield Lines) LF 285.00 $ I1.40 $399.00 LF 510.00 $ 0.47 , $239.70 LF 95.00 $ [.4o B27 Eradicate Existing LS 1.00 $ 113,500.00 Striping g TY II -C-R Raised B28 Pavement Marker EA 285.00 $ f 5.40 (Reflectorized) TY II -AA Raised B29 Pavement Marker EA 65.00 $ [ 5.40 (Reflectorized) B30 Street Sign Assembly w19" Blades (Green) and Stop Sign - Triangular Slip Base (10 BWG) $228.00 $13,500.00 $1,539.00 $351.00 EA 7.00 $ [ 710.00 ; $4,970.00 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Page 5 of 18 Item No. Description Unit Qty Unit Price Ext. Price Regulatory Sign - B31 Triangular Slip EA 65.00 $ l 640.00 1 $41,600.00 Base (10 BWG) Warning Sign - __ _ B32 Triangular Slip EA 12.00 $ C640.00 $7,680.00 Base (10 BWG) Other Miscellaneous B3.3 Sign - Triangular EA 7.00 $ [io.00 I $4,480.00 Slip Base (10 BWG) B34 Allowance for Unanticipated Street Improvements (Fixed at $100,000.00) Storm Water Item No. Description C1 C2 C3 C4 C5 C6 15" Dia. RCP (Class III) 18" Dia. RCP (Class III) 24" Dia. RCP (Class III) 36" Dia. RCP (Class ID) 54" Dia. RCP (Class III) 72" Dia. RCP (Class III) LS 1.00 $100,000.00 $100,000.00 Sub Total: $3,016,688.11 Unit Qty Unit Price Ext. Price LF 80.00 $ [240.001$19,200.00 LF 1575.00 $ 140.00 1 $220,500.00 LF 733.00 $ L120.00 ] $87,960.00 LF 471.00 $ ( 240.00 I $113,040.00 LF 8.00 $ 970.00$7,760.00 1 LF 243.00 $ � $145,800.00 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 • Page 6 of 18 Item No. Description Unit Qty Unit Price Ext. Price 6' X 6' Precast C7 Concrete Box LF 164.00 $ 1740.00 I $121,360.00 Culvert C8 C9 C10 C11 C12 C13 C14 C15 Tie-in Existing 15" Dia. PVC Tie-in Existing 18" Dia. RCP Tie-in Existing 24" Dia. RCP Tie-in Existing 54" Dia. RCP Tie-in Existing Manhole Sidewalk Drain 5' Standard Curb Inlet 5' Curb Inlet Extension 4' Dia. Concrete C16 Storm Water Manhole (Type A) 5' Dia. Concrete C17 Storm Water Manhole (Type A) Concrete Storm C18 Water Manhole (Type D) C19 Junction Box (Type 'A') C20 Manhole Riser C21 Precast Pipe Transistion Reducing Stopper 72" to 24" EA 2.00 $ 11,400.00 EA 4.00 $ [570.00 J EA 2.00 $ 680.00 EA 1.00 $ � 1,200.00 EA 1.00 $ � 1,800.00 EA 5.00 $ 2,500.00 EA 24.00 $ 6,400.00 EA 7.00 $ 11,600.00 J EA 1.00 $ 17,600.00 EA 13.00 $ ' 10,800.00 EA 4.00 $ 18,200.00 EA EA 1.00 $ 138,300.001 2.00 $ 110,900.00 EA 1.00 $ L2,600.00 $2,800.00 $2,280.00 $1,360.00 $1,200.00 $1,800.00 $12,500.00 $153,600.00 $11,200.00 $7,600.00 $140,400.00 $72,800.00 $138,300.00 $21,800.00 $2,600.00 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Item No. Description C22 Precast Pipe Transistion Reducing Stopper 54" to RCB Precast 7'x7' to C23 6'x6' RCB Transition C24 6" Concrete Curb & Gutter (Catch Curb) Unit EA Qty Unit Price 1.00 $ (9,800.00 EA 1.00 $ 13,600.00 J LF 9470.00 $ C26.00 6" Concrete Curb & C25 Gutter (Reverse LF Curb) C26 C27 C28 C29 Concrete Curb (Type B) Unanticipated Curb & Gutter Removal Adjust Manhole to Finished Grade Remove and Replace Concrete Sidewalk Remove and C30 Replace Concrete Curb & Gutter C31 C32 Concrete Pavement Repair Asphalt Pavement Repair (Type 1) Trench Safety for C33 Storm Water Conduits Trench Safety for C34 Storm Water Manhole 24.00 $ L140.00 1 LF 7650.00 $ LF 50.00 $ L16.75 EA 1.00 $ L2,500.00 SF LF SY SY 50.00 $ C35.00 50.00 $ [57.00 1111 50.00 $ 420.00 50.00 $ 270.00 Page 7of 18 Ext. Price $9,800.00 $3,600.00 $246,220.00 $3,360.00 $122,400.00 $837.50 $2.500.00 $1,750.00 $2,850.00 $21,000.00 $13,500.00 ___ LF 3274.00 $ 14.001 $13,096.00 EA 19.00 $ [260.00 1 $4,940.00 http://www.civcastusa.com/membersonly/ob_bidform.aspx?obid=6921 &projected=7210... 10/21/2015 Page 8 of 18 Item No. Description Unit Qty Unit Price Ext. Price Allowance for Unanticipated C35 Storm Water LS 1.00 $75,000.00 $75,000.00 Improvements (Fixed at $75,000.00) Water Distribution Item No. Description Unit Qty D1 6" Dia. C900 PVC LF Waterline (DR 18) D2 6" Dia. Tie -In EA Connection D3 6" Dia. 45° D.I. EA 2.00 $ Bend Sub Total: $1,806,713.50 Unit Price Ext. Price 68.00 $ [120.00] $8,160.00 5.00 $ F 2,200.00 $11,000.00 240.00 J $480.00 D4 6" Dia. 11.25° D.I. EA 1.00 $ 1610.00 1 $610.00 Bend D5 6" Gate Valve with EA 1.00 $ [ 960.00 $960.00 Box and Cover t 8" Dia. C900 PVC D6 Waterline DR 18 ) LF 1473.00 $ 2.00 1$91,326.00 D7 8" Dia. D.I. LF 201.00 $ I_110_ .0. 0 $22,110.00 Waterline _ _ ._...� 8" Dia. Tie -In 08 EA 8.00 $ [1,200.00$9,600.00 Connection __________.i 8" Dia. 45° D.I. D9 Bend EA 27.00 $ [290.00 1 $7,830.00 D10 8" X 6" D.I. EA 4.00 $ 1210.(TO I $840.00 �--Reducer --------I D11 8" x 8" D.I. Tee EA 2.00 $ 0590.00 1 $1,180.00 http://www.civcastusa.com/mernbersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Page 9 of 18 Item No. Description Unit Qty Unit Price Ext. Price D12 8" Gate Valve with EA 14.00 $ (1,300.00 S $18,200.00 Box and Cover 8" Dia. 11.25° D.I. D13 Bend EA 2.00 $ [i] 40.00 $680.00 D14 10" Dia. Tie-in EA 2.00 $ (2800.00 1 $5,600.00 Connection D15 12" Dia. C900 PVC LF 3900.00 $ [75.00 1 $292,500.00 Waterline (DR 18) 12" Dia. D.I. D16 Waterline LF 714.00 $ [120.00 $85,680.00 12" Dia. Tie -In D17 Connection EA 1.00 $ [ 3,800.00 1 $3,800.00 D18 12" Dia. 45° D.I EA 58.00 $ [540.001 $31,320.00 Bend D19 12" x 6" D.I. Tee EA 1.00 $ 1610.00 1 $610.00 D20 12" x 8" D.I. Tee EA 8.00 $ [710.00 J $5,680.00 D21 12" Gate Valve with EA 20.00 $ 12,3-0-0.00J $46,000.00 Box and Cover • D22 12" x 12" D.I. Tee EA 6.00 $ 1820.001 $4,920.00 D23 12" x 10" D.I. Tee EA 2.00 $ [830.00 ] $1,660.00 D24 12" x 8" D.I. EA 2.00 $ [270.00— $540.00 Reducer - -----1 D25 16" Dia. C905 PVC LF 43.00 $ 1280.0-0 - l $12,040.00 Waterline 16" Dia. 45° D.I. [i,400.00i 026 BendEA 2.00 $ $2,800.00 D27 16" Dia. Tie -In EA 1.00 $ [ 4,100.00 1 $4,100.00 Connection D28 16" x 12" D.I. EA 1.00 $ [630.00 1 $630.00 Reducer http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Item No. Description Abandon In Place D29 Existing 8" Dia. Waterline (Fill w/ Grout) Abandon In Place D30 Existing 12" Dia. Waterline (Fill w/ Grout) D31 Asphalt Pavement Repair (Type 1) D32 Fire Hydrant Assembly (Type 1) Replace Existing D33 Water Service w/New Service Connection D34 1" Water Service For Irrigation 1 1/2" Water D35 Service For Irrigation Adjust Existing D36 Water Valves & Meter Boxes to Finish Grade Remove D37 Abandoned Water Vault Remove and D38 Replace Existing Water Meter Vault at Cole Park D39 Trench Safety for Waterlines Page 10 of 18 Unit Qty Unit Price Ext. Price LF 2273.00 $ [12.75 J $28,980.75 LF 2957.00 $ (18.50 � $54.704.50 SY 230.00 $ 270.00 1$62,100.00 EA 18.00 $ 1 4,700.00 1 $84,600.00 EA 21.00 $ 11,500.00 ] $31,500.00 EA 4.00 $ r1,400.00� $5,600.00 EA 1.00 $ 12,100.00 I $2,100.00 EA 26.00 $ 660.00 1 $17,160.00 LS 1.00 $ 1 6,500.00 1 $6,500.00 LS 1.00 $ [4,3O0.0O1 $14,300.00 , LF 6523.00 $ � 2.70__ v� $17,612.10 http://www.civcastusa.com/membersonly/ob_bidform.aspx?obid=6921 &prof ectid=7210... 10/21/2015 Page 11 of 18 Item No. Description Unit Qty Unit Price Ext. Price D40 Allowance for Unanticipated Water Improvements (Fixed at $50,000.00) Wastewater LS 1.00 $50,000.00 $50,000.00 Sub Total: $1,046,013.36 Item No. Description Unit Qty Unit Price Ext. Price Remove Existing 4" El FM Wastewater LF 46.00 $ [18.75 $862.50 Line Remove Existing 6" E2 VCP Wastewater LF 10.00 $ 129.00 1 $290.00 Line Remove Existing 8" _ _ ____ E3 VCP Wastewater LF 282.00 $ 34.00 $9,588.00 Line Remove E4 Wastewater EA 4.00 $ 12,900.00 _ 1 $11,600.00 Manhole E5 4" Dia. PVC Force LF 35.00 $ $2,975.00 Main 185.00 �. -_ _ j 1 E6 4" Dia. 45° Bend EA 1.00 $ 1570.00 1 $570.00 E7 4" Dia. 11.25° Bend EA 1.00 $ 570.00 i $570.00 4" Dia. Tie -In E8 EA 1.00 $ I 1,700.00 $1,700.00 Connection E9 6" Dia. Tie -In EA 1.00 $ 12,000.00 1 $2,000.00 Connection 8" Dia. Tie -In E10 EA 2.00 $ 12,300.00 $4,600.00 Connection http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Item No. Description 6" Dia. PVC (C-900, Ell DR18) Wastewater Gravity Line Page 12 of 18 Unit Qty Unit Price Ext. Price LF 29.00 $ 1130.00 1 $3,770.00 8" Dia. PVC (C-900, E12 DR18) Wastewater LF Gravity Line 8" Dia. PVC (C-900, DR18) Wastewater E13 Gravity Line (Encased in Concrete) E14 6" Cleanout 4' Dia. Fiberglass E15 Manhole (<6' Depth) 94.00 $ [140.00 —i $13,160.00 LF 175.00 $ (170.00 � $29,750.00 EA EA Extra Depth for 4' E16 Dia. Manhole (Over VF 6' Depth) E17 E18 E19 E20 E21 E22 Abandon In Place Existing 8" Dia. Wastewater Line (Fill w/ Grout) Abandon In Place Existing Wastewater Manhole Bypass Pumping of Raw Sewage Asphalt Pavement Repair (Type 1) Trench Safety for Wastewater Lines Trench Safety for Wastewater Manhole LF EA oo $1,000.00 5.00 $ f 9,000.00 1 $45,000.00 2.00 $ I470.00 $940.00 75.00 $ [ 38_00 I $2,850.00 1.00 $ [1,400.00 $1,400.00 LS 1.00 $ [14,800.00 SY 110.00 $ [190.00 -1] LF 333.00 $ j 4.00 EA $14,800.00 $20,900.00 $1,332.00 5.00 $ 1,300.00 $6,500.00 httpJ/www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projected=7210... 10/21/2015 Page 13 of 18 Item No. Description Unit Qty Unit Price Ext. Price E23 Allowance for Unanticipated Wastewater Improvements (Fixed at $10,000.00) Slope Stabilization LS 1.00 $10,000.00 $10,000.00 Sub Total: $186,157.50 Item No. Description Unit Qty Unit Price Ext. Price F1 Clearing and SY 2773.00 $ 18.70 $24,125.10 Grubbing Earthwork F2 (Excavation and SY 1670.00 $ 15_60 1 $9,352.00 Benching) Earthwork F3 (Compaction of SY 1670.00 $ 8.50 ? $14,195.00 _ .. ___ter._._ .__ . _1 Existing) F4 F5 Compacted Select Fill Material (Compacted in 6" Lifts) Erosion Control Blanket (Western Excelsior Excel -2) (Dyed Green) CY 2141.00 $ 137.00 $79,217.00 SY 1950.00 $ 13.00 $5,850.00 F6 Topsoil (4") SY 1950.00 $ I 4.20 $8,190.00 F7 Seeding SY 1950.00 $ [2.70 1 $5,265.00 2' Thick On -Site F8 Clays or Class 2 CY 1006.00 $ 111.00 1 $11,066.00 Earth Fill http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921 &projectid=7210... 10/21/2015 Page 14 of 18 Item No. Description Unit Qty Unit Price Ext. Price Concrete F9 Cantilever CY 390.00 $ [790.00 I $308,100.00 Retaining Wall Street Lighting Item No. Description G1 G2 G3 3" Dia. PVC Electrical Conduit w/ Mule Tape (Street Lighting) Concrete Foundation Pullbox (Handhole) for Street Lighting ADA/Pedestrian Sub Total: $465,360.10 Unit Qty Unit Price Ext. Price LF 3466.00 $ 110.75 $37,259.50 EA 21.00 $ Lo.00 $48,300.00 EA 32.00 $ 11,700.00 $54,400.00 Sub Total: $139,959.50 Item No. Description Unit Qty Unit Price Ext. Price 4" Thick Concrete H1 SF 27900.00 $ : 7 30 — $203,670.00 Sidewalk __ - - 5" Thick Heavy H2 Duty Concrete SF 17568.00 $ i 8.40 $147,571.20 Sidewalk H3 Concrete amrete Curb SF 4810.00 $ [24.00 $115,440.00 P Unanticipated H4 Concrete SF 100.00 $ [1925 $1,925.00 Sidewalk Removal http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projected=7210... 10/21/2015 Item No. Description Refl. Pavement H5 Marking Type 1 (W) (Crosswalk) (10' Wide) Concrete Footer H6 with Pedestrian Rail Concrete H7 Sidewalk Retaining Curb (18" max height) H8 Concrete Steps Traffic Signalization Unit Qty LF 830.00 $ Page 15 of 18 Unit Price Ext. Price 38.00 I $31,540.00 LF 1575.00 $ 1110.00_- 1 $173,250.00 LF 500.00 $ 147.00 _ $23,500.00 CY 15.00 $ L1,600.00 � $24,000.00 Sub Total: $720,896.20 Item No. Description Unit Qty Unit Price Ext. Price Ayers Street 11 Intersection LS 1.00 $ [297,300.00 j $297,300.00 Signalization Elizabeth Street 12 intersection LS 1.00 $ L306,500.00 1 $306,500.00 Signalization Morgan Avenue 13 Intersection LS 1.00 $ [s9,2oo.00 1 $259,200.00 • Signalization Buford Street 14 Intersection LS 1.00 $ 325,100.00 $325,100.00 Signalization Remove and Install 15 Pedestrian Flasher EA 4.00 $ 14,200.00 1 $16,800.00 Assembly http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projected=7210... 10/21/2015 Page 16 of 18 Item No. Description Unit Qty Unit Price Ext. Price 2" Dia. PVC Electrical Conduit 16 w/ Mule Tape LF 1069.00 $ `9.40 1 $10,048.60 (Pedestrian Flashers) Pullbox (Handhole) 17 for Pedestrian EA 4.00 $ [1,200.00 f $4,800.00 Flashers 18 MIS Allowance for Unanticipated Traffic Signalization Improvements (Fixed at $35,000.00) Item No. Description J1 J2 2" Dia. PVC Electrical Conduit w/ Mule Tape for Future M.I.S. 24" x 36" x 24" Pullbox (Handhole) for Future M.I.S. Conduit Landscaping and Irrigation Item No. Description K1 Colored Concrete Median LS 1.00 $35,000.00 $35,000.00 Sub Total: $1,254,748.60 Unit Qty Unit Price Ext. Price LF 4282.00 $ [?.40 $40,250.80 EA 4.00 $ `2,200.00 $8,800.00 Sub Total: $49,050.80 Unit Qty Unit Price Ext. Price SF 7100.00 $ J7.30] $51,830.00 http://www.civcastusa.com/membersonly/ob bidform.aspx?obid=6921&projectid=7210... 10/21/2015 Page 17 of 18 Item No. Description Unit Qty Unit Price Ext. Price Remove and K2 Replace Irrigation LS 1.00 $ 161,000.00 $161,000.00 System K3 Landscape in LS 1.00 $ 354,000.00 $354,000.00 Median Areas K4 6" Dia. PVC Sleeve LF 550.00 $ 17.50 $9,625.00 for Irrigation K5 Totals Remove, Salvage, and Transport Existing Palm Trees EA 24.00 $ 940.00 $22,560.00 Sub Total: $599,015.00 Section Total General $1,727,836.00 Street $3,016,588.11 Storm Water $1,806,713.50 Water Distribution $1,046,013.35 Wastewater $186,157.50 Slope Stabilization $465,360.10 Street Lighting $139,959.50 ADA/Pedestrian $720,896.20 Traffic Signalization $1,254,748.60 MIS $49,050.80 Landscaping and Irrigation $599,015.00 Tota l: $ 11,012,338.66 http://www.civcastusa.com/membersonly/ob_bidform.aspx?obid=6921 &projected=7210... 10/21/2015 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 E{I 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: BERRY CONTRACTING, LP dba BAY LTD. (typed or printed) s -1-: -4.4: • M1 r tom.— sig azure -- attach evidence of '2tharity io sign) ION LENTZ (typed or printed) ESTIMATING MANAGER Business address: BAY LTD. Phone: 1414 VALERO WAY CORPUS CHRISTI, TX 78409 361-693-2100 Email: lentzj@bayltd.com END OF SECTION Compliance to State Law on Nonresident Bidders Ocean Drive — Louisiana to Buford — Project No. E12093 003002-1 11-25-2013 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ 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. J Name of person who has a business relationship with local governmental entity. A OFFICE USE ONLY Date Received 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 filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) J 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, 8, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local govemment officer named in this section receiving or likely to receive taxable income, other than investment 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 income, from or at the direction of the local govemment officer named in this section AND the taxable income is not received from the local govemmental entity? 1 1 Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 1 Yes No D. Describe each employment or business relationship with the local govemment officer named in this section. Ni 0-Z1 -15 Signal, of person doing business with the governmental entity Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest .+vim City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CTI Y 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: BAY LTD. P. O. BOX: �I at o STREET ADDRESS: 141' v bl .w`o w O CITY: FIRM IS: 1. Corporation 8 2. Partnership _✓ 4. Association 5. Other r.s-, ZIP: 7"e4,0 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. 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 "Jinn." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownershipinterest" constituting 3% or more of the ownership in the above named "fine." Name NI /A 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: o L z Title: (Typc or Print) Signature of Certifying Person: DEFINITIONS Date: 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." "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. g- 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: Ocean Drive — Louisiana Ave. to Buford St. (Bond 2012) Project No. E12093 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: a.� LA -a.. Business address: Phone: (typed or printed) (si ature -- attach evidence of authority to sign) (typed or printed) 7' n- 1Ox cIc o s }- 't Tx • /99.. 3?Zl Email: L szA END OF SECTION Non -Collusion Certification Ocean Drive — Louisiana to Buford — Project No. E12093 003006-1 11-25-2013 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-3708 Date Filed: 01/18/2016 Date Acknowledged: l-2?2a'(o' the contract, and pr/de a 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Bay Ltd. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify description of the goods or services to be provided under the contract. E12093 Rebuild Ocean Drive Street from Louisiana Ave to Buford Street 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 000tisNII/ryw4/ AFFIDAVIT" P R• t 4.'1,% sm;o tel.- c Z \ s S• _ .. �g:' ��:s �US'�4B��E�,+'�, AFFIX NOTARY STAMfo.484.44#141.000` �NN►141.00 Sworn to and subscribed before me, by the said I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. r ss `� Signature of authorize ent of contracting busine ntity V1 Tr OPS ' n �Z , this the 1 day of J i n Lig ry , 20 0 , to certify which, witness my hand and seal of office. g•-. bump,- Adnvilisinth'veksidint (Ravk t Lorkiv,_ 36)6116(a_ Signature of officer administering oath Printed narne of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032 00 61 16 PAYMENT BOND BOND NO. 929592845 Contractor as Principal Name: Berry Contracting, LP dba Bay, Ltd. Mailing address (principal place of business): 1414 Valero Wav Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E12093 Ocean Drive - Louisiana Ave. to Buford St. (Bond 20121 Award Date of the Contract: January 12, 2016 Contract Price: $11,012,338.66 Bond Date of Bond: JANUARY 18, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: CONTINENTAL CASUALTY COMPANY Mailing address (principal place of business): 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: ILLINOIS By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number):713-513-6301 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: SWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form Proj #E12093 Ocean Dr. Louisiana to Buford (Bond 2012) 00 6116 -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 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. Contract s Principal Signature: �-' _ Surety Signature , (,��,7yiJ��� err "` Name: -0-0 1--% L..e f + L Name: ELLEN MOORE Title: C C�-1‘+',.s.43.4*;r,� Y. Title: ATTORNEY IN FACT 3 Email Address: � -0, n A.2.3 te. I,-, Li- L'j-a. c,.4.,.., Email Address: memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form Proj #E12093 Ocean Dr. Louisiana to Buford (Bond 2012) 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 929592845 Contractor as Principal Name: Berry Contracting. LP dba Bay. Ltd. Mailing address (principal place of business): 1414 Valero Way Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E12093 Ocean Drive — Louisiana Ave. to Buford St. (Bond 20121 Award Date of the Contract: January 12.2016 Contract Price: $11,012,338.66 Bond Date of Bond: JANUARY 18, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: CONTINENTAL CASUALTY COMPANY Mailing address (principal place of business): 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: ILLINOIS By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-513-6301 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name:SWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham. net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800- 252-3439 Performance Bond Proj E12093 Ocean Dr Louisiana to Buford (Bond 2012) 00 61 13-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety jj�� Signature: (97—e1Jir )77 Name: �o,.-, L. 'el," a, z Name: MARY L N MOORS Title: CA-', ,,,^ ` 1, n @� .P../1 r Title: ATTORNEY IN FACT Email Address: L. e n1rz Q J Email Address:memoore@hi gginbotham.net y (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Proj E12093 Ocean Dr Louisiana to Buford (Bond 2012) 006113-2 7-8-2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Tami J Duncan, Steve Addkison, Cathleen Hayles, Kerry Mc Intosh, Aaron J Endris, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 18th day of June, 2015. Continental Casualty Company National Fire Insurance Company of Hartford American Cas lty Company of Reading, Pennsylvania Paul T. Bruflat # Vice President State of South Dakota, County of Minnehaha, ss: On this 18th day of June, 2015, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. I S. EICH I.A11.11kNorutr etc SOUTH DAKOTA My Commission Expires February 12, 2021 S. Eich CERTIFICATE • & 'JAN Wary Public I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 18TH day of JANUARY , 2016 . Form F6853-4/2012 Continental Casualty Company u National Fire Insurance Company of Hartford' • • " 1 American Casualty Company of Reactitig, P gnsy1vania� - !r , I' Ir 1 . f. D. Bult Assistant ,• Secretary • Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the doaiments, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of line nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(1) of the Texas Govemment Code and Section 53.202(8) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You may also'write to CNA Surety at P.O. Box 1088, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain Information on companies, coverages, rights of complaints at 1-800-25239 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first If the disputa is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. COVERAGES CERTIFICATE NUMBER: 365161216 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 PERTAIN, POLICIES. INSDIN R WVBD 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 THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM1DD/YYW) POLICY EXP (MMIDD/YYYY) LIMITS A x COMMERCIAL GENERAL 26940 122837 X LIABILITY OCCUR INSURER F : HDOG27393147 5/20/2015 1 5/20/2016 EACH OCCURRENCE 52,000.000 CLAIMS -MADE DAMAGE TO RENTED PREMISES (Ea occurrence) 5100,000 510,000 MED EXP (Any one person) PERSONAL & ADV INJURY 52,000,000 GEM. X AGGREGATE LIMIT APPLIES PER: POLICY PRO JECT LOC OTHER: GENERAL AGGREGATE 510,000,000 PRODUCTS-COMP/OPAGG 55,000.000 5 A AUTOMOBILE X X LIABILITY ANY AUTO AUTOSNED HIRED AUTOS MCS -90 SCHEDULED AUTOS NON -OWNED AUTOS ISAH08856886 5/20/2015 5/20/2016 COMBINED SINGLE LIMIT (Ea accident) 52,000,000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) 5 5 B X UMBRELLA LIAR X EXCESS LIAR I OCCUR CLAIMS -MADE IXOOG27320715 5/20/2015 5/20/2016 EACH OCCURRENCE 525,000.000 AGGREGATE 525,000,000 DED X RETENTION 525,000 5 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N / A WLRC48149935 5/20/2015 5/20/2016 X I STATUTE 1 I ORH- E.L. EACH ACCIDENT 52,000,000 N E.L. DISEASE - EA EMPLOYEE 52,000,000 below E.L. DISEASE - POLICY LIMIT 52,000,000 C D Contractors Pollution Contractors Equipment CPL742031902 MXI93045861 5/20/2015 5/20/2016 11/1/2015 1 11/1/2016 Pollution Condition 525,000,000 Pollution Aggregate 525,000,000 CE - Leased/Rented 52,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached 0 more space is requl ed) See Attached... ACORD ® CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDD/YYW ) 1118E(MMI /2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Corpus Christi TX 78403 CONT NAMEACT Nicole Brummett Sistrunk PHONE FAX INC No EMI. 361-883-1711 cue). 361-844-0101 _ADDRESS• nbrummett@higginbotham.net INSURER(S) AFFORDING COVERAGE 1 NAIC 0 INSURERA:ACE American Insurance Company 122667 INSURED BERRY13 Berry Contracting, LP dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX 78469-4858 INSURERB:ACE Property & Casualty Insurance C '.20699 INSURER c :Indian Harbor Insurance Company 26940 122837 INSURER D :AGCS Marine Insurance Company INSURER E : INSURER F : CERTIFICATE HOLDER CANCELLATION City of Corpus Christi 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 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORO® AGENCY CUSTOMER ID: BERRY13 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Berry Contracting, LP dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX 78469-4858 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 General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization CG2010 10/01, and Additional Insured - Owners, Lessees or Contractors - Completed Operations CG2037 10/01. The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05/09. The General Liability policy includes a primary and non-contributory endorsement - Non -Contributory Endorsement For Additional Insureds Form LD -20287 (06/06) only when there is a written contract requiring such, and Construction Project(s) General Aggregate Limit LD -21732 (01/07) - $5,000,000 Aggregate Per Project. The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative ALL -32686 (01/11). Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Designated Persons or Organizations DA-9U74b (06/14). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others DA -13115a (06/14). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative ALL -32686 (01/11). The Auto policy includes Non -Contributory Endorsement for Additional Insureds only when there is a written contract executed prior to the date of loss -Form DA -21886b (06/14). Commercial Umbrella Liability Policy Form #XS -20835 (08/06) includes the following in regards to who is an insured: Any person or organization, if insured under "underlying insurance", provided that coverage proved by this policy for any such Insured will be no broader than coverage provided by the "underlying insurance". The Commercial Umbrella Liability Policy Form #XS -20835 (08/06) includes Transfer of Rights of Recovery Against Others to Us - If you or the insurer of "underlying insurance" waive any right of recovery against a specific person or organization for damages as required under an "insured contract", we will also waive any such rights we may have against such person or organization provided that the "bodily injury" or "property damage" occurs subsequent to the execution of the "insured contract". Policy contains Primary and Non -Contributory Endorsement Form MS -42488 08/15 where the "insured" has entered into a written contract that specifically requires that this insurance apply on a primary, non-contributory basis. Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Our Right to Recover From Others Endorsement WC000313 11/05 & Texas Waiver of Our Right to Recover From Others Endorsement WC420304B (06/14). The Workers Compensation policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492, Outer Continental Shelf Lands Act Coverage Endorsement WC000109C (01/15), Maritime Coverage Endorsement - Limits of Liability $2,000,000 Each Accident/Aggregate, and includes Transportation, Wages, Maintenance & Cure WC000201B (01/15), Voluntary Compensation Employers Liability Coverage Endorsement WC000311A (08/91) & Voluntary Compensation Maritime Coverage Endorsement WC000203 (4/84), and a blanket automatic alternate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Alternate Employer Endorsement WC000301A (Ed 02/89) & Alternate Employer Endorsement WX000301 (04/84). The Workers Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative WC 99 03 69 (01/11). Contractors Equipment includes Blanket Additional Insured and/or Loss Payees Endorsement — Written Agreement - Endorsement 009. Project: E12093 Ocean Drive - Louisiana Ave. to Buford St. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDOG27393147 COMMERCIAL GENERAL LIABILITY CG 20 1010 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location: All locations where you are performing operations for such additional insured pursuant to any such written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily in- jury" or "property damage" occurring after: CG 20 10 10 01 (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: HDOGi739314'7 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: .Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location And Description of Completed Operations: All locations where you perform work for such additional insured pursuant to any such written contract. Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section 11 — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations haz- ard". CG 20 37 10 01 ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: HD0G27393147 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown In the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 CG insurance Services Office, Inc., 2008 Page 1 of 1 ❑ NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Berry GP, Inc. Endcrsernent Number Policy Symbol HDO Policy Number G27393147 Policy Period 05/20/2015 to 05/20/2016 Effective Cate of Endorsement 05/20/2015 Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information le to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, COMMERCIAL GENERAL LIABILITY COVERAGE Schedule Organization Any additional Insured with whom you have agreed to provide such non-contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss Additional Insured Endorsement (If no information is filled in, the schedule shall read: "Alt persons or entities added es additional Insureds through an endorsement with the term "Additional Insured" in the title) For organizations that are listed In the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to Section IV,4,a: If other insurance is available to an Insured we cover under any of the endorsements listed or described above (the "Additional Insured") for a loss we cover under this policy, this Insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured. LD -20287 (06/06) Authorized Agent Page 1 of 1 CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured Berry GP, Inc. Endorsement Number Policy Symbol HDO Policy Number G27393147 Policy Period 05/20/2015 to 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Nome of insurance Company) ACE American Insurance Company .�t the pottcy cumber. Ttte rarnafrtder or tha lnformstlon is to be corrpieted only when lhls endorsement is Issued subsequent to the preparation of the poltcy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A Subject to and eroding the General Aggregate Limit shown in the Declarations, for all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as "Your Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to $5,000,000 2. The Construction Project General Aggregate Limit Is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily Injury" or "property damage" included in the "products - completed operations hazard", and for medlcal expenses under COVERAGE C, which damages and medical expenses can be attributed only to "Your Projects", regardless of the number of: a Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits'. 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attributed to "Your Projects" shall reduce the Construction Protect General Aggregate Limit and shall Also reduce and erode the General Aggregate Limit shown In the Declarations. • 4. The limits sfibwn iri'the .Declarations for Each Occurrence, Fire Damage and Medical Expense continue to ap- • • ply; However, such limits will be subject to the Construction Protect General Aggregate Limit, as well as the ' General Aggregate Limit shown in the Declarations. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1 ), and for all medical expenses caused by accidents under COVERAGE C (SEC- TION t ), which cannot be attributed only to "Your Projects": 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce the Construction Project General Aggregate Limit. 1.D-21732 (01/07) Copyright, Insurance : 1 0 es Office, Inc., 1996 Page 1 of 2 C. When coverage .for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D, If any one or more of "Your Projects" has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION 111 ) not otherwise modified by this endorsement shall continue to apply as stipulated. Authorized Agent LD -21732 (01/07) Copyright, insurance 8 1 1 •s Office, Inc., 1998 Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSI..JRED'S REPRESENTATIVE Named insured Berry GP, Inc. Endorsement Number Policy Symbol HDO Policy Number G27393147 Policy Period 05/20/2015 to 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name ottnsurance Company) ACE American Insurance Company The remainder at the Information Is to be completed only when this endorsement is issued subsequent to the preparation of the policy. Ti -US ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY. A. If we cancel thls Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed In the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative Is Intended only to be a courtesy notification to the person(s) or organlzation(s) named in the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s), The failure to provide advance notification of cancellation to the person(s) or organization(s) shown In the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy, C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. ID, We will only be responsible for sending such notice to your representative, and your representative will in tum send the notice to the persons or organizations listed in the Schedule at least 30 days prier to the cancellation date applicable to the Policy. You will cooperate with us In providing the Schedule, or In causing your representative to provide the Schedule. E. This endorsement does not apply In the event that you cancel the Policy. All ether terms and conditions of this Policy remain unchanged. Authorized Representative ALL -326666 (01111) Page 1 of 1 ADDITIONAL INSURED -- DESIGNATED PERSONS OR ORGANIZATIONS Named Insured Berry GP Inc. Endorsement Nurnber Policy Symbol I PcP.cy Number ISA i H08856586 Policy Period 05/20/15 to 05/20/16 Effecffve Date ofEndorsement 05/20/15 Issues By (Narne of Insurance Company) ACE AmericanInsurance Company Insert the policy number. Tne remainder of the Information Is to be completed only wren this endorsement is issued subsequent to the preparadon cline policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional Insured(s): •=y person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered "auto," Who Is Ensured is amended to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury" or "property damage" resulting from acts or omissions of: 1. You. 2. Any of your "employees" or agents. 3. Any person operating a covered "auto" with permission from you, any of your "employees" or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-9L174b (06/14) Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Nemed Insured Berry C? Inc. Policy Symbo; ISA Policy Number H0B856886 Pc:icy Period 05/20/15to 05/20/16 Endorsement Number Effective Date of Endorsement 05/20/15 Issced By (game of I^surance Company) ACE American Insurance Company Insert the pal icy number. The remainder of the information is b he completed only when this endorsement Is issued subsequent to the preparation cf the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto, The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE y person or organization against whom you have agreed to waive your richt of recovery in a written contract, provided such contract was executed prior to the date of loss. Authorized Representative DA -13115a (06/14) Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named insured Berry GP, Inc. Endorsement Number 9 Policy Symbol iSA Policy Number H08856886 Policy Perod 05/20/2015 to 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Company) ACE American Insurance Company ne policy number. Tne remainder of the information Is to be completed only When this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel thfs Policy prior to Its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as sat out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organizations) named In the Schedule in the event of a pending cancellation of coverage, We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organlzation(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will In turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or In causing your representative to provide the Schedule, E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. ALL -32685 (01!11) Page 1 of 'I Workers' Compensation and Employers' Liability Policy Narned Insured BERRY GP, INC. P.O. BOX 4858 CORPUS CHRISTI TX 784694858 i Endorsement Number Policy Number Symbol: WLR Number: C48149935 Policy Period 05/20/2015T0 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Compeny) ACE AMERICAN INSURANCE COMPANY Insert the policy number. Tne remainder of the information Is to be _cmGleted oily when this endorsement Is Issued subsequent to the preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by thls policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named In the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVER IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement Is not applicable In KY, NH, and NJ. 931 WC 00 0313 (11/05) Ptd. U.S.A. Copyright 1982-83, National Council on Compensation Authorized Agent Workers' Compensation and Employers' Liability Policy Named Insured Berry GP Inc. Endorsement Number Policy Number Symbol''7LRNumber: C48149935 Policy Period 05/20/2015 to 05/20/2016 TO Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. 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: ( xx ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish 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: Authorized Representative 'vVC 42 03 04B (06/14) C Copyright 2014 National Council on Compensation insurance, Inc. Ali Rights Reserved. Workers' Compensation and Employers' Liability Policy Named Insured BERRY GP, INC. P.O. BOX4858 CORPUS CHRISTI TX 784694858 Endorsement Number -� Policy Number Symbol: WLR Number: C48149935 Policy Petiorl 05/20/2015 TO 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number, The remainder of the information is to be completed only when this endorsement is Issued subsequent to the preparation of the policy. NOTICE TO OTHERS ENDORSEMENT-- SCHEDULE NOTICE BY INSURED'$ REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. Thls notice will be in addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. Tne notice referenced in this endorsement as provided by your representative is Intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown In the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect Information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. B. All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 69 (01/11) Page 1 of 1 945 00 01 00 TABLE OF CONTENTS Table of Contents Ocean Drive — Louisiana to Buford — Project No. E12093 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 Acknowledgement 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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 5 Standard Specifications 020100 Survey Monuments 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 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 025416 Seal Coat 025418 Surface Treatment 025424 Hot Mix Asphaltic Concrete Pavement 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps Table of Contents Ocean Drive — Louisiana to Buford — Project No. E12093 000100-2 REV 06-12-2015 Division / Section Title 025620 Portland Cement Concrete Pavement 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings 025813 Preformed Thermoplastic Striping, Words, and Emblems 025816 Raised Pavement Markers 025818 Reference — Pavement Markers (Reflectorized) (TxDOT D-9-4200) 025828 Reference - Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe — ASTM 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe - AWWA 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 026602 Wastewater Force Main 027200 Control of Wastewater Flows — Bypass Pumping Systems 027202 Manholes 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste From Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028020 Seeding 028040 Sodding 028300 Fence Relocation Table of Contents Ocean Drive — Louisiana to Buford — Project No. E12093 000100-3 REV 06-12-2015 Division / Section Title 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 025802 Temporary Traffic Controls During Construction 028061 Landscaping 028100 Irrigation Systems 028680 Colored Concrete Pavement 31 35 19.16 Erosion Control for Protection of Stable Soil Slopes 34 41 13.00 Traffic Signal Standards and General Requirements 34 41 13.13 Installation of Traffic Equipment 34 41 16.23 Traffic Signal Cabinet and Assemblies 34 41 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Programmable Vehicle Signal Heads 34 41 16.63 Pedestrian Signals 34 41 16.93 Poles and Assemblies 34 41 19.13 Electrical Services for Traffic Equipment 34 41 19.73 Uninterruptible Power Supply 34 41 23.39 Radar Presence Detector Appendix Title A Geotechnical Report B Signalization Cut -Sheets C Quazite PG2436BA24 Stackable Open Bottom Assembly D S.U.E. Report END OF SECTION Table of Contents Ocean Drive — Louisiana to Buford — Project No. E12093 000100-4 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: Ocean Drive — Louisiana Ave. to Buford St. (Bond 2012) Project No. E12093 A. The proposed improvements include hot mix asphalt pavement, concrete curb and gutter, concrete header curb, concrete driveways, ADA —compliant sidewalks and pedestrian facilities, slope stability improvements, water distribution, wastewater collection, and storm water drainage improvements. Additional work items included with the project are traffic signalization, pavement markings, signage, traffic control and sequencing, and MIS and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $11,609,000. The Project is to be substantially complete and ready for operation within 540 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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, October 6, 2015 at 10:00a.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 Ocean Drive — Louisiana to Buford — Project No. E12093 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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:OOp.m. on Wednesday, October 14, 2015 to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1st 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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 - Ocean Drive — Louisiana Ave. to Buford St. (Bond 2012) Project No. E12093 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 Ocean Drive — Louisiana to Buford — Project No. E12093 REV 06-12-2015 ARTICLE 12 — OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at 2:OOp.m. on Wednesday, October 14, 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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 Ocean Drive — Louisiana to Buford — Project No. E12093 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 Ocean Drive — Louisiana to Buford — Project No. E12093 REV 06-12-2015 Bid Acknowledgement Form 00 30 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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: 2:00p.m. on Wednesday, October 14, 2015 for Ocean Drive – Louisiana Ave. to Buford St. (Bond 2012), Project No. E12093. 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 - Ocean Drive – Louisiana to Buford (Bond 2012), Project No. E12093 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 540 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 570 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 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 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: (typed or printed full legal name of Bidder) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 Mobilization (Maximum of 5% of Total Contract Price)LS 1 A2 Clear Right-Of-Way AC 11.6 A3 Ozone Day Day 4 A4 Survey Monument EA 2 A5 Traffic Control Advance Warning Signage LS 1 A6 Temporary Traffic Controls LS 1 A7 Temporary Pavement for Detours SY 5,000 A8 Block Sodding SY 4,100 A9 Seeding for Erosion Control SY 100 A10 Silt Fence for Storm Water Pollution Prevention LF 9,580 A11 Curb Inlet Protection EA 24 A12 Storm Water Pollution Prevention Plan LS 1 B1 Street Excavation SY 41,728 00 30 01 BID FORM Base Bid Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Ocean Drive - Louisiana Ave. to Buford St. (Bond 2012) City of Corpus Christi TBD Freese and Nichols, Inc. E12093 SUBTOTAL PART A - GENERAL (Items A1 thru A12) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 1 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B2 12" Compacted Subgrade SY 39,200 B3 Geogrid (Tensar TX-5)SY 39,200 B4 9" Crushed Limestone Flexible Base (Ty A, Grade 1-2)SY 39,200 B5 Prime Coat (0.15 Gal/SY)GAL 5,200 B6 3 1/2" HMAC Pavement (Type B) Base Course SY 35,245 B7 2" HMAC Pavement (Type D) Surface Course SY 34,665 B8 One Course Surface Treatment SY 34,665 B9 6" Concrete Driveway SF 8,934 B10 Concrete Island SF 370 B11 Adjust Existing Gas Valve to Finished Grade EA 3 B12 Unanticipated Concrete Driveway Removal SF 200 B13 Bicycle Rider Panel (50'x4' Green Prefab. Thermoplastic)EA 14 B14 Prefab. Pavement Marking Type 1 (W) (Bike Lane Symbol)EA 1 B15 Prefab. Pavement Marking Type 1 (W) (Arrow)EA 23 B16 Prefab. Pavement Marking Type 1 (W) ("word")EA 19 B17 Refl. Pavement Marking Type 1 (W) (4") (Brk) 2' Segments, 6' Gap LF 1,115 B18 Refl. Pavement Marking Type 1 (W) (4") (Broken)LF 2,165 B19 Refl. Pavement Marking Type 1 (W) (4") (Solid)LF 7,860 B20 Refl. Pavement Marking Type 1 (W) (4") (Diamond)EA 1 B21 Refl. Pavement Marking Type 1 (Y) (4") (Solid)LF 7,962 B22 Refl. Pavement Marking Type 1 (W) (8") (Solid)LF 1,625 B23 Refl. Pavement Marking Type I (W) (24") (Solid) LF 540 B24 Refl. Pavement Marking Type I (W) (12") (Solid) (Gore) LF 285 B25 Refl. Pavement Marking Type 1 (Y) (4") (Solid) (Double)LF 510 B26 Refl. Pavement Marking Type I (18"X12" Yield Lines)LF 95 B27 Eradicate Existing Striping LS 1 Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 2 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B28 TY II-C-R Raised Pavement Marker (Reflectorized)EA 285 B29 TY II-AA Raised Pavement Marker (Reflectorized)EA 65 B30 Street Sign Assembly w/9" Blades (Green) and Stop Sign - Triangular Slip Base (10 BWG)EA 7 B31 Regulatory Sign - Triangular Slip Base (10 BWG)EA 65 B32 Warning Sign - Triangular Slip Base (10 BWG)EA 12 B33 Other Miscellaneous Sign - Triangular Slip Base (10 BWG)EA 7 B34 Allowance for Unanticipated Street Improvements LS 1 100,000.00$ 100,000.00$ C1 15" Dia. RCP (Class III)LF 80 C2 18" Dia. RCP (Class III)LF 1,575 C3 24" Dia. RCP (Class III)LF 733 C4 36" Dia. RCP (Class III)LF 471 C5 54" Dia. RCP (Class III)LF 8 C6 72" Dia. RCP (Class III)LF 243 C7 6' X 6' Precast Concrete Box Culvert LF 164 C8 Tie-in Existing 15" Dia. PVC EA 2 C9 Tie-in Existing 18" Dia. RCP EA 4 C10 Tie-in Existing 24" Dia. RCP EA 2 C11 Tie-in Existing 54" Dia. RCP EA 1 C12 Tie-in Existing Manhole EA 1 C13 Sidewalk Drain EA 5 C14 5' Standard Curb Inlet EA 24 C15 5' Curb Inlet Extension EA 7 C16 4' Dia. Concrete Storm Water Manhole (Type A)EA 1 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B34) Part C - STORM WATER DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 3 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT C17 5' Dia. Concrete Storm Water Manhole (Type A)EA 13 C18 Concrete Storm Water Manhole (Type D)EA 4 C19 Junction Box (Type 'A')EA 1 C20 Manhole Riser EA 2 C21 Precast Pipe Transistion Reducing Stopper 72" to 24"EA 1 C22 Precast Pipe Transistion Reducing Stopper 54" to RCB EA 1 C23 Precast 7'x7' to 6'x6' RCB Transition EA 1 C24 6" Concrete Curb & Gutter (Catch Curb)LF 9,470 C25 6" Concrete Curb & Gutter (Reverse Curb)LF 24 C26 Concrete Curb (Type B)LF 7,650 C27 Unanticipated Curb & Gutter Removal LF 50 C28 Adjust Manhole to Finished Grade EA 1 C29 Remove and Replace Concrete Sidewalk SF 50 C30 Remove and Replace Concrete Curb & Gutter LF 50 C31 Concrete Pavement Repair SY 50 C32 Asphalt Pavement Repair (Type 1)SY 50 C33 Trench Safety for Storm Water Conduits LF 3,274 C34 Trench Safety for Storm Water Manhole EA 19 C35 Allowance for Unanticipated Storm Water Improvements LS 1 75,000.00$ 75,000.00$ D1 6" Dia. C900 PVC Waterline (DR 18)LF 68 D2 6" Dia. Tie-In Connection EA 5 D3 6" Dia. 45° D.I. Bend EA 2 D4 6" Dia. 11.25° D.I. Bend EA 1 SUBTOTAL PART C - STORM WATER DRAINAGE IMPROVEMENTS (Items C1 thru C35) Part D - WATER DISTRIBUTION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 4 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D5 6" Gate Valve with Box and Cover EA 1 D6 8" Dia. C900 PVC Waterline (DR 18)LF 1,473 D7 8" Dia. D.I. Waterline LF 201 D8 8" Dia. Tie-In Connection EA 8 D9 8" Dia. 45° D.I. Bend EA 27 D10 8" X 6" D.I. Reducer EA 4 D11 8" x 8" D.I. Tee EA 2 D12 8" Gate Valve with Box and Cover EA 14 D13 8" Dia. 11.25° D.I. Bend EA 2 D14 10" Dia. Tie-in Connection EA 2 D15 12" Dia. C900 PVC Waterline (DR 18)LF 3,900 D16 12" Dia. D.I. Waterline LF 714 D17 12" Dia. Tie-In Connection EA 1 D18 12" Dia. 45° D.I. Bend EA 58 D19 12" x 6" D.I. Tee EA 1 D20 12" x 8" D.I. Tee EA 8 D21 12" Gate Valve with Box and Cover EA 20 D22 12" x 12" D.I. Tee EA 6 D23 12" x 10" D.I. Tee EA 2 D24 12" x 8" D.I. Reducer EA 2 D25 16" Dia. C905 PVC Waterline LF 43 D26 16" Dia. 45° D.I. Bend EA 2 D27 16" Dia. Tie-In Connection EA 1 D28 16" x 12" D.I. Reducer EA 1 D29 Abandon In Place Existing 8" Dia. Waterline (Fill w/ Grout)LF 2,273 D30 Abandon In Place Existing 12" Dia. Waterline (Fill w/ Grout)LF 2,957 Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 5 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D31 Asphalt Pavement Repair (Type 1)SY 230 D32 Fire Hydrant Assembly (Type 1)EA 18 D33 Replace Existing Water Service w/New Service Connection EA 21 D34 1" Water Service For Irrigation EA 4 D35 1 1/2" Water Service For Irrigation EA 1 D36 Adjust Existing Water Valves & Meter Boxes to Finish Grade EA 26 D37 Remove Abandoned Water Vault LS 1 D38 Remove and Replace Existing Water Meter Vault at Cole Park LS 1 D39 Trench Safety for Waterlines LF 6,523 D40 Allowance for Unanticipated Water Improvements LS 1 50,000.00$ 50,000.00$ E1 Remove Existing 4" FM Wastewater Line LF 46 E2 Remove Existing 6" VCP Wastewater Line LF 10 E3 Remove Existing 8" VCP Wastewater Line LF 282 E4 Remove Wastewater Manhole EA 4 E5 4" Dia. PVC Force Main LF 35 E6 4" Dia. 45° Bend EA 1 E7 4" Dia. 11.25° Bend EA 1 E8 4" Dia. Tie-In Connection EA 1 E9 6" Dia. Tie-In Connection EA 1 E10 8" Dia. Tie-In Connection EA 2 E11 6" Dia. PVC (C-900, DR18) Wastewater Gravity Line LF 29 E12 8" Dia. PVC (C-900, DR18) Wastewater Gravity Line LF 94 E13 8" Dia. PVC (C-900, DR18) Wastewater Gravity Line (Encased in Concrete) LF 175 Part E - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART D - WATER DISTRIBUTION IMPROVEMENTS (D1 THRU D40) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 6 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E14 6" Cleanout EA 1 E15 4' Dia. Fiberglass Manhole (<6' Depth)EA 5 E16 Extra Depth for 4' Dia. Manhole (Over 6' Depth)VF 2 E17 Abandon In Place Existing 8" Dia. Wastewater Line (Fill w/ Grout)LF 75 E18 Abandon In Place Existing Wastewater Manhole EA 1 E19 Bypass Pumping of Raw Sewage LS 1 E20 Asphalt Pavement Repair (Type 1)SY 110 E21 Trench Safety for Wastewater Lines LF 333 E22 Trench Safety for Wastewater Manhole EA 5 E23 Allowance for Unanticipated Wastewater Improvements LS 1 10,000.00$ 10,000.00$ F1 Clearing and Grubbing SY 2,773 F2 Earthwork (Excavation and Benching)SY 1,670 F3 Earthwork (Compaction of Existing)SY 1,670 F4 Compacted Select Fill Material (Compacted in 6" Lifts)CY 2,141 F5 Erosion Control Blanket (Western Excelsior Excel- 2) (Dyed Green)SY 1,950 F6 Topsoil (4")SY 1,950 F7 Seeding SY 1,950 F8 2' Thick On-Site Clays or Class 2 Earth Fill CY 1,006 F9 Concrete Cantilever Retaining Wall CY 390 SUBTOTAL PART E - WASTEWATER IMPROVEMENTS (E1 THRU E23) Part F - SLOPE STABILIZATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART F - SLOPE STABILIZATION IMPROVEMENTS (F1 THRU F9) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 7 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT G1 3" Dia. PVC Electrical Conduit w/ Mule Tape (Street Lighting)LF 3,466 G2 Concrete Foundation EA 21 G3 Pullbox (Handhole) for Street Lighting EA 32 H1 4" Thick Concrete Sidewalk SF 27,900 H2 5" Thick Heavy Duty Concrete Sidewalk SF 17,568 H3 Concrete Curb Ramp SF 4,810 H4 Unanticipated Concrete Sidewalk Removal SF 100 H5 Refl. Pavement Marking Type 1 (W) (Crosswalk) (10' Wide)LF 830 H6 Concrete Footer with Pedestrian Rail LF 1,575 H7 Concrete Sidewalk Retaining Curb (18" max height)LF 500 H8 Concrete Steps CY 15 Part H - A.D.A. PEDESTRIAN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART H - A.D.A. PEDESTRIAN IMPROVEMENTS (H1 THRU H8) Part G - STREET LIGHTING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART G - STREET LIGHTING IMPROVEMENTS (G1 THRU G3) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 8 of 10 REV 3-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT I1 Ayers Street Intersection Signalization LS 1 I2 Elizabeth Street Intersection Signalization LS 1 I3 Morgan Avenue Intersection Signalization LS 1 I4 Buford Street Intersection Signalization LS 1 I5 Remove and Install Pedestrian Flasher Assembly EA 4 I6 2" Dia. PVC Electrical Conduit w/ Mule Tape (Pedestrian Flashers)LF 1,069 I7 Pullbox (Handhole) for Pedestrian Flashers EA 4 I8 Allowance for Unanticipated Traffic Signalization Improvements LS 1 35,000.00$ 35,000.00$ J1 2" Dia. PVC Electrical Conduit w/ Mule Tape for Future M.I.S.LF 4,282 J2 24" x 36" x 24" Pullbox (Handhole) for Future M.I.S. Conduit EA 4 K1 Colored Concrete Median SF 7,100 K2 Remove and Replace Irrigation System LS 1 K3 Landscape in Median Areas LS 1 K4 6" Dia. PVC Sleeve for Irrigation LF 550 K5 Remove, Salvage, and Transport Existing Palm Trees EA 24 Part I - TRAFFIC SIGNALIZATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART K - LANDSCAPING AND IRRIGATION IMPROVEMENTS (K1 THRU K5) SUBTOTAL PART J - ELECTRICAL CONDUIT FOR FUTURE M.I.S. (J1 THRU J2) Part K - LANDSCAPING AND IRRIGATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Part J - ELECTRICAL CONDUIT FOR FUTURE M.I.S. (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART I - TRAFFIC SIGNALIZATION IMPROVEMENTS (I1 THRU I8) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 9 of 10 REV 3-23-2015 00 30 01 BID FORM Contract Times 540 days 570 days BID SUMMARY SUBTOTAL PART A - GENERAL (Items A1 thru A12) SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B34) SUBTOTAL PART C - STORM WATER DRAINAGE IMPROVEMENTS (Items C1 thru C35) SUBTOTAL PART D - WATER DISTRIBUTION IMPROVEMENTS (Items D1 thru D40) SUBTOTAL PART E - WASTEWATER IMPROVEMENTS (Items E1 thru E23) SUBTOTAL PART F - SLOPE STABILIZATION IMPROVEMENTS (Items F1 thru F9) SUBTOTAL PART G - STREET LIGHTING IMPROVEMENTS (Items G1 thru G3) SUBTOTAL PART H - A.D.A. PEDESTRIAN IMPROVEMENTS (Items H1 thru H8) Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in SUBTOTAL PART I - TRAFFIC SIGNALIZATION IMPROVEMENTS (Items I1 thru I8) SUBTOTAL PART J - ELECTRICAL CONDUIT FOR FUTURE M.I.S. (Items J1 thru J2) SUBTOTAL PART K - LANDSCAPING AND IRRIGATION IMPROVEMENTS (Items K1 thru K5) TOTAL PROJECT BASE BID (PARTS A THRU K) Bid Form Ocean Drive - Louisiana to Buford - Project No. E12093 Page 10 of 10 REV 3-23-2015 Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifies as a nonresident bidder whose principal place of business or residen cy is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to Texas Sales Tax Code 00 30 03 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 00 30 03 COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Bidder hereby certifies that the Contract Price is divided as follows: Tax exempt products, materials and services (See Notes 1 and 2) $ Taxable products, materials and services (See Note 3) $ Total (Total must equal the Contract Price) $ Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: Notes: 1. Exempt products and materials are those items purchased for the Project which are physically incorporated into the facilities constructed for the Owner or are necessary and essential for the performance of the Work and are completely consumed at the Site. For purposes of this definition, products and materials are completely consumed if after being used once for its intended purpose it is used up or destroyed. Products and materials rented or leased for use in the performance of the Work cannot be completely consumed for the purposes of this definition. 2. Exempt services are those services performed at the Site where the Contract expressly requires the specific service to be provided or purchased by the person performing the Work or the service is integral to the performance of the Work. 3. Products, materials, and services are not tax exempt if they are used by the Contractor but are not physically incorporated into the Owner's facilities or are not consumed by construction as defined above. Machinery or equipment and its accessories and repair and replacement parts used in the performance of the Work are not exempt. 4. The sum of the amount for tax exempt products, materials, and services and taxable products, materials, and services must equal the Contract Price. END OF SECTION Adopted 06/29/2007 FORM CIQ OFFICE USE ONLYThis 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. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity 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 filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of person who has a business relationship with local governmental entity.1 2 3 Date Received Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment 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 income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local 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 in this section. Signature of person doing business with the governmental entity Date 4 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE 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: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ 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 00 30 05 City of Corpus Christi Disclosure of Interest 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 Person: Date: 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. Non-Collusion Certification 00 30 06 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Ocean Drive – Louisiana Ave. to Buford St. (Bond 2012) Project No. E12093 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: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Statement of Experience 00 45 16 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full -time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 9 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 10 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 11 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 12 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 13 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 14 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 15 Ocean Drive – Louisiana to Buford – Project No. E12093 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 00 45 16 - 16 Ocean Drive – Louisiana to Buford – Project No. E12093 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: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Agreement 00 52 23 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 03-23-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Ocean Drive – Louisiana Ave. to Buford St. (Bond 2012) Project No. E12093 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, TX 78401 2.02 The Owner’s Authorized Representative for this Project is: To Be Determined ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 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 570 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 Agreement 00 52 23 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 03-23-2015 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 $1,200.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,200.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 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. Agreement 00 52 23 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 03-23-2015 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 – INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 03-23-2015 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor’s safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 03-23-2015 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 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 ______________________________. Agreement 00 52 23 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 03-23-2015 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeffery Edmonds, P.E. Director of Capital Programs (Engineering) APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Performance Bond 00 61 13 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 07-03-2014 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business) : Mailing address (principal place of business) : Physical address (principal place of business) : Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business) : Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number) : Telephone (for notice of claim) : Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 REV. 07-03-2014 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business) : Mailing address (principal place of business) : Physical address (principal place of business) : Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business) : Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number : Telephone (main number) : Telephone (for notice of claim) : Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Payment Bond Form 00 61 16 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor’s Team. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor’s Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor’s Team’s operations; c. Damage to other adjacent land or areas; and General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor’s Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor’s safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor’s interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor’s cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR’s issuance of the OPT’s statement to Contractor regarding the subsurface or physical condition in question. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor’s safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor’s Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor’s Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor’s Team that was not created by the Contractor’s Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR’s notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 – BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor’s obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner’s consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR’s consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year’s Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor’s reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner’s exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor’s compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor’s Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor’s Team. E. Contractor’s duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor’s Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner’s safety program if required to do so in the Supplementary Conditions. A copy of the Owner’s safety program will be provided in the Bidding Documents. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor’s warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor’s warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor’s obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor’s performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY’S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR’S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR’S TEAM, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor’s Team or other individuals or entities under workers’ compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor’s counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor’s design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer’s review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer’s review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor’s Work. This other work may be performed by Owner’s employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor’s Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor’s Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner’s responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner’s responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT’s Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer’s approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor’s supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor’s agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor’s submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor’s employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers’ compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers’ field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor’s Cost of the Work and fee are determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor’s fee. 2. Office expenses other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor’s Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor’s fee. 6. Any Indemnified Cost paid with regard to Contractor’s indemnification of Owner’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor’s safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner’s special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT’s evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT’s observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor’s intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner’s right to stop the Work does not create a duty to exercise this right for the benefit of Contractor’s Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days’ notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor’s services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner’s rights and remedies under this Paragraph 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor’s conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor’s failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor’s Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor’s failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor’s notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner’s use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor’s coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner’s assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner’s use or occupancy of the Work; 3. Contractor’s obligations for operations and maintenance during performance and acceptance testing; 4. Contractor’s access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT’s reasons for not recommending final payment. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR’s recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor’s failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor’s continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor’s creditors, or e. A receiver is appointed on account of Contractor’s insolvency; 5. Contractor’s disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor’s repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days’ notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days’ notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner’s Right to Audit Contractor’s Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor’s records only during regular business hours. Contractor agrees to allow Owner and/or Owner’s designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor’s Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor’s Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys’ fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney’s fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor’s Guarantee as Additional Remedy A. The Contractor’s guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Insurance Requirements 00 72 01 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 07-03-2014 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 – INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ☐ Required X Not Required Builder’s Risk (All Perils including Collapse ) Equal to Contract Price ☐ Required X Not Required Installation Floater Equal to Contract Price ☐ Required X Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 9 Ocean Drive – Louisiana to Buford – Project No. E12093 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 - 10 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Wage Rate Requirements 00 72 02 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis-Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 00 72 02 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 Wage Determination (WD) No Construction Type Project Type 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 9.05 Wage Rate Requirements 00 72 02 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 2.58 Laborers: Common......................$ 7.25 Utility.....................$ 7.68 Power equipment operators: Backhoe.....................$ 9.21 Motor Grader................$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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 Wage Rate Requirements 00 72 02 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling Wage Rate Requirements 00 72 02 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Wage Rate Requirements 00 72 02 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 General Decision Number: TX150040 07/31/2015 TX40 Superseded General Decision Number: TX20140040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 07/31/2015 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Flagger.....................$ 8.81 Laborer, Common.............$ 10.25 Laborer, Utility............$ 11.23 Pipelayer...................$ 11.17 Work Zone Barricade Servicer....................$ 11.51 Wage Rate Requirements 00 72 02 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 PAINTER (Structures).............$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.25 Asphalt Paving Machine......$ 13.44 Mechanic....................$ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough.........$ 16.85 TRUCK DRIVER Lowboy-Float................$ 16.62 Single Axle.................$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Wage Rate Requirements 00 72 02 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter Wage Rate Requirements 00 72 02 - 9 Ocean Drive – Louisiana to Buford – Project No. E12093 REV 06-12-2015 * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION END OF SECTION Minority / MBE / DBE Participation Policy 00 72 03 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Supplementary Conditions 00 73 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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. Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: “Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscape Architects qualified to practice their profession in the State of Texas.” B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Freese and Nichols, Inc. C. In all specifications, “Engineer” will be interchangeable with “Designer.” D. Paragraph 1.01.A.54 “Substantial Completion” is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Utilities (Water, Wastewater, and Storm Water, conduit) b. HMAC and concrete pavement for roadway, driveways, sidewalks c. Traffic signalization and flashing beacons d. Permanent striping and all lanes open to traffic e. Median landscaping and irrigation improvements 2. Only the following items not yet complete in accordance with the Contract Documents: a. Sodding, seeding for erosion control b. permanent signage 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: Supplementary Conditions 00 73 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 65 rain days have been set for this Project. An extension of time due to rain days will be considered only after 65 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: Subsurface Exploration, Pavement and Geotechnical Recommendations for the Proposed Ocean Drive (Bond 2012) (City of CC Project No. E12093), Buford Street to Louisiana Avenue, Corpus Christi, Texas, Rock Engineering and Testing Laboratory, Inc., May 3, 2013 – See Appendix A – Geotechnical Report 2) Subsurface Utility Engineering (S.U.E.) Reports include the following: S.U.E. along Ocean Drive (Buford Street to Louisiana Avenue), prepared by RVE, Inc., October 31, 2013 – See Appendix D – S.U.E. Report 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None Supplementary Conditions 00 73 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: “5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS 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 DIVISION 01 GENERAL REQUIREMENTS Summary of Work 01 11 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: Ocean Drive – Louisiana Ave. to Buford St. (Bond 2012) Project No. E12093 The proposed improvements include hot mix asphalt pavement, concrete curb and gutter, concrete header curb, concrete driveways, ADA compliant sidewalks and pedestrian facilities, slope stability improvements, water distribution, wastewater collection, and storm water drainage improvements. Additional work items included with the project are traffic signalization, pavement markings, signage, traffic control and sequencing, and MIS and street lighting foundations and conduit, and coordination with franchise utility owners and City Departments on existing utilities. 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. Ayers Street – Ocean to Alameda (Bond 2014, City Project # E13092) 2. Morgan Avenue – Ocean to Staples (Bond 2014, City Project #E13090) B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. Summary of Work 01 11 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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 locate and adjust and/or relocate the existing gas lines within the project limits. 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 Alternates and Allowances 01 23 10 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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: 1. Specified allowance 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 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 01 23 10 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 A. Bid Item B34 - Allowance for Unanticipated Street Improvements The sum of $100,000.00 to be used for the purchase of Unanticipated Street Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. B. Bid Item C35 – Allowance for Unanticipated Storm Water Improvements 1. The sum of $75,000.00 to be used for the purchase of Unanticipated Storm Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. C. Bid Item D40 – Allowance for Unanticipated Water Improvements Alternates and Allowances 01 23 10 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 1. The sum of $50,000.00 to be used for the purchase of Unanticipated Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. D. Bid Item E23 – Allowance for Unanticipated Wastewater Improvements 1. The sum of $10,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. E. Bid Item I8 – Allowance for Unanticipated Traffic Signalization Improvements 1. The sum of $35,000.00 to be used for the purchase of Unanticipated Traffic Signalization Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer’s facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 01 29 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor’s overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures 01 29 00 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures 01 29 00 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures 01 29 00 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures 01 29 00 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER’S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT’s reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR’s recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT’s review of Contractor’s Work for the purposes of recommending payments nor OAR’s recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures 01 29 00 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Measurement and Basis for Payment 01 29 01 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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 – Mobilization (Maximum of 5% of Total Contract Price): 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment and materials; 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; and f. Demobilization of all equipment, materials, offices, and storage facilities g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed and shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for completion of the work. Partial payments for the lump sum bid for mobilization will be authorized as shown below. The adjusted contract amount for construction items as used below is defined as the total contract amount less the lump sum bid for mobilization. a. When at least five percent (5%) of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, subject to usual retainage amount. b. Upon completion of all work under this contract and removal of all equipment and materials from the project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, subject to usual retainage amount. B. Bid Item A2 – Clear Right-Of-Way 1. Consists of clearing, grubbing, and stripping of all objectionable matter in accordance with specification section 021020 and removing old structures in accordance with specification section 021080 within the limits of construction, which may extend beyond the ROW in some areas of the project. A demolition and removal summary has been included in the construction drawings for the contractor’s information. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. C. Bid Item A3 – Ozone 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 shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item A4 – Survey Monument 1. Measurement and basis for payment shall be as described in SECTION 020100 and SECTION 00 30 01 BID FORM. E. Bid Item A5 – Traffic Control Advance Warning Signage 1. Consists of all required advance warning signage the contractor must install, maintain, and remove for the construction of improvements. The advance warning signage is shown in the construction drawings and the contractor must maintain all advance warning signage in accordance with the latest “Texas Manual on Uniform Traffic Control Devices” and the Barricade and Construction Standards. 2. For use during construction, the Contractor shall provide two (2) trailer mounted traffic message boards (3-line message) and two (2) trailer mounted traffic arrow boards The contractor will set-up, maintain, and utilize the message boards and arrow boards during construction as directed by the engineer. 3. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. F. Bid Item A6 – Temporary Traffic Controls Measurement and Basis for Payment 01 29 01 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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. G. Bid Item A12 – Storm Water Pollution Prevention Plan 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and the City and updating the plan during the project as needed. All permits and required fees related to the SWPPP will be included in this item. Payment will be made on the following basis: The initial pay application will include 50% of the lump sum bid price minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. H. Other Bid Items 1. Basis of measurement and payment shall be as described in the applicable specification sections, construction drawings, and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 00 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 00 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 00 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 00 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 00 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 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 – Nick Cecava , P.E. Freese and Nichols, Inc. 361-561-6500 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 -1610 or 816 -7284 816-6334 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) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Project Management and Coordination 01 31 00 - 9 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 Public Agencies/Contacts Phone Number 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 Coordination 01 31 13 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor’s organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor’s detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 13 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 31 13 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 01 31 13 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management 01 31 14 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT’s responsibility to prove the product is not equal. Change Management 01 31 14 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management 01 33 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 01 33 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data 022100 Select Material Record Data 022040 Geogrid 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 025416 Seal Coat Record Data 025418 Surface Treatment Record Data 025424 Hot Mix Asphaltic Concrete Pavement 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 Record Data 026214 Grouting Abandoned Utility Lines Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves and Valves Record Data 026411 Gate Valves for Waterlines Record Data 026416 Fire Hydrants Record Data 027200 Control of Wastewater Flows – Bypass Pumping Systems Shop Drawing 027202 Manholes Shop Drawing 027205 Fiberglass Manholes Shop Drawing 027402 Reinforced Concrete Pipe Culverts Record Data 027404 Concrete Box Culverts Shop Drawing 027602 Gravity Wastewater Lines Record Data 027611 Cleaning and Televised Inspection of Conduits Record Data 030020 Portland Cement Concrete Record Data 055420 Frames, Grates, Rings, and Covers Record Data 028061 Landscaping Record Data 028100 Irrigation Systems Shop Drawing O&M Manual 028680 Colored Concrete Pavement Record Data 31 35 19.16 Erosion Control for Protection of Stable Soil Slopes Record Data 34 41 XX Traffic Signalization and all Components Record Data Item D38 Water Meter Vault at Cole Park Shop Drawing Items G1,G2,G3 Street Lighting Improvements - Conduit, Foundations, Pull Boxes Record Data Item H6 Pedestrian Rail Shop Drawing Item C21 Junction Box (Type A) Shop Drawing Items B30, B31, B32, B33 Street Sign Assembly and Proofs Record Data Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register Ocean Drive – Louisiana to Buford – Project No. E12093 01 33 01-1 07-03-2014 Shop Drawings 01 33 02 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description REFER TO SECTION 01 33 01 – SUBMITTAL REGISTER FOR THE REQUIRED SHOP DRAWING SUBMITTALS 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. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. Shop Drawings 01 33 02 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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. 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. Shop Drawings 01 33 02 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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. 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. Shop Drawings 01 33 02 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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. 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. Shop Drawings 01 33 02 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on 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. Shop Drawings 01 33 02 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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. 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. Shop Drawings 01 33 02 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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. 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 Shop Drawings 01 33 02 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 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 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 Shop Drawings 01 33 02 - 9 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 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. Shop Drawings 01 33 02 - 10 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer’s review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Contractor Record Drawings and redline markups 01 33 01 REFER TO SECTION 01 33 01 SUBMITTAL REGISTER FOR LIST OF ALL RECORD DATA TO BE SUBMITTED B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data 01 33 03 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 01 33 03 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER’S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data 01 33 03 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of “Filed as Received” and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked “Rejected” and “Submit Shop Drawing.” No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked “Rejected” and “Revise and Resubmit.” Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked “Rejected” and “Cancel - Not Required.” No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 01 33 04 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 01 33 04 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 33 05 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Sequencing Plan and construction 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, 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 01 35 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Hospital, Marina Del Sol, Emerald Beach Hotel and all other properties Varies Contractor must coordinate with each business and property N/A Existing MIS Conduit Existing MIS must remain and be maintained in operation during construction N/A N/A B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR’S RESPONSIBILITIES A. Review the OPT’s Quality Management Program and prepare and submit the Contractor’s Quality Control Plan. B. Implement the Contractor’s Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT’s use in performing inspections and testing; Quality Management 01 40 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT’s Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor’s Quality Control Plan, the OPT’s Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor’s Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor’s Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 01 40 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; 4. Constitute or imply OPT’s acceptance; and 5. Affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. D. Work is subject to OPT’s quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR’S USE OF OPT’S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT’s anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT’s quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor’s Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT’s quality assurance testing program deviates significantly from the OPT’s Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management 01 40 00 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 01 40 00 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor’s Quality Control Plan. Do not begin Work until the Contractor’s Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 01 40 00 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor’s Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor’s Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor’s Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor’s Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor’s Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor’s Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor’s Quality Control Plan or quality control personnel. Quality Management 01 40 00 - 7 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 E. Meet with the OPT 7 days after Contractor’s Quality Control Plan is submitted and before start of construction to discuss the Contractor’s Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 50 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 50 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 50 00 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Controls 01 57 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled “STORM WATER QUALITY MANAGEMENT PLANS” and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 57 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls 01 57 00 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than “well pointing” to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls 01 57 00 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. 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 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. 1.13 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 01 57 00 - 6 Ocean Drive – Louisiana to Buford – Project No. E12093 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 Execution and Closeout Requirements 01 70 00 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements 01 70 00 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 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 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 01 70 00 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 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 PART S STANDARD SPECIFICATIONS 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: 2¼" diameter brass disk with 3½" 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, 3½ 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 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. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete 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 4 of 4 Rev. 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing 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 ½ inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's 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 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 ½ 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 60º F and falling, but it may be applied when the air temperature is above 50º F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev. 10-30-2014 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 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 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60ºF and falling, but may be applied when the air temperature is above 50ºF and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", whichever is called for on the plans. (2) Aggregate. Single Course - The aggregate used shall be Type PA (pre-coated aggregate), Grade 5 (1/2” maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course - The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8” maximum size) aggregate will be required for the first course, and Grade 5 (1/2” maximum size) aggregate will be required for the second and third (surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025416 Page 1 of 2 Rev. 3-25-2015 Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be obtained, the surface shall be flat-rolled with a roller having a gross weight of not less than four (4) tons and not more than ten (10) tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule or as directed by the Engineer. Gallons of Asphalt Aggregate Per Square Yard Cu.Yd. to Sq.Yd. Min. Max. Min. Max. Asphalt Cement .. .................... 0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The temperature of application shall be within the limits recommended in City Standard Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise indicated in the Bid Form, seal coat will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 025416 Page 2 of 2 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 P E pre-coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One-Course: Grade 4 Two-Course: Grade 4 – 2nd course (top) Grade 3 – 1st course (bottom) Three-Course: 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 60º F and is falling, but it may be applied when the air temperature is above 50º 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 may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job-mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications, and when properly placed the job-mix will be durable 025424 Page 2 of 8 Rev. 3-25-2015 and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of 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 B C D Course Base Fine Base Course Surface 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 Page 3 of 8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex-200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Storage System. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600-foot section shall not exceed ninety inches per mile per traffic lane. For each 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor’s expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor’s expense, or such pavement may, at the City’s discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev. 3-25-2015 SECTION 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 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 “Portland Cement Concrete” of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 “Reinforcing Steel” of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel . . . . . S < 1:12 Side slope of ramp (flare) . . . . . S < 1:10 Cross slope . . . . . . . . . . . . . 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp . . . . . . S < 1:20 Driveways abutting tied sidewalks . . S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3-25-2015 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev. 3-25-2015 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 II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev. 3-25-2015 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”. (3) Coarse 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. TABLE 1 Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump Concrete Pavement (slipformed) 1.5 inches 1 inch 3 inches Concrete Pavement (formed) 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 “Portland Cement Concrete”. If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7-day or 28-day) or minimum compressive strength (7-day or 28-day) shown in Table 2. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural (Beam) Compressive Water-Cement Coarse Concrete Strength Strength Ratio Aggregate P* 450 psi (7 days) 3200 psi (7 days) 5.6 gal./sack No. 2 (1½") 570 psi (28 days) 4000 psi (28 days) 0.50 * 5% entrained air 8. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Re-tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 “Portland Cement Concrete”. 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 “Portland Cement Concrete”. 10. READY-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 “Portland Cement Concrete”. 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor’s expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic, unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Page 1 of 1 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 < 2º 80 feet (maximum) 24 inches Curve > 2º 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 spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev. 10-30-2014 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% Na 3 PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev. 10-30-2014 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) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. (8) Clean-Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, 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) TEXAS DEPARTMENT OF TRANSPORTATION 1 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 2 – 7 EFFECTIVE DATE: JANUARY 2010 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 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 3 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 4 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 5 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 6 – 7 EFFECTIVE DATE: JANUARY 2010 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: QX L S L sL() / 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 change in physical or optical properties when subjected to the requirements of Tex-846-B. The temperature will be 140°F with the marker in a vertical position. The SI of the pavement marker must not be less than 80% of its initial value after being subjected to the heat test. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 7 – 7 EFFECTIVE DATE: JANUARY 2010 F. Impact Test. The RPMs will be impact tested during the pre-qualification process. They will be impacted with a 20-lb. 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. DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 LAST REVIEWED: SEPTEMBER 2014 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. DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 LAST REVIEWED: SEPTEMBER 2014 B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler-Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 ASTM D 5 Viscosity, 135°C (275°F) Pa-s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: 45 μm (No. 325) 75 μm (No. 200) 150 μm (No. 100) 75 95 100 -- -- -- ASTM C 430, as modified in Section 6130.4. 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 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 LAST REVIEWED: SEPTEMBER 2014 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 60 lb.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self-releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer’s name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. 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 90º 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)½ or L = N D (P)½ 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = N D (P)½ 4,000 PVC Pipe - Uni-bell equation 99 L = N D (P)½ 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 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev. 10-30-2014 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place, per linear foot. 026204 Page 2 of 2 Rev. 10-30-2014 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" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 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 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, “Darafill” and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev. 10-30-2014 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev. 3-25-2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20-ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev. 3-25-2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, “Excavation and Backfill for Utilities” and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev. 3-25-2015 from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev. 3-25-2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, “Hydrostatic Testing of Pressure Systems”. (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, “Water Service Lines”. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev. 3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-½" & 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 1-½" 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 O-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 (2-½") 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 (2-½") National Standard thread (7-½ 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. l) 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 (5-¼") 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 026602 WASTEWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS 1. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufacturer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to make adjustments due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be immediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer, batch number, location of plant, ASTM/ANSI/AWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. 026602 Page 1 of 7 Rev. 10-30-2014 D. Bedding Sand for Encasement: Sand shall be as indicated on the drawings. E. Non-Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F. Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: When indicated in the drawings or Special Provisions, the interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining. 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0º F to 170º F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast-cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rejection. . 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. 7. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends, to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved 026602 Page 2 of 7 Rev. 10-30-2014 equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M, Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP-W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the "Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (NACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP-02-74 and American Society for Testing Materials (ASTM) Designation: G62- (latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining. Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered 026602 Page 3 of 7 Rev. 10-30-2014 lined area before patching. After removal of loose lining and dirt, the area to be patched shall be "scratched" or "gouged" to offer an anchor pattern for the epoxy. Include an overlap of 1" to 2" of roughened epoxy lining in the area to be epoxy coated. The roughening shall be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire brushing since these tend to make surface to be repaired too smooth. With the area to be sealed or repaired absolutely clean and suitably "roughened," apply a thick coat of two-part coal tar epoxy. The detailed mixing and application procedure for the epoxy shall follow the epoxy manufacturer's instructions. This heavy coat of epoxy shall be "worked" into the scratched surface by brushing. The Contractor shall maintain a supply of epoxy on the job site as required to seal cut ends and repair damaged pipe when encountered. Epoxy shall be of the type recommended or supplied by the pipe manufacturer. 13. Warranty: A five year warranty shall be furnished by the manufacturer on the serviceability of the lining. This warranty shall include, but not be limited to the statement, at any time up to the end of the fifth year from the date of pipe shipment: a. The lining shall not have disbound. b. The lining shall not have suffered any appreciable underfilm migration. c. The interior pipe metal, at points of pinholes or holidays, shall not have suffered detrimental deterioration. d. The lining shall have maintained its smooth surface characteristics. Contractor and/or manufacturer shall not make any exemption or exception to the above stated conditions or warranty within the limits as stated in this specification section. 14. Certification: The manufacturer shall furnish notarized certificates of compliance stating that the lining conforms to all requirements of these specifications. 4. CONSTRUCTION METHODS 4.1 HANDLING AND STORAGE OF 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 the materials have been incorporated in 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. 026602 Page 4 of 7 Rev. 10-30-2014 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 ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 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. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. 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. Force Mains shall be laid with no less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown on the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those 026602 Page 5 of 7 Rev. 10-30-2014 which occur 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 a 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. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre-Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. G. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. 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 test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. I. Restrained Joints and Fittings: Metal harness, tie rods and clamps or restrained fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. 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. 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN 026602 Page 6 of 7 Rev. 10-30-2014 See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, wastewater force mains will be measured by the linear foot along the centerline of pipe. Payment shall include, but not be limited to, trenching, dewatering, pipe, bedding, thrust blocks, fittings, restraints and backfill, and shall be full compensation for all labor, materials, equipment, tools and incidentals required to complete the work at the unit price bid. 026602 Page 7 of 7 Rev. 10-30-2014 SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor’s responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City-department and Regulatory requirements. 027200 Page 1 of 7 Rev. 10-30-2014 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non-emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev. 10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self-priming pumps that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre-approved manufacturers are Godwin or Rain-for-Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer’s review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt-fusion welded as per manufacturer’s recommendations. ii. Assembled and joined at site using couplings, flanges, or butt-fusion method to provide leak proof joint, as per manufacturer’s recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick-Disconnect Steel Galvanized Pipe and Heavy-Duty Flexible Hoses 027200 Page 3 of 7 Rev. 10-30-2014 i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick-disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O-rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30-degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24-hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev. 10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre-construction condition and restore pavement. 027200 Page 5 of 7 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. 027200 Page 6 of 7 Rev. 10-30-2014 BYPASS PUMPING PLAN FORM Date: ________ ______ Project Title: ________________________________________________________ No.: _________ Engineer: ____________________________ Contractor: _____________________________ Service Area: _________________________ Lift Station No. (if applicable):_________________ Start Date & Time: _____________________ Completion Date & Time: _________________ Sewer Line Size being Bypassed: _______________ Estimated Peak Flow: _____________________ Line Plugging Method & Locations: _______________________________________________________ Suction Manhole or Lift Station Number and Depth: __________________________________________ Discharge Manhole or Lift Station Number and Depth: ________________________________________ Maximum Surcharge Depth Allowed: ______________________________________________________ Bypass Forcemain Size, Material & Length: _________________________________________________ Pump Description: (Self-Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size:____________________________________ Diesel or Electric Total Number of Pumps/Standby Pumps: _____________________________________________ Total & Firm Capacity (GPM @ TDH): ______________________________________________ Vacuum Trucks (if required, number and capacity): ___________________________________________ Contractor Personnel Manning Bypass System (24 hours/day): Name: ______________________________ Phone: _________________________________ Name: ______________________________ Phone: _________________________________ Emergency Contacts: Name: ______________________________ Phone: _________________________________ Name: ______________________________ Phone: _________________________________ Additional Notes: _____________________________________________________________________________________ _____________________________________________________________________________________ Required Checklist: YES NO Schematic drawing providing details of proposed bypass pumping system, routing of bypass lines (using manhole numbers and/or lift station names as applicable), equipment location, and proposed sequencing. Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? Pumps: Self-priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? Contractor has confirmed no rain (less than ½-in) in the forecast? Prepared by: Reviewed by: _____________________________________ _____________________________________ Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev. 10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast-in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 “Fiberglass Manholes”. Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, 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 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer’s recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-“Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,” latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev. 3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class ‘A’ Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class ‘A’ in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1) psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev. 3-25-2015 grade adjustments. A maximum of 18” of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and “Darafill” admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev. 3-25-2015 insure the safety of the structure, but in no case shall de-watering be terminated sooner than seven (7) days after placing concrete. All de-watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18” of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev. 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 “Vacuum Testing of Wastewater Manholes and Structures”. 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev. 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing, backfill with cement-stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly, connections, cast iron frame and cover, adjustment to finish grade, concrete work, backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as “Extra Depth for Manhole (Wastewater)”. Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev. 3-25-2015 SECTION 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. 1½ pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 1½ pcs 1½ " x 3'-5" 21" 3.8 gals. 2 pcs 1½ " x 3'-5" 24" 6.2 gals. 2 pcs 1½ " x 3'-5" 30" 8.5 gals. 2½ pcs 1½ " x 3'-5" 36" 9.5 gals. 3 pcs 1¾" x 3'-5" 42" 12.0 gals. 3½ pcs 1¾" x 3'-5" 48" 15.0 gals. 4 pcs 1¾" x 3'-5" 54" 20.0 gals. 4½ pcs 1¾" x 3'-5" 60" 25.0 gals. 5 pcs 1¾" x 3'-5" 66" 30.0 gals. 5½ pcs 1¾" 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 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans, Class "C" concrete shall be used for cast-in- place boxes, conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures", except that Class "S" concrete will be required for top slabs of direct traffic cast- in-place boxes. Concrete for precast (machine-made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28-day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size (AOS) of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast-in-place 027404 Page 1 of 3 Rev. 10-30-2014 concrete box culverts and for precast (formed) boxes except where otherwise specified herein. Forms for precast (machine-made) boxes shall be made of steel. Forms for cast-in-place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar-tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine-made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine-made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1”). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast-in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev. 10-30-2014 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement-stabilized sand containing a minimum of 1½ sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures, the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor, materials, tools, equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev. 10-30-2014 027602 Page 1 of 6 Rev. 7-1-2015 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6” Gravity Sewer Pipe ASTM D3034 DR 26 8” Gravity Sewer Pipe ASTM D3034 DR 26 10” Gravity Sewer Pipe ASTM D3034 DR 26 12” Gravity Sewer Pipe ASTM D3034 DR 26 15” Gravity Sewer Pipe ASTM D3034 DR 26 18” Gravity Sewer Pipe ASTM F679 DR 26 24” Gravity Sewer Pipe ASTM F679 DR 26 30” Gravity Sewer Pipe ASTM F679 DR 26 36” Gravity Sewer Pipe ASTM F679 DR 26 PS115 42” Gravity Sewer Pipe ASTM F679 DR35 PS46 48” Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 2 of 6 Rev. 7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft. joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 3 of 6 Rev. 7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY-VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 4 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY-VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI-B-6 "Recommended Practice for Low- Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T = 0.00237D2L [Equation 1] Where: T = Minimum allowable time (seconds) for a pressure drop of one (1) psi gage pressure D = Nominal pipe diameter (inches) L = Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5) psi. The time required for a one (1) psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 5 of 6 Rev. 7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5% based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 6 of 6 Rev. 7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Form, de-watering shall not be measured for pay, but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City’s de-watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City’s facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form, this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev. 10-30-2014 SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way, from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co-mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4-inch diameter for residential and 6-inch diameter for commercial. Minimum slope for 4-inch pipes shall be 1/8 inch per foot (S=1%), and minimum slope for 6-inch pipes shall be 1/16 inch per foot (S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 "Excavation and Backfill for Utilities," and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form, wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev. 10-30-2014 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 3 of 8 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 diameter manhole material depth of manhole condition of ring / cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street / easement above invert penetrations 2.8 CCTV Set-up: 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 Street Name Tape Number Contractor Upstream MH # Downstream MH # Date Survey / Post / New Work Order # Pipe Size Material Project # c. Inspection Reports: inspection reports are to be from City-approved and software-generated formats on 8½” 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 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 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev. 3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev. 3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live 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: 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 finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and 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 SO 4. 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 2-½ In. 2 In. 1-½ 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)* 1-½ 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 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes ‘A’ and ‘C’, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump 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 4 inches 3 inches 5 inches 2.5 inches 5 inches 4 inches 6 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sacks Cement per C.Y. (min.) Minimum Compressive Strength (f'c) 28-Day(psi) Min. Beam Strength 7-Day (psi) Maximum Water-Cement Ratio (gal/sack) Coarse Aggregate 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 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching 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: Bar Size Number Nominal Diameter, In. Nominal Area, Sq. In. Weight per Linear Foot, 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: Gauge Number Equivalent Diameter, Inches Gauge Number Equivalent Diameter, Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru #8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)". 2. Preformed Non-Bituminous Fiber Material shall meet the requirements of ASTM Designation: 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, 77º F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, Oº F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200º F................................. None Water Content % by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158º 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 3½"). (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 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The 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 Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) 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 STRUCTURE UNIT DESCRIPTION WATER FOR CURING MEMBRANE FOR INTERIM CURING WATER FOR CURING MEMBRANE FOR INTERIM CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). Other superstructure concrete (wing walls, parapet walls, etc.) X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete structures, concrete riprap, etc. X* X* 4 All substructure concrete, culverts, box sewers, inlets, manholes, retaining walls X* X* *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 025802 Page 1 of 5 TECHNICAL SPECIFICATION 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, temporary signalization, temporary detours, temporary striping and markers, flaggers, 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. The Traffic Control Plan (TCP) will be provided to the contractor prior to construction. The contractor must provide an updated sequencing plan to the engineer for review 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. A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. 025802 Page 2 of 5 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 “Temporary Traffic Controls.” Example Blue Sign SPECIAL EVENTS The contractor will be required to accommodate certain special events that are scheduled to occur during the construction period. Some events shown below will be canceled or rescheduled due to construction activity, however, certain events will go on as scheduled. A detailed list of known special events is shown below: Events in Ocean Drive Project Area 2015-2017 Blue – McCaughan Park Yellow – Cole Park 2015 SEPTEMBER September 5 – ZERO Prostate Cancer – Water Gardens 6am – 11am September 5 – Be Bold and Glow Gold – 5pm – 10pm 025802 Page 3 of 5 September 11 – Patriot 5K – McCaughan Park- 6pm – 9pm September 12 – James A. Ragan Giddy Up Race – Cole Park 5:30am – 2pm September 19 – Conquer the Coast – Whataburger Field/Shoreline/Ocean Dr. 6am – 3pm September 26 – Blended in the Bend 5K – 6am – Noon – McCaughan Park OCTOBER Oct 3 – Heart Walk – Whataburger Field to Shoreline 6am – 11am Oct 3 – Glow & Go 5K Night Run – 6pm – 10pm Shoreline Oct 10 – Step Out Walk to Stop Diabetes – 6am – Noon Whataburger to Shoreline Oct 10 – Bark in the Park – Cole Park Amphitheater 2pm – 7pm Oct 10 –Roar to the Shore Memorial Ride– American Bank Center /Shoreline/Ocean Dr. 6pm – 8pm Oct 17 – Making Strides – Shoreline – 6am – Noon Oct 24 – Take Steps for Crohns & Colitis – Cole Park - 6am – 11am Oct 24 – Drug Free Rally – Cole Park – Noon – 5pm Oct 31 – Monster Mash Cup Cake Dash – Heritage Park to Shoreline – 6am - Noon NOVEMBER November 6 – 8 – Greek Festival (Water Street and Upper Broadway) November 7 – Mayor’s Fitness Council Kite Festival – McCaughan Park – 9am – 5pm November 14 – Harbor Half Marathon - Shoreline November 14 – Great Strides – Cole Park – 2pm – 8pm DECEMBER December 19 – Jingle Bell Run 5K – Cole Park – 6am – 11am December 31 – New Year’s Fireworks on Ocean 2016 February Feb 27 – Kid’s Get Fit – Cole Park – 6am – 11am March March 5 – Goodwill Spring Fun Run – Heritage Park/Cole Park – 6am – 11am (event will run through Cole Park) March 12 – Musical Miles – Cole Park – 6am – 11am March 26 – Arise-N-Run – First Baptist Church/Cole Park – 6am – 11am March 26/27 – Easter Sunrise Passion Play 4am – 11am (Practice on Saturday – 8am – 5pm) – Cole Park APRIL April 9 – Tour de Cure – Whataburger Field Shoreline/Ocean Drive– 6am – 2pm April 16 – Walk for Autism – Cole Park – 6am - Noon April 14-17 – Buc Days ProRodeo April 21 – May 1 – Buc Days Festival & Carnival – McCaughan Park April 23 – Buc Days Junior Parade – ends at McCaughan Park April 30 – Buc Days Illuminated Night Parade MAY May 11-14 – US Windsurfing Nationals – Oleander Point at Cole Park May 21 - Beach to Bay – McCaughan Park 8am – 1pm (Set Up will start on Thursday, May 19 and take down will be Monday May 23) May 28 – Rubber Duck Round Up – Cole Park – 6am – 4pm 025802 Page 4 of 5 JUNE June - Bay Jammin Concert/Cinema - Thursday 7:30pm – 9:30pm and Friday Evenings 7:30pm – 11pm June 19 – Go Skate Day – Cole Park Skate Park – 6am – 6pm June 24 – June 26 – Express Beach Soccer Fest – Friday (Set Up) 9am – Noon; Saturday and Sunday 6:30am – 8:30pm JULY July 4 – Big Bang Celebration – Old City Hall Park – Shoreline (Parade) Bay Jammin Concert/Cinema – Thursday 7:30pm – 9:30pm and Friday Evenings 7:30pm – 11pm AUGUST Bay Jammin Concert/Cinema - Thursday 7:30pm – 9:30pm and Friday Evenings 7:30pm – 11pm SEPTEMBER September 3 – ZERO Prostate Cancer – Water Gardens 6am – 11am September3 – Be Bold and Glow Gold – 5pm – 10pm – Whataburger Field September 11 – Patriot 5K – McCaughan Park- 6pm – 9pm September 17 – James A. Ragan Giddy Up Race – Cole Park 5:30am – 2pm September 24 – Conquer the Coast – Whataburger Field/Shoreline/Ocean Dr. 6am – 3pm September 24– Blended in the Bend 5K – 6am- Noon – McCaughan Park OCTOBER Oct 1– Heart Walk – Whataburger Field to Shoreline 6am – 11am Oct 1 – Glow & Go 5K Night Run – 6pm – 10pm Shoreline Oct 8 – Step Out Walk to Stop Diabetes – 6am – Noon Whataburger to Shoreline Oct 8 – Bark in the Park – Cole Park Amphitheater 2pm – 7pm Oct 8 – Roar to the Shore Memorial Ride– American Bank Center /Shoreline/Ocean Dr. 6pm – 8pm Oct 15 – Making Strides – Shoreline – 6am – Noon Oct 22 – Take Steps for Crohns & Colitis – Cole Park - 6am – 11am Oct 22 – Drug Free Rally – Cole Park – Noon – 5pm Oct 29 – Monster Mash Cup Cake Dash – Heritage Park to Shoreline – 6am - Noon NOVEMBER November 11-13 – Greek Festival (Water Street and Upper Broadway) November 12 – Mayor’s Fitness Council Kite Festival – McCaughan Park – 9am – 5pm November 19 – Harbor Half Marathon – Starts at Whataburger Field November 19 – Great Strides – Cole Park – 2pm – 8pm DECEMBER December 3 – Harbor Lights – Shoreline 8am – 10pm December 24 – Jingle Bell Run 5K – Cole Park – 6am – 11am December 31 – New Year’s Fireworks on Ocean 2017 APRIL April 15 – Arise N Run - First Baptist Church/Cole Park – 6am – 11am April 16 – Easter Play at Cole Park April 20 – 23 – Buc Days ProRodeo April 27-May 7 – Buc Days Festival & Carnival – McCaughan Park 025802 Page 5 of 5 April 29 – Buc Days Junior Parade – ends at McCaughan Park MAY May 6 – Buc Days Illuminated Night Parade May 20 – Beach to Bay - McCaughan Park 8am – 1pm JUNE Bay Jammin – Thursday Night Concerts - June 1 – August 10, 2017 – Cole Park Bay Jammin – Friday Night Movies – June 2 – August 11, 2017 – Cole Park JULY July 4 – Fourth of July Fireworks Bay Jammin – Thursday Night Concerts – Cole Park Bay Jammin – Friday Night Movies – Cole Park AUGUST Bay Jammin – Thursday Night Concerts – Cole Park Bay Jammin – Friday Night Movies – Cole Park SEPTEMBER September 9 – James Ragan “Giddy Up” – Cole Park September 16 – Conquer the Coast – Whataburger Field/Shoreline/Ocean OCTOBER October 8 – Bark in the Park – Cole Park DECEMBER December 31 – New Year’s Fireworks on Ocean 4. MEASUREMENT AND PAYMENT Bid Item A6, “Temporary Traffic Controls” will be used to cover all related costs to traffic control on this project. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non- removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 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 amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. Revision -028061 Page 1 of 11 SECTION 028061 LANDSCAPING 1. GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Trees. 2. Shrubs. 3. Ground covers. 4. Palms & Relocating Florida Sabal Palms 5. Topsoil and soil amendments. 6. Fertilizers. 7. Topdressing 8. Stakes and guys. 9. Landscape edgings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. SECTION 021020 “SITE CLEARING AND STRIPPING” for protection of existing trees and planting, topsoil stripping and stockpiling, and site clearing. 2. SECTION 021040 “SITE GRADING” for excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the General Provisions. B. Product certificates signed by manufacturers certifying that their products comply with specified requirements. Revision -028061 Page 2 of 11 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. C. Planting schedule indicating anticipated dates and locations for each type of planting. D. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. B. Provide quality, size, genus, species, and variety of trees and shrubs indicated, complying with applicable requirements of ANSI Z60.1 "American Standard for Nursery Stock." C. Measurements: Measure trees and shrubs according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4-inch caliper size, and 12 inches above ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches tip-to-tip. Palms are measured from the top of the rootball to the bottom ‘Heart’ fronds. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Trees and Shrubs: Deliver freshly dug trees and palms. Do not prune before delivery, except as approved by Architect. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy natural shape. Provide protective covering during delivery. Do not drop trees and shrubs during delivery. C. Handle balled and burlapped stock by the root ball. Revision -028061 Page 3 of 11 D. Deliver trees, shrubs, ground covers, and plants after preparations for planting have been completed and install immediately. If planting is delayed more than 6 hours after delivery, set planting materials in shade, protect from weather and mechanical damage, and keep roots moist. 1. Do not remove container-grown stock from containers before time of planting. 2. Water root systems of trees and shrubs stored on site with a fine-mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.6 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect before planting. 1.7 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during with project manager/Landscape Architect for each type of plant material required. 1.8 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. B. Special Warranty: Warrant the following living planting materials for a period of one year after date of Substantial Completion, against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by Owner, abnormal weather conditions unusual for warranty period, or incidents that are beyond Contractor's control. 1. Trees/ Palms 2. Shrubs. 3. Ground covers. C. Remove and replace dead planting materials immediately unless required to plant in the succeeding planting season. Revision -028061 Page 4 of 11 D. Replace planting materials that are more than 25 percent dead or in an unhealthy condition at end of warranty period. Replace all palms that have not ‘pushed out’ new growth as determined by the Landscape Architect. E. A limit of one replacement of each plant material will be required, except for losses or replacements due to failure to comply with requirements. 1.9 TREE AND SHRUB MAINTENANCE (During Construction) A. Maintain trees and shrubs by pruning, cultivating, watering, weeding, fertilizing, restoring planting saucers, tightening and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray as required to keep trees and shrubs free of insects and disease. Maintain trees and shrubs until final acceptance from City. 1.10 GROUND COVER AND PLANT MAINTENANCE (During Construction) A. Maintain ground cover and plants by watering, weeding, fertilizing, and other operations as required to establish healthy, viable plantings until final acceptance from City. 2.0 PRODUCTS 2.1 TREE AND SHRUB MATERIAL A. General: Furnish nursery-grown trees and shrubs conforming to ANSI Z60.1, with healthy root systems. Provide well-shaped, fully-branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Grade: Provide trees and shrubs of sizes and grades conforming to ANSI Z60.1 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Engineer/Architect, with a proportionate increase in size of roots or balls. 2.2 MEDIUM TREES A. Medium Trees: Upright form, branched or pruned naturally in relationship to caliper and height. 1. Form: Multi trunk, clump, with 3 to 4 main trunks maximum. ‘Tree form’ B. Palms: Provide palms of grade “A” quality. A. Provide balled and burlapped Texas Sabal palms and Mexican Fan Palms. Revision -028061 Page 5 of 11 1. Container-grown trees will be acceptable in lieu of balled and burlapped trees subject to meeting ANSI Z60.1 limitations for container stock. 2.3 SHRUBS A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 2.4 GROUND COVERS AND PLANTS A. Provide ground covers and plants established and well rooted in removable containers and with not less than the minimum number and length of runners required by ANSI Z60.1 for the pot size indicated. 2.5 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 6.5 to 7.5 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. Topsoil shall be friable and brown in color. 1. Topsoil Source: Import topsoil from off-site sources. Obtain topsoil from naturally well-drained sites where topsoil occurs at least 4 inches deep; do not obtain from bogs or marshes. 2.6 SOIL AMENDMENTS A. Ironite: 40 lb. bags. B. Sand: Clean, washed, natural or manufactured sand, free of toxic materials. C. Gypsum soil amendment grade. D. Peat Humus or Compost: Finely divided or granular texture, with a pH range of 6 to 7.5, composed of partially decomposed moss peat, peat humus, or reed- sedge peat compost and decomposed organic material such as hay, leaves, twigs, bark, wood chip, grass clippings and manure. Manure should not be more than 20% of the volume. Acceptable supplier and product from New Earth ‘Enriched Bed Mix. E. Manure: Well-rotted, unleached stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. Revision -028061 Page 6 of 11 F. Herbicides: EPA registered and approved, of type recommended by manufacturer. G. Water: Potable. H. In lieu of site tilling the specified amendments contractor may provide a pre mixed landscape soil from ‘New Earth’ Enriched Bed Mix. Till 4” of specified soil to a 6”-8” depth. 2.7 FERTILIZER A. Slow-Release Fertilizer: Granular fertilizer consisting of 50 percent water- insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 16 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight. B. Fertilizer Tree Tablets: Agriform or approved equal. 2.8 MULCHES A. Cypress Mulch: Organic mulch, free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of the following: 1. Type: Fine ground cypress mulch, grade ‘A’. 2. Size Range: 2” maximum, 1” minimum. 3. Color: Uniform light brown color, acceptable to Landscape Architect 2.9 STAKES AND GUYS A. Guy Stakes: 6’ metal “T” post, painted green for Sea Grapes Trees and Duckbill for Florida Sabal & Mexican Fan Palms with Oasis palm tree anchoring systems (neutral color) with 3-4 loops and 1”-2” ratchet buckles, 11/8_-1/4” cable clamps with 3/*” x 6” Galvanized drop forge turnbuckles. B. Guy and Tie Wire: 1” Poly Chain (Sea Grapes) C. Flags: Standard surveyor's plastic flagging tape, white, 6 inches long. 2.10 MISCELLANEOUS MATERIALS A. Accent Boulders: Brown boulders to be limestone sizes as specified. Boulders to be white to cream in color with no sharp edges/points. Place boulders in a ‘Outcropping’ position. Sizes as noted on the landscape plan. Location to be Revision -028061 Page 7 of 11 approved by the Landscape Architect. 2.11 LANDSCAPE EDGINGS A. Edging: Aluminum edging, 4” x 1/8”, Green in color, install as per Manufacturer’s instructions. 3.0 EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, and secure Architect's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. Spray beds with ‘Round Up’ if weeds or grass exist. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For tree pits backfill material, mix planting soil before backfilling and stockpile at site. D. For planting beds at grade level, mix planting soil with the specified amendment on the surface of existing topsoil and mix thoroughly before planting. 1. Mix specified soil amendments prior to mixing fertilizer. 3.4 GROUND COVER AND PLANT BED PREPARATION A. Loosen sub grade of planting bed areas to a minimum depth of 4 inches. Revision -028061 Page 8 of 11 Remove stones larger than 1-1/2 inches in any dimension and sticks, roots, rubbish, and other extraneous materials. B. Spread planting soil mixture or amendments to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Place approximately ½ the thickness of planting soil mixture required. Work into top of loosened sub grade to create a transition layer and then place remainder of planting soil mixture. C. Till soil in beds to a minimum depth of 8 inches and mix with specified soil amendments and fertilizers. 3.5 EXCAVATION FOR TREES A. Pits: Excavate with vertical sides and with bottom of excavation slightly raised at center to assist drainage. Loosen hard subsoil in bottom of excavation. 1. Container-Grown Trees and small/accent Palms: Excavate 15" wider than root system, plus the following setting-layer depth: a. Setting Layer: Allow 6 inches of planting soil. C. Dispose of subsoil removed from landscape excavations. Do not mix with planting soil or use as backfill. Clean excavation soil may be used for watering saucer. D. Obstructions: Notify Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. E. Planting Beds: 1. Spray all areas with an approved herbicide. 2. Remove and dispose of existing grass, vegetation, and turf (if they exist) 3. Till subsurface soil to a depth of at least 2 inches. Spread 4” of ‘New Earth’ ‘Enriched Bed Mix’ and initial fertilizers tilling thoroughly into top 8 inches of soil. Trim high areas and fill in depressions. Till soil to a homogenous mixture of fine texture. Prior topdressing 4. Clean surface soil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 3.6 PLANTING TREES AND SHRUBS A. Set container-grown stock plumb and in center of pit or trench with top of ball raised above adjacent finish grades as indicated. 1. Carefully remove containers so as not to damage root balls. Revision -028061 Page 9 of 11 2. Place stock on setting layer of compacted planting soil. 3. Place backfill around ball in layers, tamping to settle backfill and eliminate voids and air pockets. When pit is approximately 1/2 backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing and tamping final layer of backfill. B. Set trees on a cushion of planting soil. Carefully work backfill around roots system. Plumb before backfilling, and maintain plumb while working backfill around roots and placing layers around roots. C. Dish and tamp top of backfill to form a 4-inch high mound around the rim of the pit. Do not cover top of root ball with backfill. 3.7 TREE GUYING AND STAKING A. Upright Staking and Tying: Stake all trees and palms. Refer to the landscape planting and guying details. B. Guying and Staking Sea Grapes: Guy and stake trees with a minimum of 3 “T” post 6’ length. Securely attach no fewer than 3 guys to post and attach flags to each 1” black Poly Chain. 3.8 PLANTING GROUND COVER AND PLANTS A. Space ground cover and plants as indicated. B. Dig holes large enough to allow spreading of roots, and backfill with planting soil. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. 3.9 TOPDRESSING A. All planting beds to be top-dressed 4” of cypress mulch. B. Mulch backfilled surfaces of pits, trenches, planted areas, and other areas indicated. 3.10 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by Revision -028061 Page 10 of 11 other contractors and trades, and trespassers. Maintain protection during installation. Treat, repair, or replace damaged landscape work as directed. 3.11 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.12 PLANTING SOIL AMENDMENTS A. Tree Pits & Planting Beds: Backfill ‘New Earth’ 4-Way Mix. 3.13 MAINTENANCE (During Construction) A. Tree maintenance: Maintain trees until completion and acceptance of the entire project. Maintenance shall include pruning, cultivating, weeding, watering, mowing and application of appropriate insecticides and fungicides necessary to maintain trees free of insects and disease. 1. Reset settled trees to proper grade and position. Restore mulching material which has blown away due to dryness or disturbed by maintenance operations, and remove dead material. 2. Correct defective work when deficiencies become apparent and weather and season permits. 3. Water trees within the first 24 hours of initial planting, and not less than twice per week until final acceptance. 4. Maintain all gravel and decomposed granite areas to be weed free. 3.14 ACCEPTANCE A. Planted areas will be approved by the Landscape Architect at substantial completion of all working operations and recommend beneficial acceptance upon completion of specified compliance with specifications and requirements. 1. Final acceptance is defined as the date on which the City officially accepts the project. 3.15 CLEANING 1. Perform cleaning during installation of the work and upon completion of the work. Remove all excess materials, soil, debris, and equipment from site. Repair damages resulting from planting operations. Revision -028061 Page 11 of 11 4.0 MEASUREMENTS AND PAYMENT Landscape described in the plans and specifications will be paid for on a lump sum basis wherein no measurement will be made. The lump sum price will be full compensation for furnishing and installing all equipment; shop drawings; providing all submittals and warranties, furnishing all labor, materials, tools, equipment; and incidentals necessary to complete work as described in this section and related other sections of these specifications and plans, as well as maintenance until final acceptance by the Owner. Irrigation System-028100 Page 1 of 11 SECTION 028100 IRRIGATION SYSTEMS 1. GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes valves, piping, sprinklers, specialties, accessories, controls, and wiring for drip irrigation systems. B. This Section includes valves, piping, sprinklers, specialties, accessories, controls, and wiring for drip and shrubbery irrigation systems. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. SECTION 028061 “LANDSCAPING” 2. SECTION 026204 “PVC PIPE FOR IRRIGATION – ASTM D2241” 1.3 DEFINITIONS A. Pipe sizes used in this Section are nominal pipe size (NPS) in inches. Tube sizes are Standard size in inches. B. Supply Piping: Piping from water source to connection to irrigation system pressure piping. Piping is under same pressure as water supply. Piping in this category is not included in this Section. C. Pressure Piping: Piping downstream from supply piping to and including control valves. Piping is under irrigation system pressure. Piping in this category includes pressure regulators, water meters, and backflow preventers, when used. D. Circuit Piping: Piping downstream from control valves to irrigation system sprinklers, drip, and devices. Piping is under pressure (less than pressure piping) during flow. E. Control Valve: Manual or automatic (electrically operated) valve for control water flow to irrigation system zone. Irrigation System-028100 Page 2 of 11 1.4 SYSTEM PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Devices: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. B. Minimum Water Coverage: Not less than: 1. Planting Areas: 100 percent. C. Components and Installation: Capable of producing piping systems with the following minimum working pressure ratings except where indicated otherwise. 1. Pressure Piping: 150 psig. 1.5 SUBMITTALS A. General: Submit the following according to the General Provisions. B. Product data including pressure rating, rated capacity & settings, for the following: 1. Backflow preventers, 2. Valves, including general-duty, underground, automatic control, and quick-coupler types, and valve boxes. 3. Sprinklers, subsurface drip, spray heads, and devices. 4. Controls, including controller wiring diagrams. C. Submit written manufacturers standard operating and maintenance instructions, upon irrigation systems acceptance. D. Submit reproducible irrigation system record drawings (as built). 1.6 QUALITY ASSURANCE A. Comply with requirements of utility supplying water for prevention of backflow and backsiphonage. B. Comply with requirements of authority with jurisdiction for irrigation systems. C. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Irrigation System-028100 Page 3 of 11 1.7 PROJECT CONDITIONS A. Perform site survey, research city utility records, and verify existing utility locations. Verify that irrigation system piping may be installed in compliance with original design and referenced standards. B. Irrigation system layout is diagrammatic. Exact locations of piping, sprinkler heads, valves, and other components shall be established by Contractor in the field at time of installation and approved by the Project Engineer and the Landscape Architect. C. Protect existing or newly installed work, trees, shrubs, beds, and other features designated to remain as part of the final landscape work. Promptly repair damage caused by irrigation system work. Cost of repairs is contractor’s expense. D. Promptly notify Landscape Architect of unexpected subsurface conditions. E. Coordinate irrigation system work with landscape work specified in SECTION 028061 “LANDSCAPING”. 2. PRODUCTS 2.1 MANUFACTURERS A . Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Irrigation Meters: a. Five (5) irrigation meters refer to irrigation legend. 2. Backflow Preventers: a. Five Febco Model 860, Reduced Pressure Assembly 1” & 1 1/2". 3. Automatic Control Valves: a. Hunter ICV Series, 1” & 1 ½” with decoders. 4. Control Valve Boxes: a. Ametek by Plymouth Products Div., 10” & 24” Jumbo Boxes. Irrigation System-028100 Page 4 of 11 b. All valve boxes to have green lids. 5. Quick Couplers: a. Hunter or Nelson. 1” 6. Bubblers: a. Hunter bubbler PCN, 1.06 GPM b. Install 6” Pop-up with swing joints 7. Subsurface Drip: a. Rainbird Subsurface drip XFS .09 GPH. 8. Controllers: (5) Baseline Irrigation Controllers: a. Baseline, BL-1000 Series (1000P-WF) 2.2 PIPES A. Polyvinyl chloride pipe: ASTM D2241,rigid, unplasticized PVC, extruded from virgin parent material. Provide pipe homogenous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents. 1. 3” diameter and under: SDR 21, Class 200. 2.3 PIPE AND TUBE FITTINGS A. PVC pipe fittings: ASTM D2241 schedule 40 PVC molded fittings suitable for solvent weld, slip joint ring tight seal, or screwed connections. 1. Size slip fitting socket taper to permit a dry unsoftened pipe end to be inserted no more than halfway into the socket. 2. Schedule 80 PVC pipe may be threaded. B. Insert fittings: ASTM D2466 insert type fittings. 1. Saddle and cross fittings not permitted. 2.4 BACKFLOW PREVENTERS A. Reduced Pressure Assembly: FEBCO Model 860, 1” & 1 ½”. Irrigation System-028100 Page 5 of 11 2.5 CONTROL VALVES A. Description: Manufacturer's standard control valves for circuits, of type and size indicated: 2.6 QUICK COUPLER VALVE 1. Nelson - 1" with (4) keys and swivel 2.7 VALVE BOXES A. Control Valve Boxes: Tapered enclosure of rigid plastic material comprised of fibrous components chemically inert and unaffected by moisture corrosion and temperature changes. 1. 10” deep x 13” diameter base dimension and Jumbo 18” x 24” for drip. 2. Drainage Backfill: Cleaned gravel, graded from 3 inches maximum to ¾” minimum. 3. All valve boxes that land in planting beds to have green lids. 2.8 SUBSURFACE DRIP A. Rainbird XFS Subsurface Drip 1. Flow rate: .09 GPH 2. Emitters Spacing: 12" 3. Filter 4. Pressure Regulator 5. Air Vent 6. Check Valve 7. Flush Cap 2.10 AUTOMATIC CONTROL SYSTEM A. Baseline Controllers a. Baseline Bl-1000 Series, (1000P-WF) 2.11 ELECTRICAL CONTROL A. Electrical Control Wire: Two-Wire system 2.12 ACCESSORIES A. Backfill: Clean soil free of stones larger than 2” diameter, foreign matter, organic material, and debris. Suitable excavated materials removed to Irrigation System-028100 Page 6 of 11 accommodate the irrigation system work may be used as fill material subject to the Landscape Architect review and acceptance. B. Clamps: Stainless steel, worm gear hose clamps. 3. EXECUTION 3.1 EXAMINATION A. Investigate and determine available water supply water pressure and flow characteristics. B. Examine final grades and installation conditions. Do not start irrigation system work until satisfactory conditions are corrected. 3.2 PREPARATION A. Set flags to identify proposed sprinkler locations. Obtain the Project Engineer and the Landscape Architect’s approval before excavation. 3.3 EARTHWORK A. Excavation, trenching, and backfilling. 3.4 PAVING WORK A. Install piping in sleeve under drives & walks. Refer to irrigation plan. 1. Install piping sleeves prior to construction of new pavement. 3.5 PIPING INSTALLATION A. Excavation and backfilling: Excavation shall include all materials encountered, except materials that cannot be excavated by normal mechanical means. Excavate trenches of sufficient depth and width to permit proper handling and installation of pipe and fittings. If the pulling method is used, the pipe “plow” shall be a vibratory type. Starting and finishing holes for pipe pulling shall not exceed a 1’-0” by 3’-0” opening. 1. Fill to match adjacent grade elevations with approved earth fill material. Place and compact fill layers not greater than 8” depth. Provide approved earth fill, sand, excavated, or topsoil fill material free of debris and rocks larger than 1” in any dimension. 2. Install irrigation mains with a minimum cover of 15” based on finished grades. Install irrigation laterals with a minimum cover of 12” based on finished grades. Irrigation System-028100 Page 7 of 11 3. Excavate trenches and install piping and fill during the same working day. Do not leave open trenches or partially filled trenches open overnight. B Plastic Pipe: 1. Install plastic pipe in accordance with manufacturer’s installation instruction. Provide for thermal expansion and contraction. Where piping is shown under paved areas which are adjacent to turf areas, install the piping in the turf areas. 2. Ensure square cuts. Remove burrs and shavings at cut ends prior to installation. 3. Make plastic to plastic joints with solvent weld joints or slip seal joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer’s instructions. Contractor shall make arrangements with pipe manufacturer for all necessary field assistance. 4. Make plastic to metal joints with plastic male adapters. 5. Make solvent weld joints in accordance with manufacturer’s recommendations. 6. Allow joints to set at least 24 hours before pressure is applied to the system 7. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable methods when pipe installation is not in progress. C. Sprinklers/bubblers, fittings, valves and accessories. 1. Install fittings, valves, sprinkler heads and accessories per manufacturer’s instructions. 2. Set bubbler heads perpendicular to finished grades. 3. Install 6” pop-up spray heads with swing joints for all bubblers. 4. Obtain Landscape Architect’s review and acceptance of height for proposed sprinkler heads and valves prior to installation. 5. Locate sprinkler bubbler heads to assure proper coverage and adequate water. Install within the tree well. Refer to irrigation detail. 6. Install sprinkler/bubbler heads with Hunters manufacturer’s swing joint. 7. Install quick-coupling valves with an adjustable double swing joint riser. 8. Install backflow prevention valve, fittings, and accessories as required to complete the system. Location shall be approved by the Landscape Architects and Parks & Recreation Department. 9. Install controller with pedestal. a. Contractor responsible for all trenching, to include trenching to the power source, laying conduit, pulling wire, and electrical connection by the irrigation contractor. Irrigation System-028100 Page 8 of 11 D. Subsurface Drip Installation. 1. The drip line shall be installed at a uniform depth and width. 2. When possible, pressures test the system before covering trenches for leaks prior to planting. 3. Pre-irrigate areas to ensure that the soil is hydrated to field capacity before planting begins. E. Bubbler Nozzles 1. Bubbler nozzles to be installed on a 6” stationary spray head with swing joint. Refer to irrigation plan for spacing quantities and location of bubbler. F. Flushing, Testing and adjustment: 1. Flush and perform system testing upon completion of each section. Make necessary repairs and retest repaired sections as required. 2. Adjust drip after installation for proper and adequate flow of the water over the coverage pattern. Adjust for the proper flow. 3. Adjust all electric remote control valves flow control stems for system balance. 4. Test and demonstrate the controller by operating appropriate day, hour and station selection features as required to automatically start and shut down irrigation cycles. 3.6 VALVE INSTALLATION A. Valves: Install underground valves in valve boxes or pits. 1. Install in-ground control valves in a valve access box as indicated. 2. Install valve access boxes on a suitable base of gravel to provide a level foundation at proper grade and to provide drainage of the access box. 3. Seal threaded connections on pressure side of control valves with Teflon tape or approved plastic joint type compound. B. Control Valves: Install in valve control valve boxes, arranged for easy adjustment and removal. 3.7 BACKFLOW PREVENTER INSTALLATION A. Install reduced pressure Assembly. Install according to plumbing code and health department authorities with jurisdiction. Irrigation System-028100 Page 9 of 11 3.8 AUTOMATIC CONTROL SYSTEM INSTALLATION A. Install controllers according to manufacturer's written instructions and as indicated. B. Install free-standing controllers on concrete pads. Install as per Baseline installation instructions. C. Install control wire in same trench with piping. 3.9 CONNECTIONS A. Connect piping to subsurface drip, devices, valves, control valves, specialties, and accessories. B. Connect water supplies to irrigation systems. Include backflow preventers on potable water supplies. C. Electrical Connections: Connect to power source the controllers, and automatic control valves. Contractor must contact AEP to determine electrical point of connection prior to construction. All electrical connections from controller to electric valve to be installed in accordance with state law. 3.10 FIELD QUALITY CONTROL A. Testing: 1. Flush and perform system testing upon completion of each section. Make necessary repairs and retest repaired sections as required. 2. Repair leaks and defects with new materials and retest system or portion thereof until satisfactory results are obtained. 3. Adjust all electric remote control valves flow control stems for system balance. 4. Upon completion of the irrigation systems mainline shall be pressure tested for one hour. Pressure test mainline at 100 psi for one hour. Any leak resulting from the hydrostatic test shall be repaired and the system re- tested until system passes the test. Coordinate testing with the Landscape Architect for approval. 5. Test and demonstrate the controller by operating appropriate day, hour and station selection features as required to automatically start and shut down irrigation cycles. Irrigation System-028100 Page 10 of 11 3.11 CLEANING AND ADJUSTING A. Flush dirt and debris from piping before installing bubblers and other devices. B. Adjust automatic control valves to provide flow rate of rated operating pressure required for each sprinkler circuit. C. Carefully adjust bubblers so they will be flush with, or not more than ½ inch above, the topdressing after completion of landscape work. D. Adjust settings of controllers and automatic control valves. 3.12 DEMONSTRATION A. Demonstrate to Architect that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to City's maintenance personnel operation of equipment, bubblers, specialties, and accessories. Review operating and maintenance information. C. Provide 7 days' written notice in advance of demonstration. 3.13 DISPOSAL OF WASTE MATERIAL A. Stockpile and dispose of waste materials, including unsuitable excavated materials. Maintain site clear, clean and free of debris. 3.14 ACCEPTANCE A. Test and demonstrate to the Landscape Architect the satisfactory operation of the system free of leaks. Instruct the City’s designated personnel in the operation of the system, including adjustments of sprinklers, valves and controller. B. Upon acceptance the City will assume operation of the system. Acceptance is defined as the date on which the City officially accepts the project. Said date is also the point at which the one-year guarantee begins. 3.15 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all debris and equipment. Repair damage resulting from irrigation system installation. Irrigation System-028100 Page 11 of 11 4.0 MEASUREMENTS AND PAYMENT Irrigation Systems described in the plans and specifications will be paid for on a lump sum basis wherein no measurement will be made. The lump sum price will be full compensation for furnishing and installing all equipment; shop drawings; providing all submittals and warranties, furnishing all labor, materials, tools, equipment; and incidentals necessary to complete work as described in this section and related other sections of these specifications and plans, as well as maintenance until final acceptance by the Owner. Colored Concrete Pavement - 028680 Page 1 of 5 SECTION 028680 COLORED CONCRETE PAVEMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Integrally colored concrete pavement. 2. Colored concrete pavement. 1.2 SUBMITTALS A. Submit according to the General Provisions. B. Product Data: For each product indicated. C. Mix Designs: For each type of integrally-colored concrete mix required. D. Samples for Initial Selection: Manufacturer's color charts. E. Sample Panels: 2 by 2 feet to demonstrate finish, color, and texture of decorative cement concrete pavement. F. Qualification Data: For Installer and manufacturer specified in Quality Assurance Article, including names and addresses of completed projects, architects, and owners. G. Material Test Reports: From testing agency indicating compliance of concrete materials, reinforcing materials, admixtures, and similar items with requirements. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Trained or approved by Manufacturer of decorative concrete systems. B. Manufacturer's Qualifications: Three year's experience manufacturing products required. C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077. D. Source Limitations: Obtain products from same source throughout Project. Colored Concrete Pavement - 028680 Page 2 of 5 E. Field Samples: Locate at site and obtain approval before start of final work. Field samples shall be minimum 4 by 4 feet by full thickness. 1. Demonstrate range of finishes and workmanship, including curing procedures. 2. Approved field samples set quality standards for comparison with remaining work. 3. Approved field samples may become part of the completed Work if undisturbed at completion of Project. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packaging with labels intact. B. Store in clean, dry and protected location, according to manufacturer's requirements. 1.5 PROJECT CONDITIONS A. Environmental Requirements: Comply with requirements of Standard Specification Section 030020 “Portland Cement Concrete” and Standard Specification Section 038000 “Concrete Structures”. PART 2 - PRODUCTS 2.1 FORMS A. Comply with requirements of Standard Specification Section 038000 “Concrete Structures”. 2.2 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 032020 “Reinforcing Steel”. 2.3 COLOR MATERIALS A. Integral Concrete Colorant: ASTM C 979, factory-measured powdered mix in self- dissolving packaging, consisting of non-fading finely-ground synthetic mineral-oxide coloring pigments and water reducing wetting agent. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Color: To one of the Standards Colors. Landscape Architect & City of Corpus Christi will approve and select the color. Colored Concrete Pavement - 028680 Page 3 of 5 B. Integral Concrete Liquid Colorant: ASTM C 979, admixture for integrally coloring concrete, consisting of non-fading synthetic mineral-oxides coloring pigments suspended in a pH adjusted water-based solution, dispensed at the batch plant, or premeasured in pails for job-site addition. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Colors: As selected by Landscape Architect/City. 2.4 ADMIXTURES A. Comply with requirements of Standard Specification Section 030020 “Portland Cement Concrete” and Standard Specification Section 038000 “Concrete Structures”. B. Do not use calcium chloride or admixtures containing calcium chloride. 2.5 RELATED MATERIALS A. Comply with requirements of Standard Specification Section 030020 “Portland Cement Concrete” and Standard Specification Section 038000 “Concrete Structures” for expansion joint filler, bonding agents, etc. B. Bonding Agent: ASTM C 1059, Type II. 2.6 INTEGRAL CONCRETE MIXES A. Comply with Standard Specification Section 030020 “Portland Cement Concrete” for Class "A" concrete; Maximum Slump: 4 inches. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine subgrade and sub base for compliance with requirements. B. Do not proceed with decorative cement concrete pavement until unacceptable conditions are corrected. 3.2 FORMWORK A. Comply with requirements of Division 3 Section “Cast-in-Place Concrete”, Division 2 Section “Cement Concrete Pavement”, and Division 32 Section “Concrete Paving”. Colored Concrete Pavement - 028680 Page 4 of 5 3.3 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 038000 “Concrete Structures”. 3.4 CONCRETE PLACEMENT A. Comply with requirements of Standard Specification Section 038000 “Concrete Structures”. B. Do not add water once placing has begun. Do not retemper concrete that has started to set. C. Uniformly broadcast pigmented powder release agent to concrete surfaces at rate recommended by manufacturer and according to manufacturer's instructions. 3.5 FINISHING A. After final floating, apply a medium broom finish perpendicular to direction of traffic. 3.6 JOINTS A. Comply with requirements of Standard Specification Section 038000 “Concrete Structures” and details shown on the drawings. 3.7 CURING AND SEALING A. Protect decorative cement concrete pavement from prematurely drying and excessive cold or hot temperatures. B. Cure decorative cement concrete pavement according to manufacturer's instructions. C. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. 1. Do not over apply or apply in a single heavy coat. 3.8 REPAIRS AND PROTECTION A. Repair damaged decorative cement concrete pavement according to manufacturer's instructions. B. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. Colored Concrete Pavement - 028680 Page 5 of 5 C. Protect decorative cement concrete pavement from damage or deterioration until date of Substantial Completion. 3.9 FIELD QUALITY CONTROL A. Comply with requirements of Standard Specification Section 038000 “Concrete Structures”. 4.0 MEASUREMENT AND PAYMENT 4.1 A. All work performed and materials furnished in accordance with this item shall not be measured for pay and will be considered subsidiary to the applicable bid item. Erosion Control for Protection of Stable Soil Slopes 31 35 19.16 - 1 Ocean Drive – Louisiana to Buford – Project No. E12093 31 35 19.16 EROSION CONTROL FOR PROTECTION OF STABLE SOIL SLOPES 1.00 GENERAL 1.01 WORK INCLUDED A. Provide rolled erosion control product as a temporary erosion control blanket for newly constructed slope stabilization improvements to be seeded and vegetated. B. Furnish labor, materials, equipment and incidentals necessary to install erosion control blanket slope stabilization system. Use the ECB in erosion control applications under/over topsoil and hydromulched seed or sod along along cut or fill slopes as specified. The ECB shall be designed to allow passage of water while retaining in-situ soil and encouraging vegetative growth without clogging. 1.02 DEFINITIONS A. Minimum Average Roll Value (MARV): Property value calculated as typical minus two standard deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken during quality assurance testing will exceed value reported. B. Typical Roll Value: Property value calculated from average or mean obtained from test data. C. Rolled Erosion Control Product (RECP) – A temporary degradable or long-term non- degradable material manufactured or fabricated into rolls designed to reduce soil erosion and assist in the growth, establishment and protection of vegetation. D. Erosion Control Blanket (ECB) – A temporary, degradable RECP composed of processed natural or synthetic fibers mechanically, structurally or chemically bound together to form a continuous matrix. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Record Data. 2. Samples. 3. Certification: a. The Contractor shall provide the Engineer a certificate stating the name of the RECP manufacturer, product name, style, chemical compositions of filaments or yarns and other pertinent information to fully describe the geotextile. b. The Manufacturer is responsible for establishing and maintaining a quality control program to assure compliance with the requirements of the specification. Documentation describing the quality control program shall be made available upon request. c. The manufacturer’s certificate of analysis (COA) shall state that the furnished RECP meets MARV requirements of the specification as evaluated under the manufacturer’s quality control program. The Erosion Control for Protection of Stable Soil Slopes 31 35 19.16 - 2 Ocean Drive – Louisiana to Buford – Project No. E12093 certificate shall be attested to by a person having legal authority to bind the Manufacturer. 4. Manufacturing Quality Control (MQC) test results shall be provided upon request. 5. Independent Performance Test Results shall be provided by the manufacturer for the RECP prior to installation during the duration of the project as material is delivered to the jobsite. 1.04 DELIVERY, STORAGE, AND HANDLING A. RECP labeling, shipment and storage shall follow ASTM D 4873. B. Product labels shall clearly show the manufacturer or supplier name, style name, and roll number. C. Each shipping document shall include a notation certifying that the material is in accordance with the manufacturer’s certificate. D. Each RECP roll shall be wrapped with a material that will protect the geotextile from damage due to shipment, water, sunlight, and contaminants. E. The protective wrapping shall be maintained during periods of shipment and storage. F. During storage, RECP rolls shall be elevated off the ground and adequately covered to protect them from the following: Site construction damage, extended exposure to ultraviolet (UV) radiation, precipitation, chemicals that are strong acids or strong bases, flames, sparks, temperatures in excess of 71 deg C (160 deg F)m and any other environmental condition that might damage the RECP. 1.05 QUALITY ASSURANCE SAMPLING, TESTING, AND ACCEPTANCE A. RECP shall be subject to sampling and testing to verify conformance with this specification. Sampling for testing shall be in accordance with ASTM D 4354. B. Acceptance shall be in accordance with ASTM D 4759 based on testing of either conformance samples obtained using Procedure A of ASTM D 4354, or based on manufacturer’s certifications and testing of quality control samples obtained using Procedure B of ASTM D 4354. C. Quality Assurance Sampling and Testing will be waived for ISO 9001:2000 Certified Manufacturing Facilities. Documentation of ISO 9001:2000 Certification shall be provided upon request. D. Design Criteria: 1. The geotextile fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properties in the following table. E. Packing and Identification Requirements: Provide the geotextile in rolls wrapped with protective covering to protect the geotextile from mud, dirt, dust, and debris. The geotextile shall be free of defects or flaws which significantly affect its physical properties. Label each roll of geotextile in the shipment with a number or symbol to identify that production run. Erosion Control for Protection of Stable Soil Slopes 31 35 19.16 - 3 Ocean Drive – Louisiana to Buford – Project No. E12093 F. Sampling and Compliance Requirements: A competent laboratory must be maintained by the producer of the geotextile at the point of manufacture to insure quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturer’s certificate upon request to the Engineer prior to shipment. The certificate shall include: 1. Name of manufacturer. 2. Chemical composition. 3. Product description. 4. Statement of compliance to specification requirements. 5. Signature of legally authorized official attesting to the information required. G. RECP shall be subject to sampling and testing to verify conformance with this specification. Sampling for testing shall be in accordance with ASTM D 4354. H. Acceptance shall be in accordance with ASTM D 4759 based on testing of either conformance samples obtained using Procedure A of ASTM D 4354, or based on manufacturer’s certifications and testing of quality control samples obtained using Procedure B of ASTM D 4354. I. Quality Assurance Sampling and Testing will be waived for ISO 9001:2000 Certified Manufacturing Facilities. Documentation of ISO 9001:2000 Certification shall be provided upon request. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Western Excelsior Corporation, 4609 E. Boonville-New Harmony Rd. Evansville, IN 47725 USA, Phone (866) 540-9810. 2.02 MATERIALS A. Use Western Excelsior Excel S-2 (Dyed Green) following manufacturer’s recommendations included and attached to this specification. 3.00 EXECUTION 3.01 INSTALLATION A. Install RECP at elevation and alignment indicated. B. Extend RECP 2 to 3 feet over crest of slope, secure into trench with anchoring devices, backfill, and compact with specified soil or as directed by Engineer. C. Unroll RECPs downslope, overlapping adjacent rolls minimum 3 – 6 in. Lay material loosely, maintaining direct contact with soil. Erosion Control for Protection of Stable Soil Slopes 31 35 19.16 - 4 Ocean Drive – Louisiana to Buford – Project No. E12093 D. Soil Filling and Seeding 1. Grade and compact area of ECB installation as shown on the plans. Subgrade shall be uniform and smooth without rocks, clods, or vegetation so that the ECB will have direct contact with the soil. 2. Prepare seedbed by placing 3.0 to 3.5 in of topsoil prior to ECB installation. 3. Keep seeded areas moist as necessary to establish vegetation. When watering seeded areas, use fine spray to avoid erosion of seeds or soil. If seedbed becomes crusted or eroded, re-work seedbed until smooth and re-seed as necessary to establish vegetation. 4. Apply 75% of the seed to the seedbed prior to ECB installation (below the ECB), and apply the other 25% of the seed after the ECB installation (above the ECB) prior to top soiling. 5. Spread and lightly rake 0.5 to 1.0 in of fine topsoil into ECB to completely fill its thickness. 6. When using lightweight power equipment to fill RECP, avoid sharp turns. Do not drive tracked or heavy equipment over RECP. 7. Smooth out soil by barely exposing top portion of RECP. Do not place excessive soil above material. 8. Broadcast additional seed or mulch above soil-filled mat and water. 9. Irrigate with Fine spray as necessary to establish growth but without eroding seed or soil. 10. Contractor’s maintenance, guarantee period, and acceptance per standard specification 028020. END OF SECTION "Bance ing 1a ure a Chad Lipscomb, PE (CO), CPESC Director, Technical Services Western Excelsior Corporation 4609 E. Boonville -New Harmony Rd. Evansville, IN 47725 (970) 682-4594 Direct (Voice/Text) chad@westernexcelsior.com Effective: 6/4/2013 RE: Certificate of Conformance: Excel S-2TM To Whom it May Concern: This letter is to certify that Western Excelsior manufactures the Rolled Erosion Control Product (RECP) marketed as EXCELS -2. Each blanket is subjected toWestern Excelsior's QualityAssurance Program and is manufactured to the specifications listed in document number WE_EXCEL_S2_SPEC. Further, Western Excelsior utilizes industry standardized test procedures to develop performance references for Excel S-2. Document numberWE_EXCEL_S2_PERF presents the industry standardized testing and results. Installation instructions are provided in document numbers WE_EXCEL_S2_SII and WE_EXCEL_S2_CII for hillslope and channel installations, respectively. A copy of document number WE_EXCEL_S2_SPEC is attached; all other documentation may be obtained by calling Western Excelsior Technical Services at 1-866-540-9810, at www.westernexcelsior.com or by email at wexcotech@westernexcelsior.com. Regards, /kA Chad M. Lipscomb, PE (CO), CPESC Director, Technical Services Western Excelsior Corporation Specifications QED ECA Member Western Excelsior manufactures a full line of Rolled Erosion Control Products (RECPs). Excel S-2 temporary Erosion Control Blanket is composed of a 100% machine produced High Altitude Rocky Mountain Aspen Excelsior matrix mechanically (stitch) bound on two inch centers between two photodegradable, synthetic nets. The excelsior matrix consists of curled, machine produced fibers with greater than eighty percent longer than six inches. The nominal weight of the product is 0.98 pounds per square yard. Excel S-2 blanket is available in natural color or dyed green and is recommended for use in channels or slopes requiring erosion protection for a period of up to fifteen months. Actual field longevity is dependent on soil and climatic conditions. Each roll of Excel S-2 is made in the USA and manufactured under Western Excelsior's Quality Assurance Program to ensure a continuous distribution of fibers and consistent thickness. Typical manufactured properites are provided in Table 1 and netting characteristics are provided in Table 2. Table 1- Specified Expected Values Tested Property Test Method Value Tensile Strength (MD) x (TD) ASTM D681 8 10.0 Ib/in (1.8 kN/m) x 7.5 Ib/in (1.3 kN/m) Elongation (MD) x (TD) ASTM D681 8 1 5% x 11 Mass Per Unit Area ASTM D6475 1 1 .5 oz/ydA2 (390 g/mA2) Thickness ASTM D6525 0.47 in (1 2 mm) Light Penetration ASTM D6567 28 % open Water Absorption ASTM D1 1 1 7 275 Table 2 - Netting Top Net Type Synthetic, Photodegradable Bottom Net Type Synthetic, Photodegradable Top Net Opening Dimensions 0.8 in (20 mm) x 1.0 in (25 mm) Bottom Net Opening Dimensions 0.8 in (20 mm) x 1.0 in (25 mm) Excel S-2 is available in multiple roll sizes ranging in width from 4.0 ft to 16.0 ft. and 45 ft to 600 ft in length. Standard roll sizes are 80 square yards, measuring 4.0 ft wide by 180.0 ft long or 8.0 ft wide by 90 ft long. Custom roll sizes are available upon request. Document # WE_EXCEL_S2_SPEC. This document has been developed to provide the characteristic properties of the product described. For questions, to request performance data or installation recommendations, contact Western Excelsior at 866-540-9810 or wexcotech@westernexcelsior.com. Updated 6/4/201 3. Specifications CCO) 1 ECA Member A variety of test methods are utilized to determine performance and conformance values for Rolled Erosion Control Products (RECPs). Information within this document is presented to provide conformance values and recommended design values. Test results obtained for the Excel 5-2 Temporary Erosion Control Blanket (ECB) and general design values are presented in Tables 1-4. For specific information detailing testing protocols, results and application of design values, refer to document number WE_EXCEL_PERF_GEN. Table 1 - Bench Scale Testing / NTPEP Test Method Condition Result A 2 in per hour 9.08 ASTM D7101 4 in per hour 10.27 Bench Scale Rainfall and Rainsplash Test N/A D > 3H:1 Sand Slope Test 6 in per hour 1 1 .49 ASTM D7207 Approved 0.5 in Bench Scale Shear Resistance Test 2.88 psf (1 38 PA) (1 2 mm) ASTM D7322 Bench Scale Vegetation Top Soil, Fescue, 21 297.79 % Establishment Test Day Incubation Table 2 - Texas Transportation Institute (TTI) Results Class Test Condition Result A < 3H:1 Clay Slope Test N/A B < 3H:1 Sand Slope Test N/A C > 3H:1 Clay Slope Test N/A D > 3H:1 Sand Slope Test N/A E 2 psf Partially Vegetated Channel Test Approved F 4 psf Partially Vegetated Channel Test Approved G 6 psf Partially Vegetated Channel Test N/A H 8 psf Partially Vegetated Channel Test N/A Table 3 - Recommended Design Values* Design Value Unvegetated Vegetated Typical RUSLE Cover Factor (C Factor)** 0.04 N/A Maximum Slope Gradient (RUSLE) 1 .5H : 1 V N/A Max Allowable Velocity (0.5 in (12mm) soil loss)*** 7.0 ft/s (2.1 m/s) N/A Max Allowable Shear Stress (0.5 in (12mm) soil loss)*** 2.0 psf (96 PA) N/A CFveg/CFTRM N/A N/A **C Factor value compliant with ASTM D6459. *** Shear Stress and Velocity values compliant with ASTM D6460. Table 4 - HEC -1 5 Resistance to Flow Values Design Value Unvegetated Manning's n @ Tauiower (0.5 psf (24 PA)) 0.040 Manning's n @ Taumid (1 .0 psf (48 PA)) 0.030 Manning's n @ Tauupper (2.0 psf (96 PA)) 0.030 'Recommended Design Values are based on results of standardized industry full-scale testing and may not be applicable for all field conditions. For most accurate computation of field performance, consult Excel Erosion Design (EED) at www.westernexcelsior.com. Document # WE_EXCEL_S2_PERF. This document has been developed to provide information regarding the bench scale and/or performance testing conducted on the Excel S-2 ECB. For questions or installation recommendations, contact Western Excelsior Technical Services Division at 866-540-9810 or wexcotech@westernexcelsior.com. Updated 6/4/201 3. \WESTERPI// Slope Installation Instructions EXCEL S-2` �ORtOV Step 1- Site Preparation Prepare site to design profile and grade. Remove debris, rocks, clods, etc.. Ground surface should be smooth prior to installation to ensure blanket remains in contact with slope. Step 2 - Seeding Seeding of site should be conducted to design requirements or to follow local or state seeding requirements as necessary. Stap 3 - Staple Selection At a minimum, 6 in. long by 1 in. crown, 11 gauge staples are to be used to secure the blanket to the ground surface. Installation in rocky, sandy or other loose soil may require longer staples. Step 4 - Excavate Anchor Trench and Secure Blanket Excavate a trench along the top of the slope to secure the upstream end of the blanket. The trench should nm along the length of the installation, be 6 in. wide and 6 in. deep. Staple blanket along bottom of trench, fill with compacted soli, overlap blanket towards toe of slope and secure with row of staples (shown in Figures A, E and F). Step 5 - Secure Body of Blanket Roll blanket down slope from anchor trench. Staple body of blanket following the pattem shown in Figure D. Leave end of blanket unstapled to allow for overlap shown in Figure B. Place downstream blanket underneath upstream blanket to form shingle pattern. Staple seam as shown in Figure E. Secure downstream blanket with stapling pattern shown in Figure D. Stapling pattern shown in Figure D reflects minimum staples to be used. More staples may be required to ensure blanket is sufficiently secured to resist mowers and foot traffic and to ensure blanket is in contact with soil surface over the entire area of blanket. Further, critical points require additional staples. Critical points are identified in Figure G. Step 6 - Continue Along Slope - Complete Installation Overlap adjacent blankets as shown in Figure C and repeat Step 5. Secure toe of slope using stapling pattern shown in Figure E. Secure edges of installation by stapling at 1.0' intervals along the terminal edge. * Drawings Not to Scale Figure B/ Figure E eft Blanket —2ft2ft2ft2ft. —4ft Blanket—A —2ft1 2ft- 2.5 ft 1ft —241.11ft x x x x X - Denotes Staple Location Figure D - Plan View Figure B - Profile View Blanket 3 Blanket 1 rALt1t1``",1% Ground Surface Figure C - Cross Section View eft Blanket T T 1ft. Ift lft lft 1ft 1ft lft lft. X - Denotes Staple Location Figure E - Plan View Oft Blanket 1ft 14t 1ft lft X - Denotes Staple Location Product Application/Equivalency Specifications Excel S-2 is produced by Western Excelsior and consists of an extended teen Rolled Erosion Control Product (RECP) comprised of an excelsior matrix mechanically (stitch) bound between two, photodegradable synthetic nets (top and bottom). The expected longevity of Excel S-2 is approximately 24 months (actual longevity dependent on field and climatic conditions). Excel S-2 is manufactured to include physical properties sufficient to provide the intended longevity and performance. Product specifications may be found on document WE_EXCEL_S2_SPEC and performance information may be found on document WE_ EXCEL_ S2_ PERF. All documents are available from Western Excelsior Technical Support or www.westemexcelsior.com. Additional to above, equivalent products to Excel S-2 must meet identical criteria as Excel S-2 as follows: 1. Consist of machine produced, weed and debris free excelsior bound between two, synthetic, photodegradable nets (top and bottom). 2. Sufficient tensile strength, thickness and coverage to maintain integrity during installation and ensure material performance. 3. Listing within AASHTO NTPEP database. 4. Meet ECTC specification for category 2D product. Figure F - Profile View Critical Point Critical Point Terminal End Ground Surface Figure G - Critical Point Securing Ground Surface Document # WE EXCEL_S2_SII * Drawings Not to Scale — Fiaure F Figure B/ b Figure E Figure C Figure C , , Blnket 1 ; % , , e ,. -- / > > ^ WESTER ' Channel Installation `•t 'vS* Instructions EXCEL R-2'M e,slV LS Step 1- Site Preparation Prepare site to design profile and grade. Remove,% debris, rocks, clods, etc.. Ground surface should be smooth prior to installation to ensure blanket remains in contact with slope. Step 2 - Seeding Seeding of site should be conducted to design requirements or to follow local or state seeding requirements as necessary. Stap 3 - Staple Selection At a minimum, 6 in. long by 1 M. crown, 11 gauge staples are to be used to secure the blanket to the ground surface. Installation in rocky, sandy or other loose soil may require longer staples. Step 4 - Excavate Anchor Trench and Secure Blanket Excavate a trench along the top of the channel side slopes and the upstream terminal end of the channel to secure the edges of the blanket. The trench should run along the length and width of the installation, be 6 in. wide and 6 in. deep. Staple blanket along bottom of trench, fill with compacted soli, overlap blanket towards toe of slope and secure with row of staples (shown in Figures A, E and F). Step 5 - Secure Body of Blanket Roll blanket down slope from anchor trench. Staple body of blanket following the pattern shown in Figure D. Leave end of blanket unstapled to allow for overlap shown in Figure B. Place downstream blanket underneath upstream blanket to form shingle pattern. Staple seam as shown in Figure E. Secure downstream blanket with stapling pattern shown in Figure D. Stapling pattern shown in Figure D reflects minimum staples to be used. More staples may be required to ensure blanket is sufficiently secured to resist mowers and foot traffic and to ensure blanket is in contact with soil surface over the entire arca of blanket. Further, critical points require additional staples. Critical points are identified in Figure G. Step 6 - Continue Along Slope - Complete Installation Overlap adjacent blankets as shown in Figure C and repeat Step 5. Secure toc of slope using stapling pattern shown in Figure E. Secure edges of installation by stapling at 1.0' intervals along the terminal edge. at —zft— 2Ft Oft Mank2ft 2ft —oft BlyYnt.--I Oft 2pt x x x is ft. ift —Aft ift x x x L3 ft. x x x x x x x x x x x x x Y x x x x x x x x x , , Blanket ` — ( / ` _ ~ ' ^‘ -,/ , ' ' , ' ,' — i .. Figure _ —X .. ' . X -Dentes Staple Location Figure D - Plan View Blanket �•°,• i' /•. • -• ' - -- ` ' • ' • _;., •, , ' . -' • —surface eft as T t t T 1,t. lft. lft lft. lfx lft lfc. X - Dentes Staple Location Figure A Flow `f` Blostast ..�,. Blanket 2 �� v" ....1:- 301n it 3.0 ....,:l...,:54- \ , ,;, 11 '`` ` 11-11=11. Blanket .. 11= :•; ' Gr°and Surface 1=11111 ^ 11— Figure B - Profile View Blanket 1 ;'•••'p'•'•C°•""•'•�" 1'"1�1�� `��1' 11�11110111r•15�11 :: Ground Surface Figure C - Cross Section Blanket2 ':,t - �. ;l Gi�".:UA1 (OV G11' -rA View Figure E - Plan View lft, lft If t. X- Denotes Staple Location In. 6A k j J� ,..• _„ ._ - / _ QI 6A In Product Application/Equivalency Specifications Excel R-2 is produced by Western Excelsior and consists of an extended term Rolled Erosion Control Product (RECP) comprised of an excelsior matrix mechanically (stitch) bound between two, photodegradable synthetic nets (top and bottom). The expected longevity of Excel R-2 is approximately 24 months (actual longevity dependent on field and climatic conditions). Excel R-2 is manufactured to include physical properties sufficient to provide the intended longevity and performance. Product specifications may be found on document WE_ EXCEL_ R2_ SPEC and performance information may be found on document WEEXCEL R2 PERF. All documents are available from Western Excelsior — Technical Support or www.westernexcelsior.com. Additional to above, equivalentproducts to Excel R-2 PP q must meet identical criteria as Excel R-2 as follows: 1. Consist of machine produced, weed and debris free excelsior bound between two, synthetic, photodegradable nets (top and bottom). 2. Sufficient tensile strength,Toc thickness and coverage to maintain integrity during installation and ensure material performance. 3. Listing within AASHTO NTPEP database. 4. Meet ECTC specification for category 2D product. Figure E g Figure F - Profile View Crest of Slope Crest of slope L., �� of slope 1-1 �� Figure G - Critical Point Securing Document # WE_EXCEL_R2_CII Erosion Control for Protection of Stable Soil Slopes 31 35 19.16 - 5 Ocean Drive – Louisiana to Buford – Project No. E12093 APPENDIX A A1.00 MEASUREMENT AND PAYMENT A. ECB shall be measured for payment by the square yard in place. Measurement will be the nearest square yard. No allowance will be made for material in laps and seams and anchor trenches. Payment will be made at the contract unit price bid for “Temporary Erosion Control Blanket, Excel S-2”, which price and payment shall constitute full compensation for furnishing labor, material, equipment, and performing operations in connection with placing the geotextile as shown on the plans. No measurement of, or payment, will be included for securing pins, anchors, or other incidental costs, so other incidental costs shall be included in the contract unit price bid for “Erosion Control Blanket, (Western Excelsior Excel S-2) (Dyed Green)”. Neither measurement nor payment for will be made for damaged fabric due to the fault or negligence of the Contractor. END OF APPENDIX A 10 January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 SECTION 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART 1 GENERAL 1.1 Description A. This specification describes the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction, and to provide a consistent set of guidelines, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. B. This specification pertains to all phases of construction and modifications of new and/or existing traffic signals as shown on the project Drawings and required to complete the project. C. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 01 55 26.13 TRAFFIC CONTROL 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturer’s Association (NEMA) B. National Electric Safety Council (NESC) C. Underwriter’s Laboratories (UL) D. Electric Industries Association (EIA) E. National Electric Code (NEC) F. Illumination Engineer’s Society (IES) G. American Society for Testing and Materials (ASTM) H. American Association of State Highway and Transportation Officials (AASHTO) I. Institute of Transportation Engineers (ITE) J. Manual of Uniform Traffic Control Devices (MUTCD) K. Texas Manual on Uniform Traffic Control Devices (TMUTCD) L. Local Codes and Ordinances M. State Codes and Regulations N. Federal Codes and Regulations O. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT B. Material List 1. The Contractor shall submit two (2) legible copies of a complete material list for approval which shall conform to these specifications. 2. The list shall state all relevant information regarding materials and equipment to allow the Owner to procure exact replacements of any items supplied on the project. 3. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. 4. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. 5. The materials from catalog cuts shall be clearly indicated by the Contractor. 6. Any material designation used in the contract documents shall be so noted on the material list. 7. If requested, the Contractor shall submit shop drawings for review and approval. C. Equipment: Submittals shall be legible and provided for the following equipment: 1. Pull Boxes & Lids January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 2. Pedestrian Signals 3. Traffic Signal Heads 4. LED Lamps (Light Emitting Diodes) 5. Backplates 6. Battery Back-Up System (BBS) 7. Signal Mountings Hardware 8. Video Image Vehicle Detection Systems (VIVDS) 9. Microwave Detection 10. Radar Detection 11. Malfunction Management Units (MMU) 12. Buss Interface Unit (BIU) 13. NEMA Load Switches 14. NEMA Controller and Cabinet 15. Wood Poles 16. Span Wire 17. Pedestrian Pushbuttons 18. Wire and Cable 19. Conduit and Fittings 20. Service Pedestal 21. AC Service Panel 22. Surge Arrestors 23. Breakers 24. Steel Pole & Arm 25. Sign Mounting Brackets 26. Internally Lighted Street Name Sign (ILSN) D. Approval 1. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. E. Rejection of Submittal 1. The Owner reserves the right to reject an incomplete or unclear material list or submittal. 1.5 Definitions The words defined in this section shall for the purpose of the specifications pertaining to traffic signals and controls have the meanings ascribed to them pertaining to traffic signals and controls. A. ASA – American Standards Association B. ASTM – American Society of Testing Materials C. AWS – American Welding Society D. AWG – American Wire Gauge E. Backplate – A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications F. Traffic Engineer – City Traffic Engineer responsible for all operations on streets & local highways within the municipality G. Construction Traffic Coordinator – The person in charge of construction barricading and barricade inspections H. Controller Assembly – The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet I. Controller – That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal J. AEP – American Electric Power K. Detector – A device for indicating, the passage or presence of vehicles or pedestrians L. FHWA – Federal Highway Administration M. Flasher – A device used to open and close signal circuits at a repetitive rate N. Flash Operation – This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits O. IMSA – International Municipal Signal Association P. ITE – Institute of Transportation Engineers January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 Q. Luminaries – The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries’ consist of a housing, lamp socket, reflector, and glass globe or refractor R. Manual Operation – The operation of a signal controller unit by means of a hand operated switch S. Mounting Assembly – The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole T. MUTCD – Manual on Uniform Traffic Control Devices U. NEC – National Electrical Code V. NESC – National Electrical Safety Code W. NEMA – National Electrical Manufacturer's Association X. Pedestrian Signal – A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations Y. Punch List – The list compiled by the Owner for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system Z. Phase – A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals AA. TxDOT – Texas Department of Transportation BB. Signal Face – An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the Drawings CC. Signal Indication – The illumination of a signal section or other device, or of a combination of sections of other devices at the same time DD. Signal Section – A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp EE. TMUTCD – Texas Manual on Uniform Traffic Control Devices FF. Traffic Design Engineer – Person in charge of Traffic Design for the City of Corpus Christi GG. Traffic Signal Superintendent – Person in charge of the City Traffic Signals Maintenance & Operations Shop HH. Traffic Signal Timing Specialist – Person in charge of the traffic signal coordinated systems & traffic signal timings II. UL – Underwriters Laboratories JJ. Vehicle – Any motor vehicle normally licensed for roadway use PART 2 PRODUCTS 2.1 General A. Materials 1. All materials shall conform to the requirements of the latest version of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), Institute of Transportation Engineers (ITE) requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. a. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Electrical Equipment 1. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. 2. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. C. Products and Materials 1. All shall be industrial grade unless otherwise noted on the Drawings or indicated by the Owner. January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 2.2 Pre-Approved Materials and Equipment A. Pre-Approved Materials and Equipment can be found within the City of Corpus Christi Product List – Traffic Department. B. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. 1. This list is in no way to be construed as an endorsement of any brand or product. C. The list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. D. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. E. The Contractor shall be allowed to substitute a reference to an item in the “pre-approved” list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. F. References shall be sufficiently complete for the Owner to judge which item is being proposed. G. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. 2.3 Changes to Approved Materials and Equipment A. Substitutions 1. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2. Proposed changes to the approved materials submittal shall be submitted in writing. 3. If requested, the Contractor shall submit samples of proposed materials for evaluation by the Owner. 2.4 Rejection of Materials and Equipment A. Installation of materials and equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the Owner, even if the non-approved material might otherwise have been approved had it been properly submitted. 2.5 Existing Equipment A. Equipment not reused in the new signal system shall be removed by the Contractor from the jobsite and dispose of any non-salvaged items and old wire in accordance with local, state, and federal regulations. B. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. C. Poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons that are deemed salvageable shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. 1. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. 2. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. 2.6 Damaged Equipment A. All existing and new equipment damaged or destroyed by improper care, handling, transport, or installation shall be replaced with new equipment at no cost to the Owner. B. The Contractor shall remove from the jobsite and dispose of any non-salvaged items and old wire. C. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 2.7 City Supplied Materials A. The City shall not supply nor lend out equipment on a contract-deduction as is or any other basis unless such arrangement is so stated in the Drawings or approved by the Traffic Design Engineer. PART 3 EXECUTION 3.1 General Information A. Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. a. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. 2. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. 3. Contractor is required to have one certified IMSA Level II Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be on the job-site at all times to supervise construction. a. Contractor shall provide to the Owner a copy of the individual’s certification prior to the start of work. 4. A pre-construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all materials, equipment and work specifications are understood. 5. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. B. Prior to beginning any work on any City traffic signal facility, the Contractor is required notify the Traffic Engineering Division and Traffic Signals Operations Department one (1) week in advance. 1. Under no circumstances will the City accept work done without this prior contact being made. C. The Contractor shall obtain all permits and inspections as required. 3.2 Installation A. Workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply 1. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Cable Splicing Policy 1. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. a. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. 2. 3. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. 4. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. 5. At no time shall any cable be permitted to be spliced in a pull box. 3.3 Utility Locations January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 A. Existing Traffic Utilities 1. Prior to working in and around a signalized intersection the Contractor is required to call the City Customer Call Center at least forty-eight (48) hours in advance before any digging, excavating and directional boring begins. 2. Note: Traffic Signals Operations is not on the One Call System, call directly to the City Call Center to request a line locate or the Traffic Signal Shop at 361-826-1610, after hours 361-815-1379. B. Existing Miscellaneous Utilities 1. The locations of utilities shown on the Drawings are approximate and not all utilities may be shown. 2. All involved utilities, tunnels, and storm drains may not be complete on the Drawings, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. C. Locating of Proposed Traffic Facilities 1. The Contractor shall locate poles, controllers, etc., as shown in Drawings. a. Slight (less than three feet (3’)) deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, create issues for ADA compliance and/or obstruct accessible pathways, or otherwise not conform to the intent of the Drawings. The contractor must contact the engineer for approval prior to relocating all proposed traffic facilities b. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. c. The Contractor shall bear in mind that electrical Drawings are somewhat diagrammatic in nature when it comes to conduit routing and adjustments may be necessary in the field. 2. Ground Boxes a. Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. (1) No splices will be allowed in the ground boxes. (2) If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. (3) Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. b. If ground boxes & covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. (1) If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. (2) Traffic Signal Operations will inspect the work before pouring the concrete. D. New and Proposed Utilities 1. The locations of existing and proposed utilities shown on the Drawings are approximate. 2. The Contractor shall be responsible for determining the location of new and proposed utilities prior to installing materials and equipment for traffic signals. E. Damage 1. Damage to any existing or new traffic utility or existing traffic facilities shall be repaired or replaced at the Contractor's expense. 2. Existing loop detectors damaged or broken by the Contractor shall be replaced with either video detection equipment or Microwave/Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 3. Damage to Signals by Contractor a. In the event that the Contractor or his sub-contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor’s responsibility to set temporary Stop signs as soon as possible. b. It will also be the Contractor’s responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. January 2014 City of Corpus Christi Standard Specifications for Construction Page 7 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 c. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at its option send an on-duty police officer to the site and have either the City’s Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. d. Any and all costs incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 4. Damage to any existing or new utility or existing facilities shall be repaired or replaced at the Contractor's expense. 3.4 Traffic Control Plan A. General 1. A Traffic Control Plan (TCP) is required 48 hours (excluding weekends) in advance for approval by the City Traffic Engineer. 2. All locations and distances shall be in conformance with the Texas Manual on Uniform Traffic Control Devices . 3.5 Traffic Control Devices A. Supply and Maintenance 1. All traffic control devices shall be provided by the Contractor as required by the Traffic Control Plan (TCP) and requested by the City Traffic Engineer, Traffic Design Engineer, and Owner. 2. The Contractor may employ a legitimate traffic control device company to supply the required devices. 3. The Contractor is required to supply the Inspector with a 24-hour telephone number of the individual whom is responsible for maintaining the traffic control devices for emergencies. B. Installation 1. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained in accordance with the Traffic Control Plan (TCP), the Texas Manual on Uniform Traffic Control Devices , and as requested by the City Traffic Engineer, Traffic Design Engineer, Project Engineer, and Inspector. 2. Anytime a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the MUTCD and TMUTCD. a. Additionally, all locations not in a road project shall have the “SIGNAL CONSTRUCTION AHEAD” signs and “END CONSTRUCTION” signs on all approaches of the intersection having the new signals or modification installed. 3. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. 3.6 Lane Closures and Sidewalk Closures A. Lane Closures 1. Any lane closures or total closures of streets must be approved in advance. 2. A seventy-two (72) hour notice is required on all lane closures and/or total closures. 3. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. B. Sidewalks 1. Any closures or total closures of existing sidewalks must be approved in advance. 2. A seventy-two (72) hour notice is required on all closures and/or total closures. 3. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. 3.7 Maintenance During Construction A. General 1. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the January 2014 City of Corpus Christi Standard Specifications for Construction Page 8 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 Contractor. 2. The City shall have no maintenance or construction responsibilities during construction except for: a. The timing in the controller cabinet itself, b. Detection equipment, c. Programming. B. Detours 1. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. 2. A minimum of two (2) signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. a. Signal head not over traveled lanes shall be bagged. 3. Left Turns a. Where left turn arrows presently exist and a one-lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s) be eliminated temporarily by the Contractor to facilitate traffic movement. 3.8 Signal Shutdown A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly-constituted peace officers in their jurisdiction for directing traffic. 1. Note: Security guards are not considered as Police Officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. 1. The Contractor shall plan ahead and consider this when planning his project strategy. 2. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. 3. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in operation before the old signals are removed. 4. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 3.9 Signal Turn-On A. City Approval 1. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.) to be turned on safely. a. The City Traffic Engineer or Designee shall make this determination. 2. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee. B. Manual Flash Mode 1. Unless otherwise shown on the Drawings, it is the City’s policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for seven (7) days before the system is switched on to cycling mode. C. Placing Signals in Service 1. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. a. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept. to conduct an inspection to verify that there are no other circumstances that would delay the turn-on. 2. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. January 2014 City of Corpus Christi Standard Specifications for Construction Page 9 of 9 TRAFFIC SIGNAL STAND ARDS AND GENERAL REQ UIREMENTS – 34 41 13.00 3. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. 3.10 Preservation of Sod, Shrubbery, and Trees A. The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. B. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the Owner of the sod, shrubbery, or tree branches. C. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. D. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 3.11 Inspection Procedures A. Inspection 1. The Contractor shall be responsible for inspection coordination of all elements of the traffic signal system. 2. The only persons authorized to modify the Owner’s directions is the City Traffic Engineer and/or his Designee. B. Acceptance 1. Final inspection shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Department, the Contractor and City Construction the Owner. 2. The Contractor shall notify the Traffic Design Engineer forty-eight (48) hours in advance of a desire for final inspection. 3. It will be the Contractor’s responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 4. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7) days if new. 5. If the intersection is an existing it could begin its thirty (30) day test period in normal operation described by the City Traffic Engineer. 6. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least thirty (30) days. 7. If a major malfunction occurs within the thirty (30) day test, the test must be restarted. 3.12 Cleanup A. The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. B. Dirt areas shall be raked clean and stabilized by Owner approved methods. C. No scraps or debris of any kind shall be left at the site. 3.13 Warranty A. Unless otherwise noted on the Drawings or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one (1) year from the date of acceptance. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 3 INSTALLATION OF TRAF FIC EQUIPMENT – 34 41 13.13 SECTION 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the Installation of Highway Traffic Signals as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT E. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT F. 34 41 16.93 POLES AND ASSEMBLIES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Code (NEC) B. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 610 – Roadway Illumination Assemblies C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 625 – Zinc-Coated Steel Wire Strand D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 634 – Plywood Signs E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 636 – Aluminum Signs F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 685 – Roadside Flashing Beacon Assemblies G. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11170 – Traffic Signal Controller Assembly H. Texas Department of Transportation (TxDOT) Test Procedure Tex-1170-T I. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. Ensure electrical materials conform to the requirements of Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS and additional local utility requirements. C. Furnish new materials, unless otherwise noted on the Drawings or instructed by the Owner. D. Ensure all materials conform to the details shown on the Drawings, the requirements of this specification, and the pertinent requirements of the following Items: January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 3 INSTALLATION OF TRAF FIC EQUIPMENT – 34 41 13.13 1. Roadway Illumination Assemblies a. Refer to TxDOT Item 610 2. Zinc-Coated Steel Wire Strand a. Refer to TxDOT Item 625 3. Signal Poles a. Refer to Section 34 41 16.93 POLES AND ASSEMBLIES 4. Conduit a. Refer to Section 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT 5. Plywood Signs a. Refer to TxDOT Item 634 6. Aluminum Signs a. Refer to TxDOT Item 636 7. Foundations for Traffic Control Devices a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 8. Controller Assemblies a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT b. Provide controller assemblies that meet the requirements of TxDOT DMS-11170 c. Details shown on the Drawings. 9. Flasher Assemblies a. Refer to TxDOT Item 685 E. Suppliers 1. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation (TxDOT). a. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. F. Sampling and Testing 1. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Tex-1170-T. PART 3 EXECUTION 3.1 General Information A. Install traffic controller foundations and pedestal posts in accordance with Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT. B. Electrical Requirements 1. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the Drawings. a. Unless otherwise shown on the Drawings, install 120/240-volt, single-phase, 70-Hz AC electrical service. C. Conduit 1. Install conduit and fittings of the sizes and types shown on the Drawings. 2. Conduit of larger size than that shown on the Drawings may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. 3. Extend conduit in concrete foundations two (2) to three (3) inches above the concrete. 4. Seal the ends of each conduit with silicone caulking or other approved sealant after all cables and conductors are installed. D. Wiring 1. Unless otherwise shown on the Drawings, furnish stranded No. 14 AWG conductors. 2. Install above-ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles. 3. Make power entrances to ground-mounted controllers through underground conduit. 4. Wire each signal installation to operate as shown on the Drawings. 5. Attach ends of wires to properly sized self-insulated solder less terminals. 6. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 7. Place pre-numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 3 INSTALLATION OF TRAF FIC EQUIPMENT – 34 41 13.13 E. Grounding and Bonding 1. Ground and bond the conductors in accordance with the NEC. 2. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than fifteen (15) ohm. 3. Install a continuous bare copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. 4. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. 5. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.2 Controller Assemblies A. Construct controller foundations in accordance with section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT. B. Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. C. Seal any space between conduit entering the controller and the foundation with silicone caulk. D. Deliver the keys for the controller cabinets to the Traffic Signal Operations Superintendent when the contract is complete. E. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.3 Sign Lighting A. Attach sign lighting to traffic signal equipment as shown on the Drawings. 3.4 Intersection Illumination A. Construct luminaires on signal poles as shown on the Drawings as per manufacturer’s recommendation and in accordance with TxDOT Item 610. 3.5 Test Period A. Operate completed traffic signal installations continuously for at least thirty (30) days in a satisfactory manner. B. If any Contractor-furnished equipment fails during thirty (30) day test period, repair or replace that equipment. 1. This repair or replacement, except lamp replacement, will start a new thirty (30) day test period. C. Replace materials that are damaged or have failed prior to acceptance. D. Replace failed or damaged existing signal system components when caused by the Contractor. E. The City will relieve the Contractor of maintenance responsibilities upon passing a thirty (30) day performance test of the signal system and acceptance of the project. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Cabinet Power Supply c. Bus Interface Unit (BIU) d. Malfunction Management Unit (MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS-2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS-2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8-phase traffic control cabinet (see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart-Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four (4) Bus Interface Units (BIUs) 5. Sixteen (16) Load Switches 6. Eight (8) Flash Transfer Relays 7. One (1) Solid State Flasher D. Acceptable cabinet manufacturers are listed within the City of Corpus Christi Material Producer List – Traffic Division. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU’s must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125-inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS-2 7.7.3 c. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be stainless steel. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2) shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two (2) ventilating fans shall be provided and controlled by one (1) thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. D. Air Filter Assembly 1. Air filter shall be one (1) piece re-useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen-inch (16”) x twelve-inch (12”) x one-inch (1”). E. Cabinet Light Assembly 1. An eighteen-inch to twenty-four inch (18” to 24”) cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 4. This switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b) when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall twenty-four inch (24”) wide x thirteen-inch (13”) deep x two-inch (2”) tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090-inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one (1) 15 amp main breaker. (1) The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. (2) Breakers shall be at minimum, a thermal magnetic type, U.L. listed for HACR service, with a minimum of 10,000 amp interrupting capacity. b. Two (2) 15 amp, auxiliary breakers. (1) The first breaker shall supply power to the fan, light, GFCI utility receptacle and two (2) auxiliary standard receptacles (one on each side of the cabinet) just above the top shelf. (2) The second breaker shall be installed to supply power for video detection equipment. (3) Both circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. c. An EDCO SHA-1250 (or exact approved equal) surge suppressor shall be installed on the 12 VAC incoming line. (1) The alarm output from the suppressor shall be connected so that it places an input to Alarm 2 (BIU #2 Pin 24a) when the unit fails. d. A normally open seventy-five (75) amp solid state relay. e. A minimum of an eight (8) position neutral bus bar capable of connecting three (3) #12 wires per positions shall be provided. f. A minimum of six (6) position ground bus bar capable of connecting three (3) #12 awg wires per position shall be provided. g. h. GFCI Outlet (1) One (1) GFCI outlet shall be installed in the cabinet for maintenance use to be mounted and easily available i. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3) switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. c. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH c. This switch shall permit the intersection to flash and allow the CU to cycle. January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b) and shall NOT remove power from the CU, MMU, or BIU’s. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF c. This switch shall stop time the CU when in the position. 5. The TEST/NORMAL switch shall have two (2) positions: a. TEST b. NORMAL I. Police Panel Switches 1. A locking auxiliary Police door shall be provided within the main door that will allow access to a panel of switches for Police manual control. 2. Police panel shall contain two (2) switches : a. AUTO/FLASH switch shall have: (1) Two (2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS-2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start-Up Flash see (TS2 3.9.1.1.). b. MANUAL/AUTOMATIC Switch shall have: (1) Two (2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will allow the Manual Advance Push Button to be active. (3) Switch shall override any external controls in effect. c. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot (6’) cord. (2) The switch shall have a Manual Advance push button switch as specified in TS-2 section 3.5.5.5 item 6 &7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two (2) extra Port 1 (SDLC) cables, properly terminated for use. 4. Shall provide power adapters for TS-2 Type 1 and TS-2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BIU #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector-wiring harnesses shall terminate all wires on the terminal blocks, whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four (4) as shown in TS-2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. c. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°) from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. c. The Back-Board shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS- 2 5.3.1.2 Table 5-3 for configuration 1 and the following: P. Controller Unit Power Up 1. The CU shall be powered through the “Start-Delay Relay” circuit of the MMU. Q. Flashing Operation 1. All cabinets shall be wired to flash RED for all phases. 2. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack 1. Two (2) detector racks shall be installed in the cabinet. 2. The detector rack shall conform to NEMA configuration 2 (NEMA TS-2 5.3.4). S. Field Terminal Locations 1. Field terminals shall be located at the bottom of the backboard. 2. Their order shall be left to right beginning with Phase one (1) and following the order of the load switches. 3. Screw type terminal shall be used. T. Bus Interface Unit 1. Bus interface units (BIUs) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 8 requirements. 2. All BIUs shall provide three (3) separate front panel indicator light emitting diode (LED) for: a. Power, b. Transmit, c. Valid Data. 3. Cabinets shall be provided with four (4) BIUs: a. Two (2) for Terminals and Facilities (TF) b. Two (2) for detector rack. U. Cabinet Power Supply 1. The cabinet power supply shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 5.3.5 requirements. 2. All power supplies shall also provide a separate front panel indicator LED for each of the four (4) outputs. 3. Front panel banana jack test points for 24 VDC and logic ground shall be provided. 4. The cabinet power supply shall be shelf mounted and shall not be attached to the back panel or shelf. V. Flash Transfer Relays 1. All eight (8) flash transfer relays shall as a minimum meet NEMA Traffic Control Systems Standard Publication TS-2 Section 6 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA TS-2 Section 6 requirements. X. Inductive Loop Detector 1. Section 6 NEMA Traffic Control Systems Standard TS-2 – 2003 v02-06 shall be amended to delete section 6.5 “Inductive Loop Detectors”. Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 Y. Power Connector Adapter 1. Section 5.3.5 of NEMA TS-2 2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 Type 1 Controller Units. 2.3 Malfunction Management Unit 1. Acceptable Malfunction Management Unit (MMU) Types; 2. EDI Smart Monitor MMU 16LEip with Integral Ethernet port or exact approved equal. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi Material Producer List – Traffic Department B. All shall have Integral Ethernet Port and Data Key and Fiber Optic Ports or Fiber Optic Panels. 2.5 Ethernet Connectivity Interface A. The intent of this section is to address the minimum requirements for the addition of Cisco Ethernet Switch with network capabilities to be installed by the City. B. This interface will provide CAT-5 connections to equipment used in the cabinet as well as fiber connection from the cabinet to the rest of the City fiber network system. C. Shall be designed to operate in the harsh environment of a traffic signal cabinet. 1. Shall conform to the environmental requirements of TS2-2003 v02.06 Section 2. D. Shall be modular in design to provide maximum flexibility for configuration, and efficiency for inventory. E. Shall be designed and supplied with the ability to be managed remotely, using a browser based graphical interface. F. Shall be designed and supplied with intelligence so as to function as a network switch. G. Shall be designed to utilize Virtual LAN’s as an integral part of its’ minimum capabilities. H. Shall be available with a minimum of eight (8), and a maximum of twelve (12) CAT 5 connections using RJ-45 terminations. I. Shall be available with a minimum of two (2) single mode fiber connections using ST terminations. 2.6 Warranty Statement A. Warranty Coverage 1. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. B. Length of Warranty 1. The term of warranty shall be a minimum of one (1) year from the date of shipment for all equipment. a. Vendor shall state length of warranty in writing. C. Parts Availability 1. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. D. Replacement Coverage 1. All units shall be covered as follows: a. If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being replaced. E. Reliability Clause 1. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. 2. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. 3. The replacement unit’s warranty shall be that of a new unit January 2014 City of Corpus Christi Standard Specifications for Construction Page 7 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BIU’s must be fully compatible with the specifications as listed above. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation 1. All cabinets shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Bus Interface Unit (BIU) c. Malfunction Management Unit (MMU) d. Cabinet Shell (on the inside of cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. C. Warranty Statement 1. Warranty Coverage a. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. 2. Length of Warranty a. The term of warranty shall be a minimum of twenty-four (24) months from date of shipment for all equipment. b. Vendor shall state length of warranty in writing. 3. Parts Availability a. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. 4. Replacement Coverage a. All units shall be covered as follows: (1) If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being repaired. 5. Reliability Clause a. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. b. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. c. The replacement unit’s warranty shall be that of a new unit. (1) Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer. 6. Shipping & Handling a. During warranty period shipping shall be handled as follows: January 2014 City of Corpus Christi Standard Specifications for Construction Page 8 of 8 TRAFFIC SIGNAL CABIN ET AND ASSEMBLIES – 34 41 16.23 (1) The vendor/manufacturer will pay for sending and return shipping of any unit that is to be repaired. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 3 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 03 21 11.13 REINFORCING STEEL E. 03 31 11.13 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI/SCTE 77 – Specification for Underground Enclosure Integrity B. National Electrical Manufacturers Association (NEMA) C. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards D. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. A TS-2-Type 2 Controller Unit (CU) as per NEMA Traffic Controller Assemblies Standards Publication TS-2 – 2003. 2.2 Full Actuated Controller Unit A. The CU shall conform to all applicable sub-sections of NEMA Traffic Controller Assemblies Standards Publication TS2-2003 Section 3 for a TS2 Type 2 Controller unit and work with current City of Corpus Christi Traffic Signal System. B. All cables, connectors and software needed to permit interfacing the CU with a laptop computer or modem shall be provided. C. The shelf mount CU shall be compact so as to fit in limited cabinet space. D. The shelf mount CU shall be configurable for NEMA TS-1, TS-2 and TS-2 Type 1 Cabinets. E. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi Material Producer List – Traffic Department 2.3 Communication Protocols A. The CU shall have the capability of supporting communications with traffic management systems using industry standard protocols with the installation of appropriate software. B. At minimum the CU shall have optional software to support the following protocols: 1. NTCIP Level 2 as defined by Section 3.3.6 of NEMA TS-2-2003. NTCIP v02.06 January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 3 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 capabilities shall include all NTCIP mandatory and optional objects. 2. The controller shall provide access to all controller data via vendor specific objects. 3. These and all other objects supported by the CU shall be defined in a standard MIB file. 2.4 Ethernet Communication A. The CU shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. B. This communication protocols shall utilize the CU built-in Network Interface Card and shall not require Ethernet-to-Serial converters. 2.5 Communication Ports A. The CU shall as a minimum have the following internal communications ports: 1. Port 1 a. SDLC for communication to other devices in the cabinet. 2. Port 2 a. Terminal port for communication with a computer for the purposes of uploading, downloading or upgrading the controller software. 3. Port 3 a. Systems communications port shall be provided to either communicate to an on-street master or a central computer system or upgrading the controller software or database. b. If applicable, the CU shall also be furnished with a multi-mode fiber optic telemetry communication port for communication between itself and the on-street master controller and remotely to the Traffic Operations Center. 2.6 Documentation A. Each controller shall be provided with the following documentation: one service manual per unit, which includes a theory of operation, operating instructions, and basic troubleshooting information. 2.7 Warranty and Support A. The controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or component that fails in any manner by reason of defective material or workmanship within a period of five (5) years from the date of delivery to City Signal Shop. C. The successful bidder shall provide a minimum of one (1) day factory certified training class and support in the operational use and care of the equipment for the benefit of the City Traffic Signal Operations. 2.8 Foundation A. General 1. The purpose of this specification is to describe a controller foundation for a NEMA type controller cabinet’s size 6 or 7 as per NEMA Standard Publication TS-2-2003 v2.06 Table 7-1 and Figure 7-2. 2. Preformed Cabinet Base a. Shall be QUAZITE® conforming to ANSI/SCTE 77 or as indicated on the Drawings or by Owner 3. The work shall include furnishing and installing anchor bolts, concrete, reinforcing materials, excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete foundation as shown on the detail. B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 03 31 11.13 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 03 21 11.13 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 3 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 4. Ground Box a. One (1) Type (C) 17” x 30” x 12” Ground Box, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Controller Foundation a. Placement of anchor bolts shall be as shown on the Drawings and NEMA Standards Publication TS 2-2003 v02.06. b. Concrete slab and concrete block on which the cabinet will sit shall be poured as one monolithic unit. c. Concrete shall have a smooth finish free of brush marks and other mars. d. Cabinets may be set on foundation after they have set a minimum of seventy-two (72) hours. e. Cabinets scratched, dented or otherwise damaged prior to final acceptance shall be repaired to the Owner satisfaction at no cost to the Owner. f. Standard foundation shall consist of: (1) Two (2) four inch (4”) conduits for signal cable, (2) One (1) one and one-half inch (1-1/2”) conduit for electrical service, (3) One (1) three-quarter inch (3/4”) conduit for grounding conductor, (4) One (1) one and one-quarter inch (1-1/4”) for fiber optic cable. g. A 5/8 inch x 8-foot copper weld ground rod shall be installed in the pull box as shown in the detail. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 3 GROUND BOXES – 34 41 16.43 SECTION 34 41 16.43 GROUND BOXES PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installation of Ground Boxes as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 03 21 11.13 REINFORCING STEEL E. 03 31 11.13 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. Texas Department of Transportation (TxDOT) Traffic Operations Division B. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11070 – Ground Boxes C. Western Underground Standards D. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 2.2 Materials A. Provide new materials that comply with the details shown on the Drawings and meet the following requirements: 1. Precast Polymer Concrete Ground Boxes a. Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with TxDOT DMS-11070. 2. Concrete Apron a. Construct a concrete apron, when shown on the Drawings, in accordance with Section 03 21 11.13 REINFORCING STEEL and Section 03 31 11.13 CONCRETE STRUCTURES. 3. Supplier a. Provide ground boxes from manufacturers prequalified by the Texas Department of Transportation (TxDOT). 4. Strength a. Ensure ground box withstands 600 pounds per square foot applied over the entire sidewall with less than 1/4-inch (1/4”) deflection per foot length of box. b. Ensure ground box and ground box cover withstand a test loading of 20,000 pounds over a ten-inch (10”) by ten-inch (10”) area centered on the cover with less than 1/2- inch (1/2”) deflection. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 3 GROUND BOXES – 34 41 16.43 c. Meet Western Underground Standards 3.6. 5. Box Size a. Type A: 11.5 in. x 21 in. x 10 in. (122311) b. Type B: 11.5 in. x 21 in. x 20 in. (122322) c. Type C: 15.25 in. x 28.25 in. x 10 in. (162911) d. Type D: 15.25 in. x 28.25 in. x 20 in. (162922) e. Type E: 11.5 in. x 21 in. x 16 in. (122317) 6. Box Cover a. Dimensions b. C o v e r L a b e l s (1) L e g i b l y i m p r i n t the cover with the appropriate message from the following table in letters at least one-inch (1”) high: For Ground Boxes Containing Wiring for: Label with Message Traffic signal systems and systems that contain illumination powered by the signal electrical service "Danger High Voltage Traffic Signals" Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown above "Danger High Voltage" PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools, and equipment necessary for proper prosecution of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 3 GROUND BOXES – 34 41 16.43 B. Construction 1. Construct and/or place ground boxes in accordance with the appropriate requirements of this specification and the Drawings. 2. Must be installed flush with finished grade. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 3 PROGRAMMABLE VEHICLE SIGNAL HEADS – 34 41 16.53 SECTION 34 41 16.53 PROGRAMMABLE VEHICLE SIGNAL HEADS PART 1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing vehicle signal heads with programmable visibility of signal faces as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. A traffic signal head (comprised of one or more signal sections) which shall permit the optical adjustment of the indication's visibility zone. C. The signal section shall employ no louvers or hoods to obtain its programmable limitations, however if required, hoods shall be provided to eliminate extraneous light falling on the lens. D. The indication shall be visible at all locations within fifteen degrees (15°) of the optical axis. E. The signal section shall be programmable to veil any portion of the visibility zone. F. All materials furnished by the Contractor shall be new. G. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Optical System 1. The optical system shall consist of the following basic components: a. Lamp b. Lamp Collar c. Optical Limiter-Diffuser d. Objective Lens B. Lamp 1. Shall be a nominal 150 watt, 120 volt AC, three prongs, sealed beam with an integral reflector. 2. Shall have an average rated life of at least 6,000 hours. C. Optical Limiter-Diffuser 1. Shall provide an accessible imaging surface which focuses on the optical axis for objects at a distance of 900 to 1,200 feet. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 3 PROGRAMMABLE VEHICLE SIGNAL HEADS – 34 41 16.53 2. A veiling mask shall be applied to the optical limiter to limit the area in the visibility zone which can view the signal. D. Objective Lens 1. Shall be a high resolution planar incremental lens. 2. The lens shall be symmetrical so that it may be rotated to any angle a multiple of ninety degrees (90°) from its base orientation about its optical axis without effecting its operation. E. Projected Indication 1. Shall conform to ITE transmittance and chromaticity standards. F. Signal Housing 1. Shall be die-cast aluminum conforming to the latest ITE specification alloy and tensile requirements. G. Hinges and Latch Pins 1. Shall be stainless steel. H. Access Openings 1. Access openings not otherwise utilized for mounting hardware or other purposes shall be sealed with weather resistant rubber gaskets so the resulting housing is moisture and dust-proof. I. Signal Head Components 1. Shall consist of three (3) or more individual sections as shown on the Drawings. 2. The lens colors shall be as shown on the Drawings. 3. Heat resistant tape or other masking material shall be provided in sufficient quantity to adequately tape or mask all signal sections as specified herein. 4. Lamps shall be provided by the Contractor for each signal section. J. Lamp Intensity 1. When shown on the Drawings, each section shall be equipped with a photo-electric cell for night time dimming of the signal indications. 2. Lamp intensity with the photo-electric cell installed shall not be less than ninety-seven percent (97%) of the uncontrolled intensity at 1,000 foot candles ambient light into the photo-electric cell. 3. Lamp intensity shall reduce eighty-five percent (85%) +/- two-percent (+/- 2%) of maximum at less than one (1) foot candle ambient light into the photo-electric cell. 4. The photo-electric cell shall be responsive within the range of 105 to 135 volt, single phase, 60 Hz AC. K. Lamp Fixture 1. Shall be comprised of a separately accessible housing and integral lamp support, ceramic socket and self-aligning, quick release lamp retainer. 2. Each section shall include a terminal block for screw-type attachment of signal wires. 3. Internal Number 18 stranded and color coded copper wire shall interconnect all sections to permit field connections within any section. L. Signal Head Finishes 1. Unless otherwise shown on the Drawings, signal sections shall be black. 2. All exposed metal surfaces, except for the back plates, louvers and the inside of visors, shall be given two (2) separately baked on coats of high grade enamel. 3. Back plates, louvers and the inside of visors shall be provided with two (2) coats of high grade flat black finish paint. M. All other components necessary to fully utilize the programmable signal section shall be provided by the Contractor. PART 3 EXECUTION 3.1 Mounting and Installation A. The signal shall mount to standard one and one-half inch (1-1/2”) fittings as a single section, multiple sections, or in combination with other faces. B. Fittings shall be provided with the head and shall be mounted as shown on the Drawings. C. The signal head shall be mounted with ordinary tools and capable of being serviced with no tools. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 3 PROGRAMMABLE VEHICLE SIGNAL HEADS – 34 41 16.53 3.2 Warranty A. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 SECTION 34 41 16.63 PEDESTRIAN SIGNAL PART 1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing Pedestrian Signal as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. All materials furnished by the Contractor shall be new. C. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Signal Head 1. Provide pedestrian signal heads in accordance with TxDOT DMS-11130, “Pedestrian Signal Heads” and Item 683, “LED Countdown Pedestrian Signal Module.” 2. Supply either aluminum or polycarbonate signal head components that are of the same material and manufacturer for any one project. 3. Use stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. 4. Use closed-cell silicone or closed-cell neoprene gaskets. B. Pedestrian Signal Module 1. Materials a. Ensure electrical materials and construction methods conform to the current National Electric Code (NEC) and additional local utility requirements. b. Materials used for the lens and LED module construction shall conform to ASTM specifications where applicable. c. Enclosures containing the power supply and electronic components of the LED module January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 shall be made of UL94VO flame retardant materials. d. The lens of the LED module is excluded from this requirement. e. Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: (1) Signal Heads (2) Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT (3) Signal Indications (a) “Pedestrian Traffic Control Signal Indications” published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as “PTCSI”). (4) National Electric Code (NEC); (5) American Society for Testing and Materials (ASTM). 2. General a. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. b. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI sizes of the “walking person” and “hand” icon pedestrian signal indication Standard without modification to the housing, see PTCSI 4.2.1 for housing sizes. c. All LED’s used shall be rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C. d. The modules shall be rated for a minimum life of 72 months. e. Modules shall meet all parameters of this specification throughout this 72-month period. f. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 3. Module a. The retrofit module shall be capable of replacing the optical unit. (1) The module lens may be a replaceable part without the need to replace the complete module. (2) The walking person and hand icons (16”x18” size only) shall be full (not outlines). (3) The countdown digits shall be made up of two (2) rows of LEDs. (4) Each digit shall be a minimum of seven inches (7”) in height. b. For each nominal message bearing surface (module) size, use the corresponding H (height) and W (width): (1) Bearing Surface – H (2) Module Size – 16 x 18 inch (3) Icon Height – Min 7 inch (4) Icon Width – 7 inch (5) Countdown Height – Min 9 inch (6) Countdown Width – 6.5 inch c. The units shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don’t walk cycle. d. The module shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housing. e. The power supply shall be designed to fit and mount inside the pedestrian signal module. f. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 4. Environmental Requirements a. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of -40 to +165°F. b. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. c. The test is to be conducted on a stand-alone unit. d. No protective housing shall be used. e. The module lens shall be UV stabilized. 5. Signal LENS a. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 UV stabilized and a minimum of ¼” thick. b. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. 6. Module Identification a. Each module shall be identified on the backside with the manufacturer’s name, model numbers and serial number. b. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt-Ampere. 7. Photometric Requirements a. Luminance, Uniformity & Distribution (1) For a minimum period of 72 months, the maintained minimum luminance values for the modules under normal operating conditions shall not be less than 5300 cd/m2 for the Walking Person icon and 3750 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine (nine) separate points on the icon. (2) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. (3) The uniformity of the walking person and hand icons’ illumination shall meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). b. Chromaticity (1) The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and countdown digits. 8. Electrical a. General (1) All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. (2) Three secured, color coded, 36 in long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. (3) Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 Kohm (either resistive or capacitive). (4) The signal module shall be designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 Kohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. (5) In addition, the signal module shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within 100 msec when the module is switched off by any solid state switch or switch pack having an impedance of 15 Kohms or greater. b. Voltage Range (1) LED modules shall operate from a 60 +3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. (2) The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. (3) Nominal operating voltage for all measurements shall be 120 +3 Volts rms. (4) Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%. (5) The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above. (6) The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. (7) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition the each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. (8) Turn-On and Turn-Off Time (a) Each icon of the module shall reach 90% of their full illumination (turn-on) within January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 100 ms. of the application of the nominal operating voltage. (b) The modules shall not be illuminated (turn-off) after 100 ms. of the removal of the nominal operating voltage. (9) For abnormal conditions when nominal voltage is applied to the unit across the two phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. c. Transient Voltage Protection (1) The module’s on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients and low-repetition high energy transients as stated in Section 2.1.6, NEMA Standard TS-2, 1998, or the latest version. d. Electronic Noise (1) The modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. e. Power Factor (PF) and AC Harmonics (1) The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77ºF. (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77ºF shall not exceed 20%. f. Module Functions (1) Cycle (a) The module shall operate in one mode: i. Clearance Cycle Countdown Mode Only (b) The module will start counting when the flashing clearance signal turns on and will countdown to “0” and turn off when the steady “Don’t Walk” signal turns on. Module will not have user accessible switches or controls for modification of cycle. (2) Learning Cycle (a) At power on, the module enters a single automatic learning cycle. (b) During the automatic learning cycle, the countdown display shall remain dark. (3) Cycle Modification (a) The unit re-programs itself if it detects any increase or decrease of Pedestrian Timing. (b) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. (4) Recycling (a) The module shall allow for consecutive cycles without displaying the steady Hand icon (“Don’t Walk”). (5) Preemption (a) The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. (b) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (c) It will start to count down during the flashing hand. If the controller preempts during the flashing hand, the countdown will continue to count down without interruption. (d) The next cycle, following the preemption event, shall use the correct, initially programmed values. (6) “Don’t Walk” Steady (a) If the controller output displays Don’t Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark. g. Quality Assurance (1) General (a) Unless otherwise specified all of the test will be conducted at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (b) The following production quality assurance tests shall be performed on each new module prior to shipment. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 (c) Before any measurements are made, the unit shall be energized at the rated voltage for a 30-minute burn-in period at an ambient temperature of +77°F. (d) Following the burn-in period, the initial luminous intensity shall be measured. (e) A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSH for circular indications may be used. (f) The current flow and power factor shall also be determined. (g) Units found to have parameters outside the ranges allowed by this specification shall be rejected. (h) The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. (i) The QA program shall include two types of quality assurance: i. design quality assurance ii. production quality assurance. (j) QA process and test result documentation shall be kept on file for a minimum period of seven years. (2) Conformance (a) The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. (3) Design Qualification Assurance (a) Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. (b) Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (c) Testing shall be performed once every 5 years or when the module design or LED technology has been changed. (d) Test data shall be retained by the module manufacturers for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. (4) Production Quality Assurance (a) All new modules shall undergo Production Quality Assurance testing prior to shipment. (b) Failure of any module to meet requirements of the QA tests shall be cause for rejection. (c) QA test results shall be maintained for a period of 4 years. (d) The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. (e) Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. (f) Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration or other defects. (5) Delivery and Acceptance (a) Compatibility with a controller unit, conflict monitor and load switch will be tested by connecting the module under test to the output of a standard load switch connected to a variable AC voltage supply with the output of the load switch in the off state. (b) The AC voltage developed across each LED module so connected shall not exceed ten (10) Vrms as the input to the LED module is varied from 95 Vrms to 135 Vrms. h. Warranty (1) LED signal modules shall be replaced or repaired if it fails to function as intended due to workmanship or material defects within the first 60 months from date of delivery. C. Pedestrian Detectors 1. Ensure the push-button assembly is weather-tight and tamper-proof, is designed to prevent an electrical shock under any weather condition, has provisions for grounding in January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 accordance with the NEC, and is in compliance with the Americans with Disabilities Act (ADA). 2. Supply a sturdy 2-piece cast-aluminum housing unit consisting of a base housing and a removable cover. 3. Ensure the internal components provide a push button with normal open contacts, and include all electrical and mechanical parts required for operation. 4. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 5. Supply adapters of the same material and construction as the housing. 6. Provide threaded holes for 0.5-in. conduit in the housing for any necessary conduit attachment. 7. Close unused openings with a weather-tight closure painted to match the housing. 8. Provide a 0.75-in. hole with an insulating bushing through the back of the housing. 9. Meet the paint requirements of Signal Heads for the complete body of the housing. 10. Ensure the manufacturer’s name or trademark is located on the housing. 11. Supply push-button switches that have single-pole, single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. 12. Use sheet aluminum having a minimum thickness of 0.080 in. for information signs for push buttons. D. Audible Pedestrian Signal Units. 1. Supply an APS that includes a pedestrian sign, a pushbutton, and an audible speaker contained in one unit and with the following features: a. Cuckoo - 1250 Hz and 1000 Hz. b. Chirp - 2700 to 1700 Hz. c. Vibrating tactile arrow. d. Pushbutton locator tone different from cuckoo or chirp. e. Automatic volume adjustment - 60 dB range. f. Actuation indicator-tone and light. g. Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. h. Weather-proof speaker protected by a vandal proof screen. i. Pole unit and the central control unit shall be rated for the following temperature range: -30°F to +165°F. j. Audible pedestrian signal units shall be operationally compatible with controllers currently used by the City, Texas Department of Transportation, and any other Texas government entities. (1) In the case of conflicts between specifications, the latest City specifications will control. k. Substituting Cuckoo and Chirp sounds with “walk” and “don’t walk” audible sounds is optional. l. Supply a central control unit (CCU) for the pushbutton detector unit that resides in the Traffic Signal Controller Cabinet capable of controlling a minimum of 8 units. (1) Ensure the CCU is capable of controlling up to 4 phases. (2) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. E. Pole 1. Shall be in accordance with Section 34 41 16.93 POLES AND ASSEMBLIES PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. 1. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. 3.2 Signal Head A. Assembly 1. Assemble individual signal sections in multi-section faces in accordance with the manufacturer’s recommendations to form a rigid signal face. January 2014 City of Corpus Christi Standard Specifications for Construction Page 7 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 2. Assemble and mount signal heads as shown on the plans. 3. Install louvers and back plates in accordance with the manufacturer’s recommendations. 4. Close any openings in an assembled signal head with a plug of the same material and color as the head. 5. When installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. B. Wiring 1. Wire each optical unit to the terminal block located in that signal section by means of solder less wire connectors or binding screws and spade lugs. 2. Wire all sections of a multi-section signal face to the section terminal blocks in which the traffic signal cable is terminated. 3. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. 4. Use solder less wire connectors or binding screws and spade lugs for connections to terminal blocks. 5. Use binding screws and spade lugs for field wiring. 3.3 Pedestrian Detectors A. Wire the push button to the nearest splicing point or terminal strip using solid No. 12 AWG XHHW wire with 600-volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Owner. C. All allowed splices must be watertight. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. E. Mount a pedestrian push button sign near each push button as shown on the Drawings. 3.4 Audible Pedestrian Signal Units A. Wire the APS to the nearest splicing point or terminal strip using solid No. 12 AWG XHHW wire with 600-volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Engineer. C. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 1. Documentation Requirements a. Each APS shall be provided with the following documentation: (1) Complete and accurate installation wiring guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) If requested by the purchaser, the bidders shall supply schematics for all electronics. One schematic diagram shall be provided for each unit, along with any necessary installation instructions. 3.5 Warranty A. The Audible Pedestrian Signal unit shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. B. Audible Pedestrian Signal unit shall operate as required above after 60 months of continuous use over the temperature range of -30°F to +165°F in a traffic signal operation. C. The manufacturer shall provide a written warranty against defects in materials and workmanship for Audible Pedestrian Signal unit for a period of 60 months after installation. D. Replacement Audible Pedestrian Signal unit shall be provided within five (5) days after receipt of failed Audible Pedestrian Signal unit at no cost to the Owner, except the cost of shipping the failed modules. E. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. January 2014 City of Corpus Christi Standard Specifications for Construction Page 8 of 8 PEDESTRIAN SIGNAL – 34 41 16. 63 PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 6 POLES AND ASSEMBLIES – 34 41 16.93 SECTION 34 41 16.93 POLES AND ASSEMBLIES PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Poles and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 03 31 11.13 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI O5.1, “Specifications and Dimensions for Wood Poles,” B. American Wood Protection Association (AWPA) C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 – Steel Structures D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 302 – Metal for Structures E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445 – Galvanizing F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449 – Anchor Bolts G. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 – Foundations for Traffic Control Devices A. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11140, Pedestal Pole Base B. AWS D1.1 Structural Welding Code – Steel C. City of Corpus Christi Product List 1.2 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 2.2 Treated Timber Poles A. Materials 1. Use new treated southern pine timber poles in accordance with ANSI O5.1 and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the Drawings. 3. Ensure poles are free from pith holes at the tops and butts. 4. Do not use poles that have a. A trimmed scar January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 6 POLES AND ASSEMBLIES – 34 41 16.93 (1) with a depth greater than two-inches (2”), or (2) if the diameter is ten-inches (10”) or less, or (3) if 1/5 the pole diameter at the scar location, if the diameter is more than ten-inches (10”) 5. Provide poles that do not deviate from straightness by more than one-inch (1”) for each ten-feet (10’) of length. 6. A pole may only have sweep in one (1) Plane and one (1) direction (single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than one (1) complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not less than 1/4 of the butt diameter and the height is not more than one-foot (1’) B. Preservative Treatment 1. Use preservative treatment in accordance with AWPA C4. 2. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. Table 1 Retention of Preservation Treatment Treatment Minimum Retention (lb./ft 3) Creosote 9.00 Pentachlorophenol 0.45 ACA/CCA 0.60 3. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating Plant, c. applicable product standard (AWPA C4), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. C. Branding 1. Place the bottom of the brand squarely on the face of the pole ten-feet (10’) (plus or minus two-inches (2”)) from the butt. 2. Mark all poles by branding in accordance with Table 2. Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier’s code or trademark (For example, Pole Treating Company). F_01 F-01 Plant location and year of treatment (For example, Forestville, 2001). SPC SPC Species and preservative code (For example, southern pine, and creosote). 535 535 Class-length (For example, Class 5, 35-ft. pole). 2.3 Steel Poles A. Materials 1. Provide new materials that comply with the details shown on the Drawings, the requirements of this Item, and the pertinent requirements of the following Items: a. Concrete (1) Section 03 31 11.13 CONCRETE STRUCTURES b. Steel Structures (1) TxDOT Item 441 c. Metal (1) TxDOT Item 302 January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 6 POLES AND ASSEMBLIES – 34 41 16.93 d. Galvanizing (1) Item 445 e. Anchor Bolts (1) TxDOT Item 449 (2) Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with TxDOT Item 449.2.A – Bolts and Nuts. 2.4 Pedestal Poles A. Materials 1. Galvanizing a. TxDOT Item 445 2. Anchor Bolts a. TxDOT Item 449 3. Foundation a. TxDOT Item 656 4. Pedestal Pole Base a. Provide pedestal pole base in accordance with TxDOT DMS 11140. b. Provide pedestal pole base from manufacturers prequalified by the Texas Department of Transportation. (1) The Traffic Operations Division maintains a list of prequalified pedestal base manufacturers. 5. Pedestal Pole a. Provide four-inch (4”) diameter schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. (1) Do not use aluminum conduit. b. Galvanize pedestal pole assemblies in accordance with TxDOT Item 445, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 Treated Timber Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the Drawings, set the pole a minimum depth in accordance with Table 3. Table 3 Pole Setting Depth Pole Length (ft.) Minimum Settings Depth (ft.) 25 or less 4.5 26 – 30 5.0 31 – 35 5.5 36 – 40 6.0 41 – 45 6.5 46 - 50 7.0 4. Locate timber poles as shown on the Drawings or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the Drawings, set the poles plumb. 7. Backfill the holes thoroughly by tamping in six-inch (6”) lifts. 8. After tamping to grade, place additional backfill material in a six-inch (6”) high cone around the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 6 POLES AND ASSEMBLIES – 34 41 16.93 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned timber pole to a point two- feet (2’) below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.2 Steel Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Standard Design a. Alternate designs are not acceptable. b. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. c. For deviations that do not affect the basic structural behavior of the pole, submit shop drawings to the City Traffic Engineering Department for approval. C. Fabrication 1. Fabricate and weld in accordance with TxDOT Item 441, AWS D1.1 Structural Welding Code – Steel; and the requirements of this Item. 2. Fabrication tolerances are given in Table 4. Table 4 Fabrication Tolerances Part Dimension Tolerance (in.) Pole and Mast Arm Shaft Length ± 1 Thickness +0.12, -0.02 Difference between flats or diameter ± 3/16 Straightness 1/8 in 120 Attachment Locations ±1 Base and Mast Arm Mounting Plates Overall ±3/16 Thickness +1/4, -0 Deviations from Flat 3/16 in 24 Spacing between Holes ±1/8 Bolt Hole Size ±1/16 Anchor Bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length -1/4 Assembled Shaft Angular Orientation 1/16 in 12 1 Centering ±3/16 Twist 3° in 600 1 1/8” in 12” between mounting plates and between mounting plates and base plates 3. Provide properly fitting components. 4. Provide round or octagonal shafts for poles and mast arms tapered as shown on the Drawings. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 6 POLES AND ASSEMBLIES – 34 41 16.93 5. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the Drawings. 6. The City will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms forty-feet (40’) and longer. 7. Provide circumferential welds only at the ends of the shafts. 8. Provide no more than two (2) longitudinal seam welds in shaft sections. 9. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. 10. Ensure 100% penetration within six-inches (6”) of circumferential base welds and at least sixty percent (60%) penetration at other locations along the longitudinal seam welds. 11. Use a welding technique that minimizes acid entrapment during later galvanizing. 12. Hot-dip galvanize all fabricated parts in accordance with TxDOT Item 445. 13. Treat welds with Ultrasonic Impact Treatment as shown on the Drawings after galvanization and with the dead load (actual or simulated) applied. 14. Repair damaged galvanizing in accordance with TxDOT Item 445. 15. Connect the luminaire arm to the pole with simplex fittings. 16. Ensure the fittings have no defects affecting strength or appearance. 17. Ensure that the design wind speed is identified and permanently visible on the pole base plate and mast arm mounting plate. 18. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. 19. Ship all components with a weatherproof tag identifying a. manufacturer, b. contract number, c. date, d. destination of shipment. D. Installation 1. Locate traffic signal poles as shown on the Drawings unless otherwise directed to secure a more desirable location or to avoid conflicts with utilities. 2. Stake the traffic signal pole locations for verification by the Engineer. 3. Construct foundations in accordance with the Drawings. 4. Orient anchor bolts as shown on the Drawings. a. Coat anchor bolts threads and tighten anchor bolts in accordance with TxDOT Item 449. 5. Use established industry safety practices when working near underground or overhead utilities. a. Consult with the appropriate utility company before beginning such work. 6. Erect structures after foundation concrete has attained its design strength as required in the Drawings and 03 31 11.13 CONCRETE STRUCTURES. 7. After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in two (2) places to its washer. a. Tack and weld each washer to the base plate in two (2) places. b. Do not weld components to the bolt. c. Tack and weld in accordance with TxDOT Item 441. d. After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with TxDOT Item 445. e. Do not grout between the base plate and the foundation. E. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal poles as directed. 2. Ensure that the poles or attached components suffer no undue stress or damage. 3. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 4. Repair or replace damaged components as directed. 5. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet (2’) below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 6. Move existing poles to locations shown on the Drawings or as directed. 7. Install existing poles on new foundations in accordance with this specification. January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 6 POLES AND ASSEMBLIES – 34 41 16.93 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.3 Pedestal Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Pedestal Base a. Ground the base with connectors to the 1/2-13 NC female threaded hole. b. Fabricate the base for 4 L-bend anchor bolts arranged in a square pattern with a 12-3/4 inch bolt circle. c. Provide mild steel anchor bolts in accordance with TxDOT Item 449, for each base. d. Provide three (3) 1/16-inch thick and three (3) 1/8-inch thick U-shaped galvanized steel shims for each base. (1) Size shims to fit around the anchor bolts. 2. Installation a. Install pedestal pole assemblies as shown on the Drawings or as directed. b. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts and nuts, anchor bolt template, shims, and miscellaneous components. c. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. d. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. (1) Consult with the appropriate utility company before beginning such work. e. Repair damaged galvanizing in accordance with TxDOT Item 445. f. Painted Finish, when required, paint pedestal pole assemblies in accordance with details shown on the Drawings. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet (2’) below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Install existing poles on new foundations in accordance with this specification. 9. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMEN T – 34 41 19.13 SECTION 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Electrical Services for Traffic Signaling and Control Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.93 POLES AND ASSEMBLIES E. 33 05 23.10 TRENCHLESS UTILITY INSTALLATION 1.3 References The latest edition of the referenced item below shall be used. A. ASTM A 90 – Standard Test Method for Weight (Mass) of coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings B. ASTM D 1248 – Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable C. NEMA/ANSI C 80 – Electrical Rigid Steel Conduit (ERSC) D. National Electric Code (NEC) E. UL-6 – Electrical Rigid Metal Conduit F. UL-6A – Standard for Electrical Rigid Metal Conduit – Aluminum, Bronze, and Stainless Steel G. Underwriters Laboratory, Inc. (UL) H. National Electrical Manufacturers Association (NEMA) I. International Municipal Signal Association (IMSA) J. Texas Department of Transportation Traffic Operations Division K. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 – Steel Structures L. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445 – Galvanizing M. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449 – Anchor Bolts N. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 618 – Conduit O. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 620 – Electrical Conductors P. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 627 – Treated Timber Poles Q. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 – Foundations for Traffic Control Devices R. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11060 – Duct Cable S. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11080 – Electrical Services T. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMEN T – 34 41 19.13 PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. Provide materials that comply with the details shown on the Drawings, requirements of this Item, and the pertinent requirements of the following Items: 1. Steel Structures a. TxDOT Item 441. 2. Galvanizing a. TxDOT Item 445 3. Anchor Bolts a. TxDOT Item 449 4. Conduit a. When Specified on the Drawings, provide: (1) Rigid Metal Conduit (RMC) (a) Galvanized i. Hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with and ASTM A90. ii. Shall be in accordance with NEMA/ANSI C 80.1, UL-6, and NEC. (b) Stainless Steel i. Shall be Type 316 minimum ii. Shall be in accordance with UL-6A and NEC. (2) Polyvinyl Chloride (PVC) Conduit (a) Meets the requirement of NEMA Standard TC-2, UL 651, and the NEC. (3) High-Density Polyethylene (HDPE) Conduit (a) Shall be weather-resistant in black color (b) Meet the requirements of ASTM D 1248, NEMA TC-2 for EPC-40-PE, and NEMA TC-2, Article 3.03, crushing resistance requirements, and the NEC. (c) Provide approved electrical conduit connector, or thermally fuse using electrically heated, wound-wire, resistance welding method. (d) Provide without factory installed conductors. (4) Flexible Conduit (a) Shall be liquid tight. (b) Furnish conduit from new materials that comply with TxDOT DMS-11030. b. Fittings (1) Unless otherwise shown on the Drawings, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. (2) All fittings shall be constructed with corrosion resistant industrial grade materials. (a) (3) Use watertight fittings. (4) Do not use set screw and pressure cast fitting. (5) Steel compression fittings are permissible. (6) When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. c. Warning Tape (1) Red three-inch (3”) 4-mil polyethylene underground warning tape that continuously states “Caution Buried Electrical Line Below” . 5. Duct Cable a. Materials (1) Provide new materials that comply with the details shown on the Drawings, with conductors that meet the material requirements of electrical conductors. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMEN T – 34 41 19.13 b. Duct Cable (1) Furnish duct cable from new materials that comply with TxDOT DMS-11060. (a) When required cable must be certified by IMSA and will supersede the above requirement c. Suppliers (1) Provide duct cable from manufacturers prequalified by the Department. (a) The Traffic Operations Division maintains a list of prequalified duct cable manufacturers. d. Markings (1) Furnish duct that is clearly and durably marked at maximum ten-foot (10’) intervals with the material designation including nominal size of the duct and either the name or the trademark of the manufacturer. (2) Mark the duct at two-foot (2’) intervals with sequential numbers indicating length of cable, in feet, on reel, with zero mark at the inner end. e. Assemblies and Reels (1) Assemblies exhibiting evidence of conductors pulled into the duct after the duct is manufactured are not acceptable. (2) Duct cable testing less than 50 megohms insulation resistance at 1,000 volts while still on the reel is not acceptable. (3) Ensure that the complete assembly is packaged on reels having sufficient diameter to prevent permanent set or damage to the duct cable. (4) Ensure that each reel is clearly and durably marked to show the voltage rating, type of insulation, number of conductors, conductor size, length, duct size, and either the name or the trademark of the manufacturer. 6. Electrical Conductors a. General (1) Provide new materials that comply with the details on the Drawings and the requirements of this Item. (2) Use solid insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC and City of Corpus Christi requirements. b. Electrical Conductors (1) Furnish electrical conductors in accordance with TxDOT DMS-11040. c. Suppliers (1) Provide electrical conductors from manufacturers pre-qualified by the Texas Department of Transportation (TxDOT). (a) The TxDOT Traffic Operations Division maintains a list of pre-qualified electrical conductor manufacturers. d. Grounding Conductors (1) Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. (2) Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. (3) Do not use green insulation or marking for any other conductor except control wiring specifically shown on the Drawings. e. Wire Colors (1) Use white insulation for grounded (Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. (2) Do not use white insulation or marking for any other conductor except control wiring specifically shown on the Drawings. 7. Poles a. Section 34 41 16.93 POLES AND ASSEMBLIES 8. Foundations a. In accordance with TxDOT Item 656. 9. Electrical Services January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMEN T – 34 41 19.13 a. For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with TxDOT DMS- 11080 10. Suppliers a. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. (1) The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. PART 3 EXECUTION 3.1 General Information A. General 1. The Contractor shall obtain all required permits prior to commencing construction. 2. All work performed shall be in accordance with the specifications and industry standards. B. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. C. Installation 1. For installations of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA and that comply with TxDOT DMS-11080. 2. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. 3. Follow NEC and local utility company requirements when installing the electrical equipment. 4. Coordinate the utility companies’ work for providing service. D. Construction 1. Perform work in accordance with the details shown on the Drawings and the requirements of this specification. 2. Conduit a. Material shall be as indicated on the Drawings. (1) Galvanized Rigid Metal Conduit (RMC), Stainless Steel shall be installed only above ground unless otherwise indicated on the Drawings or directed by the Owner. (2) Polyvinyl Chloride (PVC) Conduit and High-Density Polyethylene (HDPE) Conduit shall be installed only below ground unless otherwise indicated on the Drawings or directed by the Owner. (3) Flexible Conduit may only be used where approved by the Traffic Engineer and the Owner. b. Place conduit in accordance with the lines, grades, details and dimensions shown on the Drawings or as directed. c. Install conduit a minimum of eighteen-inches (18”) deep underground unless otherwise shown on the Drawings. d. Meet the requirements of the NEC when installing conduit. e. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. (1) Cap ends of conduit and close box openings before concrete is placed. f. Ream conduit to remove burrs and sharp edges. g. Use a standard conduit cutting die with a 3/4-inch taper per foot when conduit is threaded in the field. h. Fasten conduit placed on structures with conduit straps or hangers as shown on the Drawings or a directed. i. Fasten conduit within three-feet (3’) of each box or fitting and at other locations shown on the Drawings or as directed. (1) Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the Drawings. (2) Use 2-Hole type clamps for two-inch (2”) diameter or larger conduit. j. Fit PVC and HDPE conduit terminations with bushings or bell ends. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMEN T – 34 41 19.13 k. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. l. Conduit terminating in threaded bossed fittings does not need a bushing. m. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least seventy-five percent (75%) of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. n. Cap or plug empty conduit placed for future use. o. Perform trench excavation as shown on the Drawings or as directed and in accordance with Section 31 23 16.13 TRENCHING. p. Perform backfilling as shown on the Drawings or as directed by the Engineer. q. Jack and bore as shown on the Drawings or as directed, and in accordance with Section 33 05 23.10 TRENCHLESS UTILITY INSTALLATION r. Place warning tape approximately ten-inch (10”) above trenched conduit. s. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. t. Mark conduit location as directed. 3. Duct Cable a. General Information (1) Before installation, furnish written certification that all duct cable complies with the requirements of this Item and as shown on the Drawings. b. Construction (1) Install duct cable by open trench methods in accordance with the NEC, except at locations where installing duct cable in conduit. (2) Backfill the trench in accordance with Drawings or as directed by the Engineer. (3) When removal of existing pavement or concrete surface is allowed, backfill with material equal in composition and density to the surrounding area and replace removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition or as shown on Drawings. (4) Splicing the duct is not allowed. (a) Make all connections in ground boxes or pole bases. (b) Form bends with large radii to provide free movement of conductors. (c) After installation, demonstrate that the conductors can move freely. (d) Duct cable that has been kinked or in which the conductors cannot move freely is not acceptable. (e) Splice conductors and test insulation in accordance with Electrical Conductors. 4. Electrical Conductors a. Do not exceed the manufacturer’s recommended pulling tension. b. Use lubricant as recommended by the manufacturer. c. Install conductors in accordance with the NEC. d. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested a 1,000 volts DC. e. The Engineer may require verification testing of all or part of the conductor system. f. The Engineer will witness these verification tests. (1) Replace conductors exhibiting an insulation resistance of less than 5 megohms. E. Removal 1. Coordinate removal with the appropriate utility company before beginning work. 2. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company’s requirement. 3. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. 4. Remove existing electrical service support a minimum of two-feet (2’) below finish grade unless otherwise shown on the Drawings. a. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. b. Replace any surface such asphalt pavement or concrete rip-rap with like material to January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMEN T – 34 41 19.13 equivalent condition. 5. Disconnect conductors and remove them from the conduit or duct. a. Cut off all protruding conduit or duct six-inch (6”) below finish grade. b. Abandoned conduit or duct need not be removed unless shown on the Drawings. 6. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 5 UNINTERRUPTIBLE POWE R SUPPLY – 34 41 19.73 SECTION 34 41 19.73 UNINTERRUPTIBLE POWER SUPPLY PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of the Uninterruptible Power Supply (UPS) system as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. The Uninterruptible Power Supply (UPS), also known as a Battery Back-Up system (BBS) shall be a turnkey, piggyback mounted (bolted to back or left side of the traffic signal cabinet) and be designed for outdoor use in extreme environments. C. The UPS shall operate up to its rated power with existing signal equipment, including any and all signal heads. D. The UPS shall be capable of supplying an 840-watt load for a minimum of four (4) hours of normal operation and a minimum two (2) hours of flashing operation, at its maximum power rating from -34 degrees Celsius to +74 degree Celsius as per NEMA environmental requirements Section 2.1.5.1. E. The Traffic Signal UPS shall operate as line interactive with buck boost functionality. 1. It shall also include a fail-safe bypass system; integral automatic electronic transfer switch, and battery subsystem. 2. The specified equipment herein shall be referred to as a UPS. F. Transfers to and from battery operation shall not interfere with operation of other equipment in the intersection. G. Primary application of the UPS is to provide emergency power for traffic control signal systems. 1. The UPS must supply up to a 7.0amp 120 VAC, 60 Hz continuous load for a minimum of four (4) hours normal run time and a minimum of an additional two (2) hours of flash time. H. The UPS shall transfer the intersection to flash mode via programmable form C relays, accessible through a terminal block to provide for connection for control wiring to the traffic signal cabinet. I. Primary input power source to the UPS shall be utility power. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 5 UNINTERRUPTIBLE POWE R SUPPLY – 34 41 19.73 2.2 Major Components A. Electronics Module 1. The Traffic UPS shall be capable of providing continuous, fully conditioned, regulated, pure sinusoidal (AC) power to the traffic control signal system during all modes of operation (except when the UPS is in bypass). B. Charger 1. The charger shall be of solid-state construction. 2. The charger shall rectify AC power to regulated DC power for the batteries. 3. This shall be an automatic function. 4. The charger should be a three (3) stage temperature-compensated charger so that the charger level for the batteries is automatically adjusted based on internal ambient temperature. C. Inverter 1. The inverter shall be of solid-state construction. 2. In case of the loss of input power, the inverter shall convert DC power from the batteries to AC power. D. Fail-safe Bypass 1. The bypass shall consist of a fail-safe design. In case of UPS failure (UPS output power not present); the fail-safe bypass shall automatically transfer power for the traffic control signal system to the bypass source. E. Batteries 1. Upon loss of input power, the batteries shall supply DC power to the inverter. F. Status display shall at a minimum be provided for: 1. AC Line Present 2. Battery Charger 3. UPS Output Power Present 4. ON Battery 5. Buck and boost monitoring G. Status Monitoring and Alarm Transmission 1. The Inverter shall include remote monitoring & alarm transmission capabilities through an Ethernet RJ45 IP Addressable Port using the SNMP Protocol. 2. As a minimum, the Inverter shall contain the following monitoring and transmit the following alarm functions: a. Input power present (System in Stand-By mode) b. UPS on battery operation c. Low battery condition. 2.3 Protection A. The UPS shall have a main input circuit breaker for over current protection and be readily accessible. B. The UPS assembly must be reasonably protected and provide lighting protection and surge suppression meeting ANSI/IEEE C.62.41/C.62.45 Cat A&B. C. The battery subsystem shall be protected by a circuit breaker. 2.4 Battery System A. The battery shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid) 5-year non pro-rated warranty minimum. B. The battery system shall consist of one or more strings (typically two (2) or four (4) batteries per string) of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. C. Batteries shall be certified to operate at extreme temperatures from –40°C to +74°C. D. The battery interconnect cables shall connect to the inverter via a single quick-release Anderson Connector. 1. No other connectors are to be used in the battery harness. E. Battery construction shall include heavy-duty, inter-cell connections for low-impedance between cells, and heavy-duty plates to withstand shock and vibration. F. The top cover shall use tongue and groove construction and shall be epoxied or heat-sealed to the battery case for maximum strength and durability. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 5 UNINTERRUPTIBLE POWE R SUPPLY – 34 41 19.73 G. The battery shall function if laid on its side without the leakage of chemicals and be so designed. H. An integral lifting handle should be provided on the batteries for ease of removal/installation. I. An electronic “Battery Manager” shall be included to monitor and protect the batteries by spreading the charge voltage equally across all the batteries in the string, ensuring that every battery is properly charged. 1. This will ensure an ideal voltage across each battery optimizing life and runtime. 2.5 Electrical Specifications A. Input Specifications 1. Nominal input voltage shall be 120 VAC single phase. 2. Input voltage range shall be +15 to – 20% of nominal (85 to 173). 3. Input frequency shall be 60Hz ±3Hz (5%). 4. Input frequency slew rate shall be 3 Hz per second maximum. 5. Input configuration shall be two (2) wire (Hot and Neutral) plus ground. 6. Walk-in Delay shall be the BBS shall wait a minimum of five (5) seconds (user programmable) before returning to normal mode of operation upon restoration of input power. a. This value may be programmable within the unit via software provided with the unit. 7. Input protection shall be Single pole circuit breaker. 8. Power connection shall be Hard-wired (terminal block). 9. All components, terminations, terminal blocks relays etc. shall be fully accessible. 10. Inverter connections shall be made on terminal blocks or shall be of the quick disconnecting type for ease of maintenance. Harnesses shall be terminated on the terminal blocks. B. Output Specifications 1. Power rating (continuous) shall be minimum 1100W /VA, single phase 120 VAC. 2. Output power rating shall be the same regardless of whether or not the BBS is in normal mode or emergency mode of operation. 3. Nominal output voltage shall be 120 VAC ±10% no load to full load, ±5% high line to low line. 4. Output configuration shall be two (2) wire (Hot & Neutral) plus ground. 5. Power Conditioning Common Mode shall be -120 dB, Normal-Mode: -60dB. 6. Grounding shall be single point ground. 7. Output frequency shall be 60Hz ±3 Hz when synchronized with the input power. 8. 60Hz ±0.5Hz when BBS is running on internal clock. 9. Output wave shape shall be TRUE Sine Wave. 10. Output voltage distortion with 100% linear load shall be 10% max THD with any single harmonic no greater than 5%. 11. Transfer Time shall be transfer time shall be less than 10ms. 12. Overload capability shall be 110% for ten (10) minutes, 150% surge. 13. Fault Condition shall be BBS shall withstand a short circuit on the output with no damage. 14. Customer Connection shall be terminal block input and output. a. Terminal block or lug shall accommodate a #6 10 AWG copper wire and shall be clearly labeled Line & Load. 2.6 Battery Specifications A. DC bus voltage shall be 48 VDC nominal. B. Low battery cutoff shall be 42 volts DC. C. DC under voltage cutoff shall be Battery Manufacturer’s recommendations. D. Battery discharge time shall be based on specific battery configuration. E. Engineering to specify the run time’s base on actual test data and empirical calculations. F. Times to be based upon an ambient temperature of between 70 and 80 degrees F. G. The charging voltage shall be based upon the ambient temperature within the BBS enclosure. 1. Actual volts per cell shall be determined by best engineering practice to maximize battery life. 2. This setting shall be factory set. 3. Protection shall be circuit breaker. January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 5 UNINTERRUPTIBLE POWE R SUPPLY – 34 41 19.73 2.7 Fail-Safe Bypass Specification A. Rating 20-amps at 120 VAC. B. Transfer Time shall be 150 milliseconds maximum. C. Power source shall be Line side of the input circuit breaker. 2.8 Monitoring and Meeting Specifications A. Contact rating shall be 125 volts (AC or DC) maximum, 1.00 ampere max, 50 VA / 30 watts max. B. Contacts shall be Form C. C. Customer connection shall be by Terminal Block. D. LED/LCD Display shall be visible in daylight conditions. 2.9 Reliability and Maintainability A. Mean-Time-Before-Failure (MTBF) shall be 80,000 hours. B. Mission MTBF including bypass switch, is 150,000 hours. C. The BBS shall be designed for ease of maintenance and serviceability. D. All components shall be accessible. PART 3 EXECUTION 3.1 System Description and Operation A. The Traffic Signal UPS shall consist of a power conditioning and interface device, battery charger, inverter, batteries, fail-safe bypass, integral automatic transfer switch, protective devices, and monitoring circuitry as specified herein and all housed in the UPS Cabinet. B. The Traffic Signal UPS shall automatically assure continuity of conditioned and Automatic Voltage Regulated (buck-boost functionality) without switching to the batteries to keep the operating load voltage between 85-173VAC. C. Continuity of conditioned, Automatic Voltage Regulated power to the critical load shall be maintained when input power is lost and until input power returns within specifications or until the batteries have been discharged. D. In the instance of a power outage lasting longer than the UPS is capable of supplying power in standby mode, the UPS system shall be capable of automatically qualifying power and returning to normal mode of operation when line power returns. E. The UPS and the Batteries must be hot swappable. 1. There shall be no disruption of the Traffic Signal when removing the UPS or batteries for maintenance. F. The Inverter shall be equipped with an industry standard, I.P. addressable, Ethernet RJ45 port for programming and remote monitoring. G. Programming and communications firmware shall be written to run under Windows XP, 2000 or Vista’s Internet browser, Internet Explorer. H. Inverter programming & Alarms shall also have the ability to be monitored via Ethernet using SNMP protocol. I. The unit shall be capable of sending alarms to alert Traffic Operation Center of an incident with the UPS assembly. 3.2 Modes of Operation A. Normal 1. The UPS shall continuously supply power to the critical load. 2. The charger shall supply temperature compensated DC power to the batteries. 3. The charger shall maintain the batteries in a fully charged state even at low input voltage conditions. 4. The batteries shall remain fully charged. B. Emergency 1. Upon failure of the input AC power source, the critical load shall be supplied by the UPS, which shall obtain its power from the batteries through the Automatic Transfer Switch and Inverter. 2. There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 5 UNINTERRUPTIBLE POWE R SUPPLY – 34 41 19.73 C. Recharge 1. Upon restoration of the input AC power source (prior to complete battery discharge), the UPS shall automatically return to normal operation. 2. If the batteries become completely discharged (batteries have reached the DC cutoff point) the UPS shall automatically restart and resume normal operation including the automatic recharge of the batteries once utility power is restored. D. Fail-safe Bypass Mode 1. In case of UPS failure, the critical load shall continue to operate on utility power. There shall be no disruption of the critical load. E. Downgrade 1. If the batteries are to be taken out of service for maintenance, they shall be disconnected from the UPS by means of a battery circuit breaker and Anderson quick disconnect. 2. The UPS shall continue to function as specified, except for power outage protection and dynamic response characteristics. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 SECTION 34 41 23.39 RADAR PRESENCE DETECTOR PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the installation of Radar Presence Detector (RPD) that detects vehicles on a roadway via processing of radar electromagnetic waves as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. Federal Communications Commission (FCC) B. National Electrical Manufacturers Association (NEMA) C. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. Shall not be affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. 1. Shall not require cleaning and can maintain performance over a wide range of ambient temperatures. C. Shall provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway. 2.2 Sensor Outputs A. Shall present real-time presence data in ten (10) lanes. B. Shall support a minimum of eight (8) zones. C. The RPD shall support a minimum of four (4) channels. D. Shall support user selectable zone to channel mapping. E. Shall use AND logic to trigger channels when all selected zones are active. F. Shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. G. The RPD algorithms shall mitigate detections from wrong way or cross traffic. H. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 2.3 Detectable Area A. Detectable Range 1. Shall be able to detect and report presence in lanes with boundaries as close as six-feet (6) from the base of the pole on which the RPD is mounted. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 2. Shall be able to detect and report presence in lanes located within the 100 ft. arc from the base of the pole on which the RPD is mounted. B. Field of View 1. Shall be able to detect and report presence for vehicles within a ninety (90) degree field of view. C. Lane Configuration 1. Shall be able to detect and report presence in up to ten (10) lanes. 2. Shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.4 System Hardware A. For each approach to be detected, one RPD corner radar shall be used. B. Preassembled Back plate 1. Each RPD shall have a traffic cabinet preassembled back plate with the following: a. AC/DC power conversion b. Surge protection c. Terminal blocks for cable landing d. Communication connection points C. The preassembled back plate for the RPD shall be a cabinet side mount or rack mount. D. Contact Closure Input File Cards. The RPD shall use contact closure input file cards with two (2) or four (4) channel capabilities. E. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 2.5 Maintenance A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be ten (10) years, which is estimated based on manufacturing techniques. 2.6 Physical Properties A. Shall not exceed 4.2 lbs in weight. B. Shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. C. All external parts of the RPD shall be ultraviolet resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. D. Enclosure 1. Shall be enclosed in a Lexan EXL polycarbonate. E. The enclosure shall be classified “f1” outdoor weather ability in accordance with UL 746C. F. Shall be classified as watertight according to the NEMA 250 standard. G. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1. External icing (NEMA 250 clause 5.6) 2. Hose-down (NEMA 250 clause 5.7) 3. 4X corrosion protection (NEMA 250 clause 5.10) 4. Gasket (NEMA 250 clause 5.14) H. Shall be able to withstand a drop of up to five-feet (5’) without compromising its functional and structural integrity. I. Shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connections. 2.7 Electrical A. Shall consume less than 10 W. B. Shall operate with a DC input between 9 VDC and 28 VDC. C. Shall have onboard surge protection. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 2.8 Communication Ports A. Shall have two (2) communication ports, and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the C. RPD’s non-volatile memory over either communication port. D. The RPD shall support the user configuration of the following: 1. Response delay 2. Push port E. The communication ports shall support a 9600 bps baud rate. 2.9 Radar Design A. The RPD shall be designed with a matrix of radars. B. Frequency Stability 1. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. 2. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. 3. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. 4. Shall not rely on temperature compensation circuitry to maintain transmit frequency stability. 5. The bandwidth of the transmit signal of the RPD shall not vary by more than one-percent (1%) under all specified operating conditions and over the expected life of the RPD. C. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. Shall cover a 90 degree horizontal field of view. 4. The side lobes in the RPD two-way antenna pattern shall be -40 dB or less. D. Resolution 1. Shall transmit a signal with a bandwidth of at least 245 MHz. E. RF Channels 1. Shall provide at least eight (8) RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. F. Verification 1. Shall have a self-test that is used to verify correct hardware functionality. 2. Shall have a diagnostics mode to verify correct system functionality. 2.10 Configuration A. Auto-configuration 1. Shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. 2. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. B. Manual Configuration 1. The auto-configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. 2. Shall support the configuring of lanes, stop bars and detection zones in one-foot (1’) increments. C. Windows® Mobile-based Software 1. Shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. 2. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 in the .NET framework. 3. The software shall support the following functionality: a. Operate over a TCP/IP connection January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 b. Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file c. Allow the backed-up sensor configurations to be viewed and edited d. Provide zone and channel actuation display e. Provide a virtual connection option so that the software can be used without connecting to an actual sensor f. Local or remote sensor firmware upgradability 2.11 Operating Conditions A. Shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. B. RPD operation shall continue in rain up to one-inch (1”) per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 2.12 Testing A. FCC 1. Shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. 3. Shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. B. NEMA TS 2-2003 Testing 1. The RPD shall comply with the applicable standards stated in the NEMA TS2-2003 standard. a. Third party test results shall be made available for each of the following tests: (1) Shock pulses of 10 g, 11 ms half sine wave (2) Vibration of 0.5 g up to 30 Hz (3) 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage (4) Cold temperature storage at -49°F for 24 hours (5) High temperature storage at 185°F for 24 hours (6) Low temp, low DC supply voltage at -29.2°F and 10.8 VDC (7) Low temp, high DC supply voltage at -29.2°F and 26.5 VDC (8) High temp, high DC supply voltage at 165.2°F and 26.5 VDC (9) High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.13 Manufacturing A. The RPD shall be manufactured and assembled in the USA. B. The internal electronics of the RPD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. C. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. D. Testing shall include the following: 1. Functionality testing of all internal sub-assemblies 2. Unit level burn-in testing of forty-eight (48) hours’ duration or greater 3. Final unit functionality testing prior to shipment 4. Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 2.14 Support A. The RPD manufacturer shall provide both training and technical support services. B. Training 1. The manufacturer provided training shall be sufficient to fully train installers and January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. 2. The manufacturer provided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. 3. Classroom lab training shall involve presentations outlining and defining the RPD, its functions, and the procedures for proper operation. 4. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPD. 5. To facilitate the classroom presentation and hands- on labs, the manufacturer provided training shall include the following items: a. Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes b. Presentation materials, including visual aids, printed manuals and other handout materials for each student c. Computer files, including video and raw data, to facilitate the virtual configuration of the RPD d. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. e. All other equipment necessary to facilitate the virtual configuration of the RPD 6. Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount and align the RPD correctly. C. Technical Assistance 1. Manufacturer provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and auto-configuration of each supplied RPD. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 2.15 Documentation A. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. B. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: 1. FCC CFR 47 certification (frequency compliance) 2. IED 6100-4-5 class 4 test report (surge) 2.16 Warranty A. Shall be warranted free from material and workmanship defects for a period of two (2) years from date of shipment. 2.17 Cabling A. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. B. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. C. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell’s cable O.D. range to ensure proper sealing. D. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. E. The cable shall be terminated only on the two farthest ends of the cable. F. The cable length shall not exceed 2000 ft for the operational baud rate of RS-485 communications (9.6 Kbps). G. If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. H. If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. I. Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 2.18 In Cabinet Interface Equipment A. The RPD shall be installed using a Preassembled Traffic Cabinet Back plate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. 1. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.19 Power Supply A. If needed, the RPD shall be installed using a manufacturer supplied device or an equivalent AC to DC power converter that meets the following specifications: 1. The power converter shall be power rated at 48 W for temperatures less than 140°F with a 5% power decrease for each degree increase up to 158°F. 2. The power converter shall operate in the temperature range of to -29.2°F to 165.2°F. 3. The power converter shall operate in the humidity range of 5% to 95% at 77°F non- condensing. 4. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. 6. The power converter shall produce an output voltage of 24 VDC ±4%. 7. The power converter shall withstand a voltage across its input and output of 2 kV. a. The power converter shall withstand a voltage across its input and ground of 1.5 kV. 8. The power converter shall conform to safety standards UL 60950 and EN 60950. 9. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000- 3-2, 3. 10. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 11. The terminal blocks shall be color-coded insulation displacement terminal blocks. 12. The terminal blocks shall be prewired to the other in cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.20 Input File Cards A. Shall meet the following: 1. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. The input file card shall translate data packets from the RPD into contact closure outputs. 3. The input file card shall support presence detection. 4. The input file card shall receive data packets over an RS- 485 bus at a baud rate of 9600 bps. 5. The input file card shall auto baud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. The input file card shall comply with the NEMA T S 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). PART 3 EXECUTION 3.1 General A. Shall be installed as recommended by the manufacturer and as indicated on the Drawings or by the Owner. 3.2 Mounting and Installation A. Mounting Assembly 1. Shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. 2. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a twenty-pound (20-lb) load. B. Mounting Location January 2014 City of Corpus Christi Standard Specifications for Construction Page 7 of 7 RADAR PRESENCE DETEC TOR – 34 41 23.3 9 1. Shall be mounted at a height that is within the manufacturer’s recommended mounting heights. 2. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD’s minimum offset. 3. The RPD shall be mounted so that at least twenty-feet (20) along the farthest lane to be monitored is within the field view of the RPD. 4. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. a. Typically, the RPD is tilted off of vertical by 20–30 degrees. 5. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. 6. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. 7. RPDs that are mounted within twenty-feet (20) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. 8. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION APPENDIX PART A GEOTECHNICAL REPORT SUBSURFACE EXPLORATION, PAVEMENT AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) BUFORD STREET TO LOUISIANA AVENUE CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G113101 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 MAY 3, 2013 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 0 EERS FIRM REGISTRATION NO. - 2101 Ff: ... RK C. ROCK.. $413.% .71395 !�:s Mark C. Rock, P.E. k 5j GisTERE G,; Vice President of OperationsAlNwg*T' 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 5 LABORATORY TESTING PROGRAM 5 SUBSURFACE CONDITIONS 6 General 6 Soil Conditions 6 Groundwater Observations 9 OSHA Soil Type Classification 10 Slope Stability Discussion 11 PAVEMENT RECOMMENDATIONS 11 Pavement Discussion 11 Pavement Sections 13 Pavement Construction Considerations 14 Routine Maintenance of Flexible Pavement Systems 16 Earthwork and Foundation Acceptance 16 Dewatering Construction Considerations 16 GENERAL COMMENTS 18 APPENDIX Boring Location Plans Boring Logs B-4, B-10 through B-21 Key to Soil Classifications and Symbols May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 INTRODUCTION This report presents the results of a soils exploration for the proposed Ocean Drive project with limits between Buford Street and Louisiana Avenue to be constructed in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and Freese and Nichols, Inc. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P121112B (Revision No. 1) dated January 25, 2013. The scope of work was approved and incorporated into a City of Corpus Christi's Agreement for "Construction Materials Engineering Laboratory's Inspection and Materials Testing Services" and signed by a representative of Rock Engineering and Testing Laboratory, Inc. Purpose and Scope Based on information provided to RETL, the proposed project will include narrowing Ocean Drive from a 6 travel lane roadway to a 4 travel lane roadway with a divided median and bike lanes. It is understood that the profile grade line of the roadway will remain the same. In addition, new utility lines will be installed. The depth the utility lines will be installed below finished pavement has not been determined. 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 and to provide flexible pavement sections suitable for 30 -year pavement designs. • Provision of recommendations on the suitability of recycling the existing asphalt roadway to be re -used as base material for a flexible pavement section. If the material is suitable, RETL will provide recommendations suitable for 30 -year pavement designs. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide this recommendation in the final 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. 1of18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 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. 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 Freese and Nichols, 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 the City of Corpus Christi and Freese and Nichols, Inc. for the specific application for the proposed Ocean Drive with project limits between Buford Street and Louisiana Avenue 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 Ocean Drive Rehabilitation, including the boring number, depth, location and thickness of pavement constituents performed for this project, borings B-12 through B-21, and including select boring information obtained for Proposed Ocean Dr. at Elizabeth; RETL Project No. G111213, City of CC Project No. E11088, including borings B-1 through B-4, B-10 and B-11, are provided in the table below: 2 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 OCEAN DR.; BUFORD ST. TO LOUISIANA AVE. Boring No ; Boring Depth; Location and Depth of HMAC & Flexible Base Material Bor. No. g Boring Depth (ft) Location HMAC (in) Base (in) B-1 10 N 27° 46.670' W 97° 23.644'; Ocean Dr.; 60' N from Int. of Ocean Dr. & Elizabeth St.; SBL; Left Outside Lane 4.50 11.00 B 2 10 N 27° 46.685' W 97° 23.646'; Ocean Dr.; 85' N from Int. of Ocean Dr. & Elizabeth St.; SBL; Left Inside Lane 4.00 12.00 B 3 10 N 27° 46.690' W 97° 23.649'; Ocean Dr.; 120' N from Int. of Ocean Dr. & Elizabeth St.; SBL; Left Turn Lane 3.50 12.00 B 4 50 N 27° 46.686' W 97° 23.633'; Ocean Dr.; 85' N from Int. of Ocean Dr. & Elizabeth St.; Adjacent to the NBL Shoulder 12.00 6.00 B 10 20 N 27° 46.532' W 97° 23.573'; Ocean Dr.; 200' S from Int. of Ocean Dr. & Ayers St., 12' from Curb; NBL 5.00 4.00 B 11 20 N 27° 46.480' W 97° 23.543'; Ocean Dr.; 475' S from Int. of Ocean Dr. & Ayers St., 7' from Curb; NBL 4.50 4.00 B 12** 20 N 27° 46.881' W 97° 23.698'; Ocean Drive; 170' S of Buford St.; 15' from west edge of pavement; Middle SBL 4.50 - B 13 60 N 27° 46.817' W 97° 23.686'; Ocean Drive; 70' S of Craig St.; 8' from east edge of pavement; Outside NBL 6.00 12.00 B 14 5 N 27° 46.768' W 97° 23.666'; Ocean Drive; 75' N of Morgan Ave.; 6' from east edge of pavement; Middle NBL 5.50 6.00 B-15 5 N 27° 46.716' W 97° 23.658'; Ocean Drive; 150' S of Morgan Ave.; 23' from west edge of pavement; Inside SBL 4.75 6.50 B 16* 20 N 27° 46.522' W 97° 23.584'; Ocean Drive; 200' S of Ayers St.; 5' from west edge of pavement; Outside SBL 4.00 6.00 B 17 20 N 27° 46.483' W 97° 23.554'; Ocean Drive; 475' S of Ayers St.; 16' from west edge of pavement; Middle SBL 3.50 7.00 B 18 5 N 27° 46.464' W 97° 23.535'; Ocean Drive; 150' N of Del Mar Blvd.; 6' from east edge of pavement; Inside NBL 4.75 8.25 B 19 20 N 27° 46.418' W 97° 23.510'; Ocean Drive; 100' S of Del Mar Blvd.; 5' from west edge of pavement; Outside SBL 3.00 7.00 B 20 5 N 27° 46.354' W 97° 23.456'; Ocean Drive; 40' N of Atlantic St.; 16.5' from west edge of pavement; Inside SBL 4.00 7.50 B 21* 20 N 27° 46.288' W 97° 23.368'; Ocean Drive; 20' N of Louisiana Ave.; 5' from east edge of pavement; Middle NBL 4.25 5.75 Where: NBL = North Bound Lane SBL = South Bound Lane 3 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 *Borings B-1, B-2, B-3, B-16 and B-21 subgrade soils indicated the presence of lime when subjected to phenolphthalein. Borings B-1, B-2 and B-3 were performed within 60 -feet of each other north of the intersection of Ocean Drive and Elizabeth Street. Due to their close proximity, these borings are omitted from the borings included in the Appendix. **At boring B-12, 6 1/2 -inches of concrete was encountered. Borings B-5 through B-9 were not included in the table above due to their locations being performed either on the tied sidewalk to Ocean Drive north bound lane at the top of slope or at the toe of slope studied in RETL Report G111213 and therefore not considered to be applicable to estimating the thickness of the existing pavement constituents for re -use into the proposed pavement or design of the proposed pavements. The borings performed for this project were used to determine the classification and strengths of the in-situ soils. 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 for the borings included in the table above are included in the Appendix with the exception to borings B-1, B-2 and B-3 which were all performed within approximately 60 -feet of each other in the south bound lane of Ocean Drive north of Elizabeth Street and boring B-4, which is included in the Appendix, was performed at approximately the same station but in the north bound lane. 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 samples were obtained employing both split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)". Undisturbed samples were obtained using thin-wall tube sampling procedures in accordance with the procedures for "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. 4 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. Field Tests and Measurements OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. 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 the sum of 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. 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 at the boring locations were not provided. Therefore, all depths referred to in this report are from the actual ground surface at the boring locations during the time of our field investigation, unless elevations are specifically referenced to. 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 dry unit weight determinations (ASTM D2937), 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). Estimated soil strengths were obtained using a hand penetrometer. 5 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 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 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 standard penetration tests, pocket penetrometer tests, 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. 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 at this site encountered and provided in RETL Report G111213 (City of Corpus Christi Project No. E11088) depicted as borings B-4 through B-11 as well as the soil conditions during this phase of the site investigation depicted as borings B-12 through B-21 have been summarized and soil properties including soil classification, strength and the soil parameters recommended for use when designing of braced excavations are provided in the following tables: 6 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 Soil Profile Table - Borings B-4 and B-7 (G111213) Elev. Description C 4) C' 4)' Ka Kp Ye 37 to 31 Fat/Lean CLAY FILL 2000 0 520 25 0.40 2.5 120 31 to 25 Fat CLAY 2400 0 520 27 0.38 2.6 120 25 to 17 Poorly Graded SAND & Silty Clayey SAND 0 33 0 33 0.29 3.4 115 17 to 9 Fat CLAY 2300 0 520 27 0.38 2.6 120 9 to 2 Poorly Graded SAND 0 30 0 30 0.33 3.0 55 2 to -23 Fat/Lean CLAY & CLAYEY Sand 3000 0 520 27 0.38 2.6 60 Soil Profile Table - Boring B-5 (G111213) Elev. Description C 4 C' 4)' Ka Kp Ye 38 to 33 Fat CLAY FILL 1500 0 520 25 0.40 2.5 120 33 to 28 Fat/Lean CLAY 3400 0 520 27 0.38 2.6 120 28 to 10 Fat/Lean CLAY 1500 0 520 25 0.40 2.5 120 10 to -5 Silty SAND 0 33 0 33 0.29 3.4 55 -5 to -22 Fat/Lean CLAY 2100 0 520 27 0.38 2.6 60 Soil Profile Table - Borings B-6, B-8 and B-9 (G111213) Elev. Description C 4) C' 0' Ka Kp Ye 37 to 29 Fat CLAY FILL 1600 0 520 25 0.40 2.5 120 29 to 11 Fat/Lean CLAY & CLAYEY Sand 750 0 400 20 0.50 2.0 120 11 to 0 Fat/Lean CLAY & CLAYEY Sand 750 0 400 20 0.50 2.0 60 0 to -23 Fat CLAY & CLAYEY Sand 2600 0 520 27 0.38 2.6 60 7 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 Soil Profile Table - Boring B-10 (G111213) Elev. Description C 4 C' (I)' Ka Kp ye 34.8 to 34.1 Pavement Constituents Not Applicable 34.1 to 25 Fat/Lean CLAY 650 0 400 20 0.50 2.0 120 25 to 15 Lean CLAY 3000 0 520 27 0.38 2.6 120 Soil Profile Table - Boring B-11 (G111213) Elev. Description C 4) C' 4)' Ka Kp Ye 34.8 to 34.1 Pavement Constituents Not Applicable 34.1 to 15 Fat CLAY 3450 0 520 27 0.38 2.6 120 Soil Profile Table - Boring B-12 to B-21 (G113101) Elev. Description C 4 C' 4' Ka Kp Ye 38 to 16 Fat CLAY FILL 2000 0 520 25 0.40 2.5 120 16 to 1 Silty SAND &Poorly Graded SAND 0 36 0 36 0.26 3.9 55 1 to -22 Fat/Lean CLAY 2800 0 520 27 0.38 2.6 60 Where: Elev. = Elevation (ft) LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) 4) = Angle of Internal Friction, deg. (undrained) C' = Drained Shear Strength (psf) 4,' = Drained Angle of Internal Friction (degrees) ye = Effective soil unit weight, pcf Ka= Active Earth Pressure Coefficient Kp = Passive Earth Pressure Coefficient Exceptions to the generalized soil conditions may exist. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. A composite base sample was subjected to Atterberg limits tests to determine the plasticity. The liquid limit (LL) was 41 -percent and the plasticity index (PI) was 18. The trench protection should be designed to provide the most conservative design given the design parameters provided in the tables above. 8 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 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 -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 Depth Below Ground Surface at Boring Location BORING NO. GROUND SURFACE EL. 0 BORING LOCATION DURING DRILLING UPON COMPLETION B-4 37.0 GW at 28' Dry and Caved at 22' B-5 37.9 GW at 25' N/A B-6 37.2 GW at 28' N/A B-7 36.8 GW at 28' N/A B-10 34.8 Dry Dry and Open B-11 34.8 Dry Dry and Open B-12 33.71 Dry Dry and Open B-13 38.12 GW @ 24' Dry and Caved at 20' B-14* 37.37 Dry Dry and Open B-15* 37.65 Dry Dry and Open B-16 35.85 Dry Dry and Open B-17 35.97 Dry Dry and Open B-18* 35.56 Dry Dry and Open B-19 34.85 Dry Dry and Open B-20* 33.67 Dry Dry and Open B-21 27.71 Dry Dry and Open 9of18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 *Borings were terminated at a depth of 5 -feet. 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 at the shallowest depth near the 24 -foot depth below the ground surface, or an elevation of approximately 14 -feet at boring location B-13. 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 predominate soil strengths and classifications encountered at this site during this phase of the field investigation to the depth of 20 -feet at the boring locations: D DESCRIPTION OSHA Soil Type Classification 0-20 Firm to Very Stiff Clay above the Water Table Type B 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 1 'h Horizontal : 1 Vertical 10 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 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. Slope Stability Discussion The slope stability of the bayside soil topography was thoroughly analyzed during earlier site investigations at this site. For a more thorough discussion, see RETL Geotechnical Reports G111213 and its Supplements No. 2 and No. 3. It appears, based on actual slopes, the most critical area of concern was addressed in these previous studies. An observation of the slopes to the south of Holiday Inn retaining wall in the vicinity of boring B-13 indicate a average slope of approximately 8H:1V. Based on RETL's experience in the vicinity of this project and the strengths of the soils encountered at boring B-13, it is RETL's opinion that the conditions observed will have safety factors on the order of, or greater than, those conditions previously analyzed. PAVEMENT RECOMMENDATIONS Pavement Discussion Based on information provided to RETL, the proposed project will include narrowing Ocean Drive from a 6 travel lane roadway to a 4 travel lane roadway with a divided median and bike lanes. It is understood that the profile grade line of the roadway will remain the same. In addition, new utility lines will be installed. The depth the utility lines will be installed below finished pavement has not been determined. It should be noted, given the average thickness of the existing pavement constituents the structural number (SN) of the existing roadway is estimated to be on the order of a 2.8. 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. 11 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 • The availability of suitable materials to be used in the construction of the pavement and their relative costs. • Acceptability of the existing pavement constituents for recycling into the proposed pavement section. • Adjacent site conditions, distance to potential stockpile locations, etc. • Presence of fill and behavior of existing pavements. Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon laboratory testing, local experience and well established correlations between soil classification and pavement design parameters the estimated CBR and K values for the predominate natural surficial fat clay soils encountered at this site are, 3 and 100 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 30 year traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations: • 2% Growth • 2% Trucks • 50/50 Directional Traffic Distribution • 70/30 Lane Traffic Distribution • Terminal Serviceability Index - 2.0 • Most Recent ADT Provided by City of Corpus Christi - 13,476 VPD (2010) for the south bound traffic If the owner or consultant provides considerations that conflict with any of design considerations assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental pavement section recommendations are warranted. It is understood that 18 -wheel tractor trailer rigs are prohibited from utilizing Ocean Drive. The percent trucks utilized included trucks ranging from single units to 18 -wheel multiple unit trucks. The actual number of 18 -wheel trucks assumed to use the design lane was calculated at 7 18 -wheel tractor trailer rigs per day. ADT numbers calculated for 30 -years, calculated 18 -kip Equivalent Single Axle Loads (ESAL) for both flexible and rigid pavements, calculated required structural number and minimum rigid pavement thickness are provided in the table below for 30 -year pavement designs: 12 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 Ocean Drive; Summary of Pavement Design Criteria Limits: Buford St. to Louisiana Ave. 30 Yr. ADT 24,410 Flex. ESAL's 1,687,383 Rigid ESAL's 1,815,545 Required SN 4.43 Rigid Concrete Pavement Thickness (in) 7" It appears as if the existing pavement constituents could be utilized as sub -base for the flexible pavement section provided the existing pavement constituents are not contaminated during the salvaging operations. Particular care should be taken when salvaging the pavement constituents in the vicinity of B-12 given that concrete was encountered at this location and the limits of the concrete was not verified. In addition to the thicknesses of the existing pavement constituents encountered, it appears as if approximately 8 -inches of recoverable material can be counted on taking into account that the full thickness of the pavement constituents cannot be salvaged in an attempt to avoid contamination of the recycled base. RETL recommends an approximate ratio of 50/50 HMAC to base mixture, erring to more base, as the recycled base material for use as sub- base recommended in this report. The availability of City of Corpus Christi owned property adjacent to the jobsite will facilitate the viability of reusing the existing base material due to short haul distances for the contractor. The City of Corpus Christi should consider allowing the contractor to utilize these properties for stockpiling the recycled materials, otherwise excessive haul distances will likely omit the use of the recycled materials into the proposed pavement due to economics. The condition of the existing roadway, evidence of fill soils and historical information indicate that fill soils were likely placed along the alignment of the existing roadway. There is not information indicating that the fill soils were placed using moisture and density control, but there is evidence that the fill soils may be adversely affecting the existing pavement as evidenced by the visible distress in the outside north bound lane. Improperly placed fill soils will settle and their time to settlement may take years. Settlement under a flexible pavement will result in distress that can be observed, monitored and once progression of the distress warrants repairs the repairs are relatively easy to perform. Whereas with rigid pavement, the settlement will still occur but the rigid pavement will span voids and may not reveal any distress until a catastrophic failure occurs due to loading on unsupported pavement. In RETL's opinion, a gradual problem that can be monitored and corrected as opposed to a catastrophic failure is the preferred situation. Therefore, only recommendations for flexible pavement will be provided in this report. Pavement Sections The recommended flexible pavement sections calculated using the American Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF PAVEMENT STRUCTURES," are provided in the following table: 13 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 30 YEAR FLEXIBLE PAVEMENT SECTIONS 1 2 3 4 5 6 7 8 Type D HMAC 2" 2" 2" 2" 4" 4" 4" 4" Type B HMAC 3.5" 3.5" 3.5" 3.5" --- --- --- --- Flex Base Material Type A Gr. 1 11" 11" 9" 10" 16" 16" 14" 14" L.S. Subgrade (5 %%) 8" No No No 8" No No No Geogrid TX5 No No TX5 No No No TX5 No Geogrid BX -1100 No BX -1100 No No No BX -1100 No No Salvaged, 50/50 HMAC/Base Material No No No 8" No No No 8" Calculated SN 4.49 4.49 4.45 4.51 4.56 4.56 4.55 4.44 Min. Required SN 4.43 4.43 4.43 4.43 4.43 4.43 4.43 4.43 Pavement Construction Considerations 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. Upon completion of the raw subgrade preparation, depending on the pavement section selected for this project, lime shall be mixed with the scarified subgrade soils. Lime stabilization shall be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Lime shall be mixed into the raw subgrade soils based on 5 1/2 -percent of the maximum dry unit weight of the raw subgrade soils as determined by the standard Proctor (ASTM D698). After the proper curing time, usually 24 to 48 -hours, the lime stabilized soils should be remixed and compacted to a minimum density of 98 -percent of the maximum dry density as determined by a standard Proctor test (ASTM D698) and at, or above, the optimum moisture content. Where specified in any tables in this report requiring salvaged stockpiled and replaced base material, the contractor's operations shall be be performed in accordance with TxDOT Item 251, "REWORKING BASE COURSES." The "sub -base" shall be placed on properly prepared subgrade soils and compacted to a minimum density of 98 -percent of the maximum dry density as determined by a standard Proctor test (ASTM D698) and within 1 1/2 -percent of the optimum moisture content. 14 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 Upon completion of the raw subgrade preparation, depending on the pavement section selected for this project, a layer of the specified geogrid shall be placed on the properly prepared raw subgrade or sub -base and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the City of Corpus Christi, 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 1 1/2 -percent of the optimum moisture content. RETL recommends placing a single course seal coat or a prime coat (MC -30 or MC -70) on the finished flexible base material prior to placing the HMAC courses. A seal coat should be utilized if opened to traffic. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D and Type B surface and base courses, respectively. Maximum thickness of HMAC placement for the types of HMAC recommended are provided in the following table: Maximum Recommended Compacted Lift Thickness HMAC Mixture Type Maximum Compacted Lift Thickness Type B HMAC 5" Type D HMAC 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." Consideration for increasing the stiffness of the PG asphaltic asphalt binder in the HMAC within intersections in an attempt to minimize problems associated with rutting, shoving and bleeding is recommended. 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. 15 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 Routine Maintenance of Rigid-ntrd Flexible Pavement Systems The pavement sections provided in this report are designed based 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. 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 its investment by incorporating an aggressive maintenance program. Earthwork and Foundation Acceptance 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 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. 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 24 -feet. It is RETL's understanding that utility lines will not be installed to depths greater than 20 -feet, but the depths required for the utilities has not been determined at the time this report was being prepared. 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. 16 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 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). 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. 17 of 18 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 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. 18 of 18 APPENDIX i`t o1. -V?ice R I }A 404 r �r • MN T p} .s 91 pori. 'yPat=W ; i + L'' h . ..APs. 1-0:ck, - 1 F 41V • Pa' (9. V in, s ' P`S NA 1 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. A 4— t BORING LOCATION PLAN NO SCALE OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. BORING LOCATION PLAN NO SCALE OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. BORING LOCATION PLAN NO SCALE ry. 4 OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 Lr May 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. BORING LOCATION PLAN NO SCALE OCEAN DRIVE (BOND 2012)(CITY OF CC PROJECT NO. E12093) Buford Street to Louisiana Avenue; Corpus Christi, Texas RETL Job No.: G113101 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 LOG OF BORING B-4 SHEET 1 of 1 0 o �4rRs Rock Engineering & Testing Lab., Inc. 6817 Leopard St. *0 ' O C *If" Corpus Christi, TX 78409 4eo QPM Telephone: (361) 883-4555 44r09y ` pQ� Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E11088) PROJECT: Prop. Ocean Dr. At Elizabeth LOCATION: Ocean Dr.; Corpus Christi, TX P NUMBER: G111213 DATE(S) DRILLED: 08/01/11 - 08/01/11 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 LIMIT DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 28' during the drilling operations. Dry and caved at 22' upon completion of the drilling operations. SURFACE ELEVATION: 37.0 n 0 ° PLASTIC LIMIT z U F a DESCRIPTION OF STRATUM LL PL PI ASPHALT [12.04"1 - u : Z. : • • ! ,, 10 S-1 SH s-2 SH S-3 SH S-4 Fa N= 17 m 111P= 4.5+ P= 4.5+ = P= 4.5+ 11 10 15 13 ----_- 69 71 22 23 47 48 116 12.7 69 90 - ► 1 :.► ;. : , dark brown, dry, very stiff. SANDY FAT CLAY, dark gray, dry, very stiff. (CH) Same as above, gray and brown. FAT CLAY brown, dry, very stiff, slightly slickensided. (CH) - I. 15 s-5 S-6 rRN=23 • N= 25 1 3 7 POORLY GRADED SAND, with clay, brown, dry, medium. Same as above. i / 20 4 /r 25 4 SS SH S-8 �� N. 8 P= 4.5 I 22 20 v 72 24 48 102 4.9 99 FAT CLAY, brown and greenish gray, dry, stiff. Same as above, very stiff, slightly slickensided. (CH) 30 � 35 Y� /40 �1 x / 45 o� on NS S-9 S 10 SH S-11 SH S- 2 SH�1 -13 @ N=17 1 r4 N= 17 P=4.0 P= 4.5+ P= 4.5+ 23 23 29 25 24 4 POORLY GRADED SAND, brown, moist, medium. Same as above. FAT CLAY, greenish gray and brown, moist, very stiff. Same as above. Same as above. 50' ■■■■.-■ Boring was terminated at a depth of 50 -feet. z — o N - STANDARD PENETRATION TEST RESISTANCE m, o P = POCKET PENETROMETER RESISTANCE 0 T - POCKET TORVANE SHEAR STRENGTH o REMARKS: Boring depth and location was determined by RETL. Boring operations were performed b RETL at GPS Coord. N 27° 46.686' W 97° 23.633'. Boring Location: Ocean Dr.; 85' N from Int. of Ocean Dr. & Elizabeth St.; NBL; Right Outside Lane = Norm tiountl Lane SHEET 1 of 1 *.*' AFs Rock Engineering & Testing Lab., Inc. �� O � '�0 6817 Ls Christi,hard T Corpus TX 78409 44.0 QP4 Telephone: (361)883-4555 94ro Fax: (361) 883-4711 ay 04 CLIENT: City of Corpus Christi (#E11088) PROJECT: Prop. Ocean Dr. At Elizabeth LOCATION: Ocean Dr.; Corpus Christi, TX p NUMBER: G111213 DATE(S) DRILLED: 11/02/11 - 11/02/11 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 COMFIltJIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operations. Dry and open upon completion of the drilling operations. SURFACE ELEVATION: 34.8 LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI ASPHALT (5.00") _ _ 5 _ _ 10 - - _ 7 15 - _ S-1 ' P= SH S-2 SH S-3 SH1 s-5 SH S-6 SH S-7 0.5 ' P= 0.5 ' P= 1.25 P= 1.0 —— 1 P= 1.0 1 P= 3.25 P= 4.5 1 30 34 31 29 — — 20 23 18 56 57 — — — 49 19 20 — — 17 37 37 — — — 32 — — — — — — 78 76 — — 72 BASE MATERIAL (4.00") FAT CLAY, with sand and calcareous deposits, dark gray and brown, moist, soft. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. (CH) Same as above, brown and gray, firm. (CH) -1 FAT CLAY, with calcareous nodules, brown and gray, moist,• (firm. JI LEAN_CLAY, with sand and calcareous deposits, brown and gray, moist, firm. (CL) Same as above, brown and greenish gray, moist, very stiff. Same as above. 20 N 5 0 0 iJ 0 0 0 K C7 0 ui > 0 0 z 0 0 ,n N Boring was terminated at a depth of 20 -feet. 2 o N - STANDARD PENETRATION TEST RESISTANCE m o P -POCKET PENETROMETER RESISTANCE cJ T - POCKET TORVANE SHEAR STRENGTH El REMARKS: Boring depth and location was determined by Freese and Nichols, Inc. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.532' W 97° 23.573'. Boring Location: Ocean Dr.; 200' S from Int. of Ocean Dr. & Ayers St.; 12' from curb; NBI 0 LOG OF FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 BORING B-11 SHEET 1 of 1 CLIENT: City of Corpus Christi (#E11088) PROJECT: Prop. Ocean Dr. At Elizabeth LOCATION: Ocean Dr.; Corpus Christi, TX NUMBER: G111213 DATE(S) DRILLED: 11/02/11 -11/02/11 LABORATORY DATA 5 z 0 U O N 15 - 20 - SAMPLE NUMBER w a 2 \�/ SH 8-1 SH S-2 SH S-3 SH S-4 SH S-5 SH 8-6 SH S-7 z 0 ce Lu o� �oo�� OZZWO U0 _Jo °ufio zao: MOISTURE CONTENT (%) ATT ERBERG IMITS F (LIQUID LIMIT 'PLASTIC LIMIT w 0 z U a PI DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during the drilling operations. Dry and open upon completion of the drilling operations. SURFACE ELEVATION: 34.8 1 1 1 1 1 1 P= 4.5+ 1 P= 4.5+ P= 4.5+ P= 4.5+ P= 4.5+ P= 4.5 P= 4.5+ 31 21 16 19 16 19 16 58 65 58 20 21 20 38 44 38 67 78 76 DESCRIPTION OF STRATUM ASPHALT (4.50"), SASE MATERIAL 14.00"} 1 SANDY FAT CLAY, with calcareous deposits, dark gray, \moist, very stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. FAT CLAY, with sand and calcareous deposits, dark gray, moist, very stiff. (CH) Same as above, brown and gray, dry. Same as above, with gypsum. (CH) FAT CLAY, with gypsum, reddish brown and greenish gray, dry, very stiff. Same as above, brown and greenish gray. Same as above. Boring was terminated at a depth of 20 -feet. N -STANDARD PENETRAT P - POCKET PENETROME T - POCKET TORVANE SH 2 ION TER EAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by Freese and Nichols, Inc. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.480' W 97° 23.543'. Boring Location: Ocean Dr.; 475' S from Int. of Ocean Dr. & Ayers St.; 7' from curb; NBL NBL ' North Bound Lane BORING B-12 SHEET 1 of 1 a a i� Alts Rock Engineering & Testing Lab., Inc. <t O r$ 6817 CorpusLChard Street Christi, Texas 78409 4eo Qy Telephone: (361) 883-4555 44To co Fax: (361) 883-4711 y ``' CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Cor us Christi, TX P NUMBER: G113101 DATE(S) DRILLED: 02/18/13 - 02/18/13 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 (%) GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 33.7 LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI \ASPHALT (4.50"1 - _ - SH S-1 Ss s-2was P= 1.0 1 N= x 12 22 24 43 14 29 49 `CONCRETE (6.50"1 CLAYEY SAND, brown, moist, firm. (SC) Presence of lime not indicated using phenolphthalein, a lime indicating \solution. Same as above, stiff. I- = - 10 _ Ais- "j- 15 _ SH s-3 ss S-6 sS7 ' P= 1.5 Z N. 4 Z N= 6 $ N= 5 Z N= 7 25 25 z2 21 21 35 13 22 67 57 SANDY LEAN CLAY, brown, moist, stiff. (CL) Same as above, firm. Same as above. SANDY LEAN CLAY, brown, moist, firm. Same as above. 20 - .-- E E :7 J L o x a [7 ui > z G a 0 O 0 0 0 Boring was terminated at a depth of 20 -feet. 0 — o N - STANDARD PENETRATION TEST RESISTANCE LL P -POCKET PENETROMETER RESISTANCE 0 T - POCKET TORVANE SHEAR STRENGTH o REMARKS: Boring depth and location was determined by RETL. Boring operatios were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27°46.881' W 97° 23.698'. Boring Location: Ocean Drive; 170' S of Buford St.; 15 from west edge of pavement; ioaIe south noun lane LOG OF BORING B-13 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 SHEET 1 of 1 CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/15/13 - 02/15/13 LABORATORY DATA SOIL SYMBOL 1— a. SAMPLE NUMBER 5 10 - 0 8 a Li; o 0 3— E N - STANDARD PENETRATION o P - POCKET PENETROMETER o T - POCKET TORVANE SHEAR J 20 • 25 - 30 - 35 - 40 45 - SS S-1 SH S-2 SH S-3 SH S-4 SH S-5 Ss S-6 50 - 55 - 60 z 0 cc c7)cciz z LL zz UY mOO�O z6: o_o MOISTURE CONTENT (%) ATTERBERG LIMITS H 0 LL ;13- 'PLASTIC LIMIT 0 0 z U 1— Pi Pl DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 24' during drilling operations. Dry and caved at 20' upon completion of drilling operations. SURFACE ELEVATION: 38.1 1 N= 4 P= 1.5 P= 1.5 P= 2.25 P= 2.5 20 31 35 31 29 69 79 24 45 25 54 94 1.2 99 DESCRIPTION OF STRATUM ASPHALT (6.00"1 BASE MATERIAL (12.00"). FAT CLAY, gray and brown, dry, firm. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, moist, stiff. (CH) Same as above. FAT CLAY, gray and brown, moist, stiff. Same as above, greenish gray, slickensided. (CH) SS V S-7 SS v S-8 N= 16 18 ss V S-9 N= 36 4 N= 36 Q 22 N= 17 23 NP NP NP 16 9 CLAYEY SAND, greenish gray, moist, very stiff. SILTY SAND, brown, dry, dense. Same as above, moist. Clay seam encountered. POORLY GRADED SAND, with silt, brown, moist, medium. (SP -SM) SS S -10L SS S-11 SH ' S-12 SH ' S-13 N= 20 21 N=12 26 SH S-14 ' SH S-15 P= 4.5+ 22 P= 4.5 25 1 P= 4.5+ 19 P= 4.5+ 18 68 24 44 99 2.1 95 100 70 FAT CLAY, greenish gray and brown, dry, very stiff. Same as above, moist, stiff. Same as above, dry, very stiff. FAT CLAY greenish gray and brown, moist, very stiff, slickensided. (CH) Same as above, dry. Same as above, with sand. TEST RESIST RESISTANCE STRENGTH ANCE Boring was terminated at a depth of 60 -feet. REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.817' W 97° 23.686'. Boring Location: Ocean Drive; 70' S of Craig St.; 8' from east edge of pavement; Outside north undlane LOG OF FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 BORING B-14 SHEET 1 of 1 CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/15/13 - 02/15/13 LABORATORY DATA 5 SAMPLE NUMBER SH S-1 SH S-2 w a \m/ P= 2.0 P= 2.5 MOISTURE CONTENT (%) 30 30 ATT ERBERG IMITS F 'LIQUID LIMIT 69 ;°- 'PLASTIC LIMIT z U H 5 a 28 PI 41 DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) 88 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: 37.4 DESCRIPTION OF STRATUM igkl ASPHALT (5.50"). BASE MATERIAL (6.00" FAT CLAY, dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. ,Same as above, gray. Boring was terminated at a depth of 5 -feet. U O 0 M C7 N - STANDA o P - POCKET of T - POCKET J RD PENETRATION PENETROMETER TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.768' W 97° 23.666'. Borin Location: Ocean Drive; 75' N of Morgan Ave.; 6' from east edge of pavement; Middle north bound lane LOG OF BORING B-15 SHEET 1 of 1 `ao a ���` Fs Rock Engineering & Testing Lab., Inc. Ls Christi,hard Street � , 0 C Two Corpus Corpus Texas 78409 e'94To vo� Felephone: (361)3 883-4555 -4711 4k 05' CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX P NUMBER: G113101 DATE(S) DRILLED: 02/18/13 - 02/18/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger IL SYMBOL PTH (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 (%) GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 37.6 LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI (4.75"1 7_ = 4 SH S-1 SH S-2not ' P= 2.0 ' P= 2.0 33 37 89 31 58 97 ` \ASPHALT BASE MATERIAL (6.50"1 FAT CLAY, greenish gray, moist, stiff. Presence of lime was indicated using phenolphthalein, a lime indicating solution. \Same as above. (CH) 5 2 J u� S C i 2 u a 3 e 3 3 2 3 Boring was terminated at a depth of 5 -feet. z N - STANDARD PENETRATION TEST RESISTANCE a`P -POCKET PENETROMETER RESISTANCE os T - POCKET TORVANE SHEAR STRENGTH D REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.716' W 97° 23.658'. Boring Location: Ocean Drive; 150' S of Morgan Ave.; 23' from west edge of pavement; nsice soutn oouno Lane LOG OF FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 BORING B-16 SHEET 1 of 1 CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/18/13 - 02/18/13 LABORATORY DATA SOIL SYMBOL 2 w SAMPLE NUMBER W a i �/ MOISTURE CONTENT (%) ATT LIMITS is 2 J 5 a J LL (PLASTIC LIMIT 0 z 0 PI DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stern Auger 5 10 - j 15 - 20 N r 0J 0 0 0 CC a ui CL 0 z 0 O 0 0 0 0 0 ss S-1 SH S-2 SH S-3 SH S-4 SH S-5 Ss S-6 SH S-7 N= 15 1 1 z P= 2.0 P= 2.5 P= 3.25 P= 3.0 N= 12 P= 3.0 31 27 26 21 25 15 52 31 21 36 15 56 18 38 109 1.8 85 50 GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 35.9 DESCRIPTION OF STRATUM PHALT (4.00"1 BASE MATERIAL (6.00") LIME STABILIZED SUBGRADE dark gray, moist, stiff. (SC) Presence of lime was indicated using phenolphthalein, a lime indicating solution. FAT CLAY, brown and gray, moist, stiff. Same as above. Same as above, with sand, very stiff. (CH) FAT CLAY gray, moist, very stiff. SANDY LEAN CLAY, greenish gray, moist, stiff. Same as above, very stiff. Boring was terminated at a depth of 20 -feet. • N - STANDARD PENETRATION • P - POCKET PENETROMETER T - POCKET TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27°46.527 W 97° 23.584'. Boring Location: Ocean Drive; 200' S of Ayers St; 5' from west edge of pavement; Outs' a south bound lane SHEET 1 of 1 o $��‘ �s Rock Engineering & Testing Lab., Inc. aG``' T',y 6817 Leopard Street ``, ' 0 C .° Corpus Christi, Texas 78409 q60 �p� Telephone: (361)883-4555 4 j. 09.. Fax: (361) 883-4711 9p ``' CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/18/13 - 02/18/13 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 COMPRt55NE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 36.0 LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI 01 _ _ 5 10 =' l- - SH SH S-2 SH S-3 SH SH S-5 ' P= 2.5 1 P= 3.0 ' P= 3.0 P= 3.0 1 P= 3.0 24 24 23 19 20 57 20 37 79 80 A f- SASE MATERIAL (7.00"1 FAT CLAY, with sand, gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray and brown, very stiff. Same as above, brown. (CH) FAT CLAY, brown, dry, very stiff. Same as above, with calcareous deposits, moist. _ 15 - A= ,,_ _ SH S-6 SS S-7 ' P= 4.5+ X N= 11 14 16 33 15 18 115 1.7 49 CLAYEY SAND, brown, dry, very stiff. (SC) Same as above, moist, stiff. 20 N l� 1- 0 J -J YE U O O 0 ui > CC 0 U 0 0 0 F2 Boring was terminated at a depth of 20 -feet. 0— oN - STANDARD PENETRATION TEST RESISTANCE 0 ®P -POCKET PENETROMETER RESISTANCE o T - POCKET TORVANE SHEAR STRENGTH El REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.483' W 97° 23.554'. Boring Location: Ocean Drive; 475' S of Ayers St.; 16' from west edge of pavement; iooie soutn oouna lane LOG OF BORING B-18 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/15/13 - 02/15/13 LABORATORY DATA 0 F o_ 0 5 N 1- 0 0 U O ui z 0 U O 0 M t7 (7 2 N - STANDARD PENETRATION P - POCKET PENETROMETER 8 T - POCKET TORVANE SHEAR 8 SAMPLE NUMBER SH S-1 SH S-2 a \u/ MOISTURE CONTENT (%) A TTERBERG LIMITS 0 0 LL PLASTIC LIMIT 0 z (7)- a. n. PL PI COMPRESSIVE 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: 35.6 DESCRIPTION OF STRATUM 1 1 P. 4.5+ P= 4.5+ 20 21 45 30 15 74 ASPHALT (4.75" l BASE MATERIAL (8.25" l LEAN CLAY, with sand, dark gray, dry, very stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. f Boring was terminated at a depth of 5 -feet. TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.464' W 97° 23.535'. Boring Location: Ocean Drive; 150' N of Del Mar BNd.; 6' from east edge of pavement; Inside north bound lane LOG OF BORING B-19 SHEET 1 �o ` 05'sFs Rock Engineering & Testing Lab., Inc. #s) 1 o 6817 Leopard Street Corpus Christi, Texas 78409 1 O Telephone: (361) 883-4555 94 fie Fax: (361) 883-4711 9r OP CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/18/13 - 02/18/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger ISOIL 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: 34.9 LL PL PI DESCRIPTION OF STRATUM 0 5 10 - - 15 '5, 6th U)th 6th w( 6( \ASPHALT 13.00"). 15 P= 2.0 P= 1.25 P= 2.5 3.0 P= 4.5+FAT P= 4.5+ 29 30 30 26 20 20 19 62 64 20 20 42 44 102 106 1.2 1.6 78 80 79 BASE MATERIAL. (7.00"1 FAT CLAY, with sand, gray and brown, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown. (CH) Same as above, firm. FAT CLAY, with sand and calcareous deposits, brown, moist, stiff, slightly slickensided. (CH) Same as above, greenish gray and brown, very stiff. CLAY, greenish gray and brown, moist, very stiff. Same as above, dry, slickensided. t D 20 Boring was terminated at a depth of 20 -feet. N - STANDARD PENETRATION TEST RESISTANCE 5 P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH 2 REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.418' W 97° 23.510'. Boring Location: Ocean Drive; 100' S of Del Mar Bivd.; 5' from west edge of pavement; utsuae south bouna pane LOG OF BORING B-20 P`�o 4 CLIENT: City of Corpus Christi (#E12093) 0,0 FSr Rock Engineering & Testing Lab., Inc. PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. 6817 Leopard Street �`, ' .° Corpus Christi, Texas 78409 LOCATION: Ocean Drive; Corpus Christi, TX <0o O C v qeo � Telephone: (361)883-4555 NUMBER: G113101 9yTo Q° Fax: (361) 883-4711 11. N` DATE(S) DRILLED: 02/18/13 - 02/18/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): IL 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 (%) Hollow Stem Auger 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: 33.7 LL PL PI DESCRIPTION OF STRATUM (4.00"l SH \ASPHALT F- // = S-1' P= 4.5+ 18 ,BASE MATERIAL (7.50"l • _ SH S-2 ' P. 4.5+ 17 51 18 33 78 FAT CLAY, with sand, gray, moist, very stiff. Presence of lime indicated 5 - was not using phenolphthalein, a lime indicating solution. Same as above, dry. (CH) i •i i i i i 1 ) ) e Boring was terminated at a depth of 5 -feet. 5 N - STANDARD PENETRATION TEST RESISTANCE 3' P -POCKET PENETROMETER RESISTANCE > DE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.354' W 97° 23.456'. Boring Location: Ocean Drive; 40' N of Atlantic St.; 16.5' from west edge of pavement; nstae so um oouna lane LOG OF BORING B-21 SHEET 1 of 1 `�o �,���' Fsr� Rock Engineering & Testing Lab., Inc. a 6817 Leopard Street `` '0C Corpus Christi, Texas 78409 �° Telephone: (361) 883-4555 44T 99° Fax: (361) 883-4711 r 0�° CLIENT: City of Corpus Christi (#E12093) PROJECT: Ocean Dr. - Buford St. to Louisiana Ave. LOCATION: Ocean Drive; Corpus Christi, TX NUMBER: G113101 DATE(S) DRILLED: 02/15/13 - 02/15/13 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: 27.7 LL PL PI DESCRIPTION OF STRATUM _ SS S-1 N= 13 28 45 34 11 1ASPHALT (4.25") \BASE MATERIAL (5.751. IJME STABILIZED SUBGRADE, brown, dry, stiff. (CL) Presence of lime was indicated using phenolphthalein, a lime indicating solution. �/` j f 5 - - _ 10 - SH S-2' SH sH S-4 • P- 2.0 ' P= 4.0 ' P= 4.25 21 17 18 73 LEAN CLAY, with sand, brown, moist, stiff. Same as above, very stiff. Same as above. LEAN CLAY, with sand, brown, moist, very stiff. (CL) SANDY LEAN CLAY, brown, dry, very stiff. - s -b t P= 4.5+ 19 47 16 31 112 2.8 80 4 _ 15 - SS S-6 S B N= 22 R N= 19 17 13 54 Same as above. s i 7 i i i i 1 0 7 20 Boring was terminated at a depth of 20 -feet. .1 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 23.368% roCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.288' W 97° Boring Location: Ocean Drive; 20' N of Louisiana Ave.; 5 from east edge of pavement; iccie no oouno 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 . TERMS CHARACTERIZING SOIL STRUCTURE Symbol Major Divisions Letter Hatching Color NAME GW • `' • p Well – graded gravels or gravel – sand mixtures, little or no fines 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) GRAVEL GP ka pPoorly-graded ( wix gravels or gravel – sand mixtures, little or no fines AND GRAVELLY SOILS GM y` ),. ( -', 0 Silty gravels, gravel – sand – silt mixtures COARSE GRAINED SOILS GC 40 /' • _i w >- Clayey gravels, gravel - sand – clay mixtures SWor • , Well - graded sands or gravelly sands, little no fines SAND Sp w o: Poorly – graded sands or gravelly sands, little or no fines AND SANDY SOILS SM YELLOW Silty sands, sand – silt mixtures SC /�% Clayey sands, sand – clay mixtures ML -/i, GREEN Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SYMBOLS FOR TEST DATA M/C = 15 – Natural moisture content in percent. = 95 – Dry unit weight in lbs/cu ft. Qu = 1.23 – Unconfined compression strength in tons/ sq ft. 51 – 21 – 30 – Liquid limit, Ptastic limit, and Plasticity index. 30% FINER – Percent finer than No. 200 mesh sieve 30 B/F – Blows per foot, standard penetration test. V – Ground water table. SILTS AND CLAYS CL; % —• = Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays FINE GRAINED LL < 50 OL Organic silts and organic silt -clays of low plasticity SOILS SILTS - MH Jw Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts AND CLAYS LL > 50 CH / m Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silts HIGHLY ORGANIC SOILS P: ORANGE Peat and other highly organic soils 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 O 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. PART B SIGNALIZATION CUT-SHEETS SmartSensor Advance Features SmartSensor Advance The Wavetronix SmartSensor Advance™ bridges the gap between safety and efficiency with one-of-a-kind SafeArrival™ technology. SafeArrival allows custom management of intersections based upon the estimated time of arrival (ETA), speed and range of vehicles approaching the stop bar. 17' to 40' (see mounting guidelines ) Mounts on vertical pole or mast arm PLAN VIEW 500' max. 50' min. 50' max. Advance detection at signalized ■ intersections Patented digital wave radar ■ Breakthrough SafeArrival technology ■ for safe and efficient dilemma zone protection Easy integration with the ■ SmartSensor Matrix into the same Intersection Preassembled Backplate Latched channel functionality for ■ queue length detection Cost savings due to extended 500-ft. ■ range Auto-configuration software for PC ■ and Pocket PC Easy integration with Wavetronix ■ Click! products Non-intrusive, aboveground position ■ makes sensor easy to install Consistent all-weather, all-condition ■ performance WX-500-0070 wAVETRONIX TM 1 SmartSensor Advance Electrical Power consumption: 3.2 W @ 12 VDC ■ Supply voltage: 9–28 VDC ■ Onboard surge protection ■ Communication Ports Two half-duplex RS-485 com ports support: ■ Dedicated detection comms à Configuration, verification or traffic display without à disrupting detection comms Firmware upgradability over any com port ■ User configurable: ■ Baud rate à Response delay à Ordering Information Part Number — WX-SS-200V Standard backplate WX-SS-200V-002 Full rotational backplate WX-SS-200VR retrofitted sensor with standard backplate WX-SS-200VR-002 retrofitted sensor with full rotational backplate Recommended Accessories Wavetronix Install Kit — WX-SS-KIT ■ Click! 112/114 rack cards — WX-CLK-112/114 ■ Click! 172/174 rack cards — WX-CLK-172/174 ■ SmartSensor 6-conductor cable — WX-SS-704-xxx/705 ■ Intersection Preassembled Backplate AC — ■ WX-SS-B01-0003/WX-SS-B01-0005 Intersection Preassembled Backplate DC — ■ WX-SS-B01-0002/WX-SS-B01-0004 Intersection Preassembled Rack — ■ WX-SS-B02-0003/WX-SS-B02-0002 Wavetronix 78 East 1700 South Provo, UT 84606 Phone: 801-764-0277 Fax: 801-764-0208 Email: sales@wavetronix.com Website: www.wavetronix.com Technical Specifications Measured Quantities and Outputs Per-vehicle range, speed, stop-bar ETA ■ Dynamic density (a measure of instantaneous roadway ■ efficiency) Number of simultaneous vehicle detections: 25 ■ Logic filters for zone output ■ Combinational logic applied to zone outputs for alert output ■ Channel output from multiple alerts ■ Latched channel output controlled by alerts and timer ■ Delay and extend settings used for channel outputs ■ Number of channels: 8 ■ Detection data available via serial communications ■ Detectable Area Maximum mounting distance from center of lanes: 50 ft. ■ (15.2 m) Maximum mounting height: 40 ft. (12.2 m) ■ Detection area: 50 to 500 ft. (15.2 m to 152.4 m) ■ Percentage of vehicles detected before 400 ft. (121.9 m): large ■ vehicles 95%; all motor vehicles 90% Performance Detection accuracy: large vehicles 98%; all motor vehicles 95% ■ Range accuracy: ±10 ft. (3 m) for 90% of measurements ■ Speed accuracy: ±5 mph (8 kph) for 90% of measurements ■ ETA accuracy: ±1 sec. for 85% of measurements ■ Performance Maintenance No cleaning or adjustment necessary ■ No battery replacement necessary ■ Mean time between failures: 10 years (estimated based on ■ manufacturing techniques) Physical Properties Weight: 3.8 lbs. (1.7 kg) ■ Physical dimensions: 13.2 in. × 10.6 in. × 3.8 in. (33.5 cm x ■ 26.9 cm x 9.7 cm) Resistant to corrosion, fungus, moisture deterioration and ■ ultraviolet rays Enclosure: Lexan polycarbonate ■ Outdoor weatherable: UL 746C ■ Watertight by NEMA 250 standard ■ NEMA 250 compliant for: ■ External icing (clause 5.6) à Hose down (clause 5.7) à 4X corrosion protection (clause 5.10) à Gasket (clause 5.14) à Withstands 5-ft. (1.5-m) drop ■ Connector: MIL-C-26482 ■ Ships with rotational backplate for 360° roll ■ www.wavetronix.com2 SmartSensor AdvancewAVETRONIXTM 3 Contact closure data output frequency à Supported baud rates: 9600, 19200, 38400, 57600 and ■ 115200 bps Contact closure data output frequency: ■ Minimum: 50 ms à Default: 130 ms à Contact closure data latency (varies with baud rate and output ■ frequency): Minimum: 55 ms (this is achieved using 57600 bps baud à rate and 50 ms output frequency) Default: 142 ms (this is achieved using 9600 bps baud à rate and 130 ms output frequency) Radar Design Operating frequency: 10.5–10.55 GHz (X-band) ■ No manual tuning to circuitry ■ Transmit modulated signals generated digitally ■ No temperature-based compensation necessary ■ Bandwidth stable within 1% ■ Printed circuit board antennas ■ Antenna vertical 6 dB beam width (two-way pattern): 80° ■ Antenna horizontal 6 dB beam width (two-way pattern): 10.5° ■ Antenna two-way sidelobes -40 dB ■ Transmit bandwidth: 45 MHz ■ Un-windowed resolution: 11 ft. (3.4 m) ■ RF channels: 4 ■ Configuration Automatic and manual configuration of detection sensitivity in ■ 5-ft. (1.5-m) increments Channel outputs: 8 ■ Alerts per channel: 4 (32 total) à Zones per alert: 4 (128 total) à Zone size increment: 5 ft. (1.5 m) ■ Maximum detection zone size: 450 ft. (137.2 m) ■ High speed and low speed detection filters ■ Speed filter increment: 1 mph (0.3 m) ■ Upper and lower ETA filters ■ ETA filter increment: 0.1 seconds ■ Upper and lower count filters ■ Count filter increment: 1 ■ Graphical user interface with traffic representation ■ Display of configured alerts and their actuation ■ Vehicle track file logging ■ Supported operating systems: ■ Windows® Mobile (Socket Mobile 650-M) à Windows XP à Windows Vista à Windows 7 à Software supported functionality: ■ Auto-find baud rate à Auto-find serial port à TCP/IP connectivity à Virtual sensor connections à Sensor configuration backup and restore à Operating Conditions Accurate performance in: ■ Rain up to 4 in. (10.2 cm) per hour à Freezing rain à Snow à Wind à Dust à Fog à Changing temperature à Changing lighting (even direct light on sensor at dawn and à dusk) Ambient operating temp: -40°F to 165°F (-40°C to 74°C) ■ Humidity: up to 95% RH (non-condensing) ■ Testing Tested under FCC CFR 47, part 15, section 15.245 ■ FCC certification on product label ■ FCC regulation-compliant for life of the sensor ■ Tested under NEMA TS 2-1998 ■ Shock pulses of 10 g, 11 ms half sine wave à Vibration of 0.5 g up to 30 Hz à 300 V positive/negative pulses à Stored at -49ºF (-45ºC) for 24 hours à Stored at 185ºF (85ºC) for 24 hours à Operation at -29.2ºF (-34ºC) and 10.8 VDC à Operation at -29.2ºF (-34ºC) and 26.5 VDC à Operation at 165.2ºF (74ºC) and 26.5 VDC à Operation at 165.2ºF (74ºC) and 10.8 VDC à Manufacturing Manufactured in the USA ■ Surface mount and wave solder assembly ■ IPC-A-610C Class 2–compliant ■ Operational testing: ■ Sub-assembly test à 48-hour unit level burn-in à Final unit test à Unit test results available ■ Support Training and tech support available from Wavetronix ■ Wavetronix training includes: ■ Installation and configuration instruction to ensure à accurate performance Classroom and in-field instruction à Knowledgeable trainers à Use of presentation materials à Virtual configuration using computer playback à Instruction in use of computer and handheld devices and à other necessary equipment SmartSensor Advance Wavetronix tech support includes: ■ Technical representatives available for installation and à configuration Ongoing troubleshooting and maintenance support à Documentation Comprehensive user guide ■ Installer quick-reference guide ■ User quick-reference guide ■ Documentation available upon request: ■ Detection accuracy à Range accuracy à Earliest range of detection à Speed accuracy à ETA accuracy à FCC CFR 47 certification à NEMA 250 standard for type 4X enclosure third-party test à data NEMA TS 2-1998 standard third-party test data à Warranty Two-year warranty against material and workmanship defect ■ The advertised detection accuracy of the company’s sensors is based on both external and internal testing, as outlined in each product’s specification document. Although our sensors are very accurate by industry standards, like all other sensor manufacturers we cannot guarantee perfection or assure that no errors will ever occur in any particular applications of our technology. Therefore, beyond the express Limited Warranty that accompanies each sensor sold by the company, we offer no additional representations, warranties, guarantees or remedies to our customers. It is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each application within their particular system(s). www.wavetronix.com4 SmartSensor Advance The CTAD shall provide vehicle call and extend data on up to eight channels that can be connected to contact closure modules compliant with NEMA TS 1, NEMA TS 2, 170, and 2070 controller cabinets. The CTAD shall be capable of providing data for each tracked detection over the serial ports. When vehicular track file data is available on the serial ports, the data is then available on the communications network without the use of a traffic controller or a contact closure data recorder. Vehicular track file data is useful for traffic study applications and for performing comparisons between traffic sensors. 3.0 Detectable Area. 3.1 Mounting Location. The CTAD shall be able to detect and report vehicle information when mounted within 50 ft. (15.2 m) of the center of the lanes of interest. The CTAD shall be able to detect and report vehicle information when mounted at heights up to 40 ft. (12.2 m) above the road surface. 3.2 Detection Range. The CTAD shall be able to detect and report information on the roadway located with the near boundary at 50 ft. (15.2 m) from the base of the pole on which the CTAD is mounted. The CTAD shall be able to detect and report information on the roadway located with the far boundary at 500 ft. (152.4 m) from the base of the pole on which the CTAD is mounted. For incoming traffic, 95 percent of large vehicles within the line-of-site of the CTAD shall be detected and reported before they arrive 400 ft. (121.9 m) from the sensor. For incoming traffic, 90 percent of all motor vehicles within the line-of-site of the CTAD shall be detected and reported before they arrive 400 ft. (121.9 m) from the sensor. 4.0 Performance. 4.1 Detection Accuracy. The CTAD shall detect at least 98 percent of large vehicles like truck-trailer combinations and at least 95 percent of all motor vehicles within the line-of-sight of the CTAD sensor where multiple detections of multi-unit vehicles are not considered false detections and merged detections of adjacent lane vehicles are not considered missed detections. SmartSensor Advance Bid Specification 1.0 General. This item shall govern the purchase of above- ground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor Advance™. A CTAD detects vehicles by transmitting electromagnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the CTAD. The returned signals are then processed to determine traffic parameters. CTADs are not affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. CTADs provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway. This property not only makes them safer to install but also more cost-effective than sensors that require roadway modifications or placement. 2.0 Measured Quantities and Outputs. The CTAD shall detect range, speed, vehicle estimated time of arrival (ETA) to the stop bar for vehicles or clusters of vehicles moving in the user-selected direction of travel. The CTAD shall also detect instantaneous roadway efficiency. The CTAD shall be able to simultaneously detect and report information from up to 25 vehicles on the roadway when they are serially sequenced between the near and far boundaries. The CTAD shall turn on a zone output when the range, speed, ETA, and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. The CTAD shall turn on an alert output on when the user- defined zone output combinational logical is satisfied. The CTAD shall turn on a normal channel output when any of the channel’s alerts is on and the channel’s delay and extend time constraints are satisfied. The CTAD shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied. The CTAD shall turn off a latched channel output when the off alert is turned on or the max timer expires and the extension time is satisfied. Channel outputs are used to create contact closures which can be used as inputs into a traffic controller. wAVETRONIX TM 5 SmartSensor Advance • 4X corrosion protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The CTAD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. The CTAD enclosure shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connections. 7.0 Electrical. The CTAD shall consume less than 4 W @ 12 VDC. The CTAD shall operate with a DC input between 12 VDC and 28 VDC. The CTAD shall have onboard surge protection. 8.0 Communication Ports. The CTAD shall have two communication ports, and both ports shall communicate independently and simultaneously. Two independent communication ports allow one port to be used for configuration, verification and traffic monitoring without interrupting communications on the dedicated data port. The CTAD shall support the upload of new firmware into the CTAD’s non-volatile memory over either communication port. The CTAD shall support the user configuration of the following: • Baud rate • Communication port response delay • Contact closure output frequency Both communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. The contact closure output frequency shall be user configurable as short as 10 ms, with a default near 130 ms for compatibility. Contact closure data shall be reliably communicated over homerun cable connections as long as 600 ft. (182.9 m) with latency from the time of channel requirement satisfaction to the eventual reporting of the detections on the back edge of the contact closure card in 15 ms or less. Contact closure data latency is dependent on baud rate and output frequency settings. The required minimum must be achievable when the baud rate is set to a high value and the output frequency is set to a frequent value. 4.2 Range Accuracy. The CTAD shall provide range measurements in which 90% of the measurements are accurate within 10 ft. (3 m) when the vehicle is tracked independently. 4.3 Speed Accuracy. The CTAD shall provide per vehicle speed measurements in which 90% of the measurements are accurate within 5 mph (8 kph) when tracked independently. 4.4 ETA Accuracy. The CTAD shall provide estimated time-of-arrival (ETA) measurements in which 85% of the measurements are accurate within one second, when the detected vehicles are tracked independently at a constant speed above 40 mph (64 kph) and are within 2.5 and 5.5 seconds of the stop bar. 5.0 Performance Maintenance. The CTAD shall not require cleaning or adjustment to maintain performance. The CTAD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. Once the CTAD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 years, which is estimated based on manufacturing techniques. 6.0 Physical Properties. The CTAD shall not exceed 4 lbs. (1.8 kg) in weight. The CTAD shall not exceed 14 in. × 11 in. × 4 in. (35.6 cm x 27.9 cm x 10.2 cm) in its physical dimensions. All external parts of the CTAD shall be ultraviolet-resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. 6.1 Enclosure. The CTAD shall be enclosed in a Lexan polycarbonate. The enclosure shall be classified “f1” outdoor weatherability in accordance with UL 746C. The CTAD shall be classified as watertight according to the NEMA 250 standard. The CTAD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External icing (NEMA 250 clause 5.6) • Hose-down (NEMA 250 clause 5.7) www.wavetronix.com6 SmartSensor Advance The vertical beam width of the CTAD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. This enables the CTAD to provide simultaneous detection from the nearest to the farthest ranges. The vertical beam width of a CTAD determines the field of view in which it can detect traffic. The horizontal beam width of the CTAD at the 6 dB points of the two-way pattern shall be 11 degrees or less. A narrow horizontal beam width narrows the field of view of the CTAD to the lanes of interest and helps to exclude the traffic traveling in the opposite direction. The sidelobes in the CTAD two-way antenna pattern shall be -40 dB or less. Low sidelobes ensure that the performance from the antenna beam widths is fully achieved. 9.3 RF Channels. The CTAD shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 10.0 Configuration. 10.1 Auto-configuration. The CTAD shall have a method for automatically configuring the sensitivity of detection in at least 5-ft. (1.5-m) increments. This allows the sensor to quickly and accurately record the intensity of roadside clutter and set appropriate rejection thresholds to avoid false detections at different ranges. The auto-configuration method shall not prohibit the ability of the user to manually adjust the CTAD configuration. The CTAD shall support the configuration of up to eight channel outputs with up to four alerts per channel and up to four zones per alert, resulting in 32 configurable alerts and 128 configurable zones. 10.2 Zone Configuration. The CTAD shall support the configuring of zones in 5-ft. (1.5-m) increments. The CTAD shall support detection zones as long as 450 ft. (137.2 m). The ability to define one large zone simplifies and enhances configuration when compared to point detection schemes. The CTAD shall support user configurable high-speed and low-speed detection filters for each zone. The CTAD shall support the configuring of speed filters in 1-mph (1.6-kph) increments. 9.0 Radar Design. 9.1 Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. This specification ensures that, during operation, the CTAD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Analog and microwave components within a CTAD have characteristics that change with temperature variations and age. If the output transmit signal is not referenced to a stable frequency source, then the CTAD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocated band and thus will be non-compliant with FCC regulations. The CTAD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. Temperature-based compensation techniques have been shown to be insufficient to ensure transmit frequency stability. One reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the CTAD shall not vary by more than 1% under all specified operating conditions and over the expected life of the CTAD. The bandwidth of a CTAD directly affects the measured range of a vehicle. A change in bandwidth causes a direct error in the measured range, i.e., a 5% change in bandwidth would cause a range error of 10 ft. (3 m) for a vehicle at 200 ft. (61 m). If the bandwidth changes by more than 1% due to seasonal temperature variations and component aging, then the CTAD will need to be frequently reconfigured to maintain the specified accuracy. 9.2 Antenna Design. The CTAD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF connectors and cabling that result in decreased reliability. Printed circuit antennas are less prone to physical damage due to their extremely low mass. wAVETRONIX TM 7 SmartSensor Advance These filters can be to provide superior gap management for green extension applications at signalized intersections, especially when a high-speed traffic stream presents a limited number of opportunities to gap out. Qualified count is tied to the number of vehicles that meet the range, speed and ETA requirements of a zone. For example, for green extension it may be required that there are two vehicles detected within 2.5 to 5.5 seconds of the stop bar traveling above 35 mph (56 kph), instead of just one. The logic is that if only one vehicle is in the dilemma zone, this is not as threatening as if there are two vehicles (one following the other). The following vehicle may incorrectly assume that the lead vehicle will try to clear the intersection and cause a rear-end collision. Rear-end collisions are the most common form of collision at a signalized intersection. 10.3 Windows®-based Software. The CTAD shall include graphical user interface software that displays the current traffic pattern using a graphical traffic representation. A visual representation of traffic patterns allows an installer to quickly associate specific detections with corresponding vehicles, and it facilitates verification of CTAD performance. The graphical user interface shall also display all configured alerts and provide visual representation of their actuation. The graphical user interface shall provide a means of logging the vehicular track files with an update rate of greater than five times per second. The user configured baud rate will effect the rate at which log files are logged. This requirement must be met at higher baud rates. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista, and Windows 7 in the .NET framework. The software shall support the following functionality: • Automatically find the correct baud rate • Automatically find the correct serial communication port • Operate over a TCP/IP connection • Provide a virtual sensor connection for software usabilty without a sensor • Give the operator the ability to save/back up the CTAD configuration to a file or load/restore the CTAD configuration from a file 11.0 Operating Conditions. The CTAD shall maintain accurate performance in all weather conditions, including The speed thresholds can be used to provide superior gap management for green extension applications at signalized intersections, especially when a high-speed traffic stream presents a limited number of opportunities to gap out. For example, when the operational objective is to increase safety by extending the green light for law-abiding high-speed drivers, reporting of low-speed vehicles is not desirable. On the other hand, when the operational objective is to increase efficiency by extending the green light for clearance of a low-speed traffic queue, reporting of high-speed vehicles is not desirable In addition, these speed filters can be configured to screen out reporting of detections that may adversely impact operational objectives. For example, low speed filters can also be used to screen out detection of low-speed clutter like unwanted detection of turn-only bays, pedestrians, swaying trees, and vibrating signs. The CTAD shall support user configurable upper and lower estimated time-of-arrival (ETA) filters for each zone. The CTAD shall support the configuring of ETA filters in increments of 0.1 seconds. The ETA thresholds can be used to provide superior gap management for green extension applications at signalized intersections, especially when a high-speed traffic stream presents a limited number of opportunities to gap out. For example, when the operational objective is to increase safety by extending the green light for law-abiding high-speed drivers, reporting of vehicles upstream of 5.5 seconds and downstream of 2.5 seconds may not be desirable. Vehicles with 2.5 to 5.5 seconds are commonly considered to be in the driver dilemma zone when the light turns yellow. However, motorists closer than 2.5 seconds can easily clear the intersection and those beyond 5.5 seconds can be expected to stop. Dilemma zone protection has been shown to reduce red-light running and rear- end collisions. ETA filtering provides a dynamic form of dilemma zone protection that adapts when traffic speeds rise above or fall below design assumptions used with traditional methods of fixed-point detection. ETA filtering also constrains reporting of detections to provide more gap out opportunities, avoid the likelihood of reaching maximum green, and maximize the effective use of green by timing clearance of the last vehicle. Therefore, ETA filtering also provides practical efficiency benefits. The CTAD shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. The CTAD shall support the configuring of qualified count filters in increments of one. www.wavetronix.com8 SmartSensor Advance The CTAD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: • Functionality testing of all internal sub-assemblies • Unit level burn-in testing of 48 hours’ duration or greater • Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased CTAD by serial number, upon request. 14.0 Support. The CTAD manufacturer shall provide both training and technical support services. 14.1 Training. The manufacturer-provided training shall be sufficient to fully train installers and operators in the installation, auto-configuration, and use of the CTAD to ensure accurate CTAD performance. The manufacturer-provided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. Classroom lab training shall involve presentations outlining and defining the CTAD, its functions, and the procedures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual CTAD. To facilitate the classroom presentation and hands-on labs, the manufacturer-provided training shall include the following items: • Knowledgeable trainer or trainers thoroughly familiar with the CTAD and its processes • Presentation materials, including visual aids, printed manuals and other handout materials for each student • Computer files, including video and raw data, to facilitate the virtual configuration of the CTAD • Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. • All other equipment necessary to facilitate the virtual configuration of the CTAD Field training shall provide each trainee with the hands- on opportunity to install and configure the CTAD at the roadside. Training shall be such that each trainee will mount and align the CTAD correctly. 14.2 Technical Assistance. The manufacturer-provided technical support shall be available according to contractual agreements and a technical representative available to assist with the physical installation, alignment, and configuration of each supplied CTAD. Technical support shall be provided thereafter to assist rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. CTAD operation shall continue in rain up to 4 in. (10.2 cm) per hour. The CTAD shall be capable of continuous operation over an ambient temperature range of -40°F to 165°F (-40°C to 74°C). The CTAD shall be capable of continuous operation over a relative humidity range of 5% to 95% (non-condensing). 12.0 Testing. 12.1 FCC. Each CTAD shall be Federal Communications Commission (FCC) certified under CFR 47, part 15, section 15.245 or 15.249 as an intentional radiator. The FCC certification shall be displayed on an external label on each CTAD according to the rules set forth by the FCC. The CTAD shall comply with FCC regulations under all specified operating conditions and over the expected life of the CTAD. 12.2 NEMA TS 2-1998 Testing. The CTAD shall comply with the applicable standards stated in the NEMA TS 2-1998 Standard. Third party test results shall be made available for each of the following tests: ● Shock pulses of 10 g, 11 ms half sine wave ● Vibration of 0.5 g up to 30 Hz ● 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage ● Cold temperature storage at -49°F (-45°C) for 24 hours ● High temperature storage at 185°F (85°C) for 24 hours ● Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC ● Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 VDC ● High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC ● High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC 13.0 Manufacturing. The CTAD shall be manufactured and assembled in the USA. The internal electronics of the CTAD shall utilize automation for surface mount and wave solder assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. wAVETRONIX TM 9 SmartSensor Advance with troubleshooting, maintenance, or replacement of CTADs should such services be required. 15.0 Documentation. CTAD documentation shall include a comprehensive user guide as well as an installer quick- reference guide and a user quick-reference guide. The CTAD manufacturer shall supply the following documentation and specification test results at the time of the bid submittal: • Detection accuracy • Range accuracy • Earliest range of detection • Speed accuracy • ETA accuracy • FCC CFR 47 certification • NEMA 250 standard for Type 4X Enclosure third-party test data • NEMA TS 2-1998 standard third-party test data 16.0 Warranty. The CTAD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. www.wavetronix.com10 SmartSensor Advance The CTAD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. The CTAD shall be mounted at least 30 ft. (9.1 m) to the side of any such overhead structures. 2.3 Cabling. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the backshell’s cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon’s KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2207-2002- PVCGY or an equivalent cable that conforms to the following specifications: ● The RS-485 conductors shall be a twisted pair. ● The RS-232 and RS-485 conductors shall have nominal capacitance conductor to conductor of less than 45 pF/ft at 1 kHz. ● The RS-232 and RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/1000 ft. (304.8 m) at 68°F (20°C). ● The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. (304.8 m) at 68°F (20°C). ● Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall have a single continuous run with no splices. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed the following limits for the operational baud rate of RS-485 communications: Baud Rate Cable Length 115.2 Kbps 300 ft. (91.4 m) 57.6 Kbps 600 ft. (182.9 m) 38.4 Kbps 800 ft. (243.8 m) 19.2 Kbps 1000 ft. (304.8 m) 9.6 Kbps 2000 ft. (609.6 m) SmartSensor Advance Installation Specification 1.0 General. This item shall govern the installation of an aboveground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor Advance. CTAD can provide accurate, consistent, and reliable data provided they are installed properly. The requirements in this specification are intended to ensure proper CTAD installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly. The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm, or other solid structure. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The CTAD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a 20-lb. (9.1-kg) load. 2.2 Mounting Location. The CTAD shall be mounted at a height that is within the manufacturer’s recommended mounting heights. The CTAD shall be mounted at an offset from the center of the lanes of interest that is consistent with the CTAD’s maximum offset. The CTAD shall be mounted in a forward-fire position, looking towards either approaching or departing traffic. The CTAD shall be mounted so that it is pointed within 10 ft. (3 m) of the target point as defined by the manufacture’s table of target points for mounting offsets and mounting heights. The CTAD shall be mounted so that its vertical center line is within 5 degrees of the lanes of interest as described the manufacture’s documentation. Aligning the CTAD’s center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. Two CTAD units shall not be mounted so that they are pointed directly at each other. CTADs that are mounted within 20 ft. (6.1 m) of each other shall be configured to operate on different RF channels regard-less of the pointing direction of the CTAD. wAVETRONIX TM 11 SmartSensor Advance The power converter shall operate in the humidity range of 5% to 95% at 77°F (25°C) non-condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC ±4%. The power converter shall have a hold-up time of greater than 20 ms at 120 VAC. The power converter shall withstand a voltage across its input and output of 2 kV. The power converter shall withstand a voltage across its input and ground of 1.5 kV. The power converter shall comform to safety standards UL 60950 and EN 60950. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2, 3. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 2.6 Input File Cards. If input file cards are used in the detection system, then the Click! 172, Click! 174 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. The input file card shall translate data packets from the CTAD into contact closure outputs. The input file card shall support actuation mode (passage detection output in real time) of operation. The input file card shall receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. The input file card shall autobaud and auto-detect a CTAD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). NOTE: These represent maximum data rates. The data rate used should be the minimum data rate required for operation. If communication is conducted over the RS-232 bus, then the RS-232 driver must be able to source and sink ±7 mA or more. The cable length shall not exceed the following limits for the operational baud rate of R-S232 communications: Baud Rate Cable Length 115.2 Kbps 40 ft. (12.2 m) 57.6 Kbps 60 ft. (18.3 m) 38.4 Kbps 100 ft. (30.5 m) 19.2 Kbps 140 ft. (42.7 m) 9.6 Kbps 200 ft. (61 m) NOTE: These represent maximum data rates. The data rate used should be the minimum data rate required for operation. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft. (33.5 m). If 24 VDC is being supplied for the CTAD then the cable length shall not exceed 600 ft. (182.9 m). If a cable length of 600 ft. (182.9 m) to 2000 ft. (609.6 m) is required, the power cable shall be an ANIXTER 2A-1402 or equivalent cable that meets the following requirements: ● 10 AWG conductor size/gauge ● 2 conductor count ● Stranded cable type ● Bare copper material ● 600 V range ● 194°F (90°C) temperature rating ● PVC/nylon insulation material ● PVC—polyvinyl chloride jacketing material ● 25 A per conductor Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 2.4 Lightning Surge Protection. The CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000-4-5 Class 4 specifications. The lightning surge protection unit shall be the Wavetronix Click!™ 200 or equivalent. 2.5 Power Supply. The CTAD shall be installed using the Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications. The power converter shall be power rated at 15 W or greater at 77°F (25°C) and 10 W or greater at 165°F (74°C). The power converter shall operate in the temperature range of to -29°F to 165°F (-34°C to 74°C). www.wavetronix.com12 SmartSensor Matrix SmartSensor Matrix The SmartSensor Matrix™ is a first-of-its-kind stop bar presence detector designed for use at signalized intersections to detect vehicles with the reliability of radar and with all the advantages of non-intrusive detection. 15' to 30' (see mounting guidelines ) M ounts on ver tical pole or mast arm PLAN VIEW 100' max. 100'max. WX-500-0071 Features Matrix of radars for two-dimensional ■ coverage Tracks vehicles through a 90 degree ■ field of view that extends out 100 ft. (30.5 m) Includes Radar Vision™ technology to ■ detect and track in two dimensions Reports real-time presence of both ■ moving and stopped vehicles Standard detector-rack contact-clo- ■ sure interface Easy to install and operate ■ Supports curved and angled lanes ■ Includes preassembled cabinet back- ■ plate, reducing the need to field wire Automated manufacturing process ■ Patented auto-configuration process ■ Patented Digital Wave Radar II™ ■ technology Remote accessible for traffic monitor- ■ ing and sensor management Flash upgradable ■ Robust to changing temperature, light ■ and weather conditions wAVETRONIX TM 1 SmartSensor Matrix 4X corrosion protection (clause 5.10) à Gasket (clause 5.14) à Withstands 5-ft. (1.5-m) drop ■ Connector: MIL-C-26482 ■ Rotational backplate for 360º of roll ■ Electrical Power consumption: 9 W ■ Supply voltage: 9–28 VDC ■ Onboard surge protection ■ Communication Ports Two half-duplex RS-485 com ports support: ■ Dedicated detection comms à Configuration, verification or traffic display without disrupt- à ing detection comms Firmware upgradability over any com port ■ User configurable: ■ Response delay à Push port à Radar Design Operating frequency: 24.0–24.25 GHz (K-band) ■ Matrix of radars ■ No manual tuning to circuitry ■ Ordering Information Part Number — WX-SS-225 Recommended Accessories Wavetronix Install Kit — WX-SS-KIT ■ Click! 112/114 detector rack cards — WX-CLK-112/114 ■ SmartSensor 6-conductor cable — WX-SS-704-xxx/705 ■ Intersection Preassembled Backplate AC/DC — ■ WX-SS-B01-0002/3/4/5 Intersection Preassembled Rack — ■ WX-SS-B02-0002/3 Wavetronix 78 East 1700 South Provo, UT 84606 Phone: 801-764-0277 Fax: 801-764-0208 Email: sales@wavetronix.com Website: www.wavetronix.com Technical Specifications Sensor Outputs Real-time presence data in 10 lanes ■ Maximum number of zones: 16 ■ Maximum number of channels: 16 ■ User-selectable zone to channel mapping ■ AND logic triggers the channel when all the selected zones are active ■ OR logic used to combine multiple zones to a channel output ■ Channel output extend and delay functionality ■ Algorithms mitigate detections from wrong way or cross traffic ■ Fail-safe mode for contact closure outputs if communication is lost ■ Detectable Area Detection range: 6 to 100 ft. (1.8 to 30.5 m) ■ Field of view: 90 degrees ■ Flexible lane configuration support including: ■ Up to 10 lanes à Curved lanes à Islands and medians à System Hardware A SmartSensor Matrix corner radar for each approach ■ A traffic cabinet preassembled backplate with: ■ AC/DC power conversion à Surge suppression à Terminal blocks for cable landing à Communication connection points à Cabinet side mount or rack mount à Contact closure input file cards: ■ 2 or 4 channel à Compatible with industry standard detector racks à Maintenance No cleaning or adjustment necessary ■ No battery replacement necessary ■ Recalibration is not necessary ■ Mean time between failures: 10 years (estimated based on ■ manufacturing techniques) Physical Properties Weight: 4.2 lbs. (1.9 kg) ■ Physical dimensions: 13.2 in. × 10.6 in. × 3.3 in. (33.5 cm x ■ 26.9 cm x 8.4 cm) Resistant to corrosion, fungus, moisture deterioration, and ■ ultraviolet rays Enclosure: Lexan EXL polycarbonate ■ Outdoor weatherable: UL 746C ■ Watertight by NEMA 250 standard ■ NEMA 250 compliant for: ■ External icing (clause 5.6) à Hose down (clause 5.7) à www.wavetronix.com2 SmartSensor Matrix Testing Tested under FCC CFR 47, part 15, section 15.249 ■ FCC certification on product label ■ FCC regulation-compliant for life of the sensor ■ Tested under IEC 61000-4-5 class 4 ■ Tested under NEMA TS 2-2003 ■ Shock pulses of 10 g, 11 ms half sine wave à Vibration of 0.5 g up to 30 Hz à 300 V positive/negative pulses à Stored at -49ºF (-45ºC) for 24 hours à Stored at 185ºF (85ºC) for 24 hours à Operation at -29.2ºF (-34ºC) and 10.8 VDC à Operation at -29.2ºF (-34ºC) and 26.5 VDC à Operation at 165.2ºF (74ºC) and 26.5 VDC à Operation at 165.2ºF (74ºC) and 10.8 VDC à Manufacturing Manufactured in the USA ■ Surface mount assembly ■ IPC-A-610C Class 2–compliant ■ Operational testing: ■ Sub-assembly test à 48-hour unit level burn-in à Final unit test à Unit test results available ■ Support Training and tech support available from Wavetronix ■ Wavetronix training includes: ■ Installation and configuration instruction to ensure ac - à curate performance Classroom and in-field instruction à Knowledgeable trainers à Use of presentation materials à Virtual configuration using computer playback à Instruction in use of computer and handheld devices and à other necessary equipment Wavetronix tech support includes: ■ Technical representatives available for installation and à configuration Ongoing troubleshooting and maintenance support à Documentation Instructional training guide ■ Comprehensive user guide ■ Installer quick-reference guide ■ User quick-reference guide ■ Documentation available upon request: ■ FCC certification à IEC 61000-4-5 class 4 test report à Warranty Two-year warranty against material and workmanship defect ■ Transmits modulated signals generated digitally ■ No temperature-based compensation necessary ■ Bandwidth stable within 1% ■ Printed circuit board antennas ■ Antenna vertical 6 dB beam width (two-way pattern): 65° ■ Horizontal field of view: 90 degrees ■ Antenna two-way sidelobes: -40 dB ■ Transmit bandwidth: 245 MHz ■ Un-windowed resolution: 2 ft. (0.6 m) ■ RF channels: 8 ■ Self-test for verifying hardware functionality ■ Diagnostics mode for verifying system functionality ■ Configuration Automatic and manual configuration of lanes, stop bars and ■ zones Lane positioning increment: 1 ft. (0.3 m) ■ Four-sided zones of any shape and size ■ Overlapping zones supported ■ Sensor reconfiguration without detection disruption supported ■ Graphical user interface with traffic pattern display ■ Windows Mobile®–compatible software ■ Supported operating systems: ■ Windows Mobile v5.0 or greater (Socket Mobile 650-M) à Windows XP à Windows Vista à Windows 7 à Software-supported functionality: ■ TCP/IP connectivity à Sensor configuration back-up and restore à Backed-up sensor configurations can be viewed and à edited Real-time traffic visualization for performance verification à and traffic display Zone and channel actuation display à Virtual sensor connections for demonstration and training à Local or remote sensor firmware upgradability à Operating Conditions Accurate performance in: ■ Rain up to 1 in. (2.5 cm) per hour à Freezing rain à Snow à Wind à Dust à Fog à Changing temperature à Changing lighting (even direct light on sensor at dawn and à dusk) Ambient operating temperature: -40°F to 165°F (-40°C to 74°C) ■ Humidity: Up to 95% RH (non-condensing) ■ wAVETRONIX TM 3 SmartSensor Matrix www.wavetronix.com4 SmartSensor Matrix Bid Specification 1.0 General. This item shall govern the purchase of above ground radar presence detector (RPD) equivalent to the Wave tronix SmartSensor Matrix™. An RPD detects vehicles by transmitting electro magnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the RPD. The returned signals are then processed to determine traffic parameters. RPDs are not affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. RPDs provide a non-intrusive means of detecting traffic. This property not only makes them safer to install but also more cost effective than sensors that require roadway modifications or placement. 2.0 Sensor Outputs. The RPD shall present realtime presence data in 10 lanes. The RPD shall support a minimum of eight zones. The RPD shall support a minimum of four channels. The RPD shall support userselectable zone to channel map ping. The RPD shall use AND logic to trigger channels when all selected zones are active. The RPD shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. The RPD algorithms shall mitigate detections from wrong way or cross traffic. The RPD system shall have failsafe mode capabilities for contact closure outputs if communication is lost. 3.0 Detectable Area. 3.1 Detection Range. The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft. (1.8 m) from the base of the pole on which the RPD is mounted. The RPD shall be able to detect and report presence in lanes located within the 100 ft. (30.5 m) arc from the base of the pole on which the RPD is mounted. 3.2 Field of View. The RPD shall be able to detect and re port presence for vehicles within a 90 degree field of view. 3.3 Lane Configuration. The RPD shall be able to detect and report presence in up to 10 lanes. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 4.0 System Hardware. For each approach to be detected, one RPD corner radar shall be used. 4.1 Preassembled Backplate. Each RPD shall have a traf fic cabinet preassembled backplate with the following: ● AC/DC power conversion ● Surge protection ● Terminal blocks for cable landing ● Communication connection points The preassembled backplate for the RPD shall be a cabi net side mount or rack mount. 4.2 Contact Closure Input File Cards. The RPD shall use contact closure input file cards with 2 or 4 channel capabilities. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 5.0 Maintenance. The RPD shall not require cleaning or ad justment to maintain performance. The RPD shall not rely on battery backup to store configu ration information, thus eliminating any need for battery replacement. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 years, which is estimated based on manufacturing techniques. 6.0 Physical Properties. The RPD shall not exceed 4.2 lbs. (1.9 kg) in weight. The RPD shall not exceed 13.2 in. by 10.6 in. by 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. SmartSensor Matrix 9.0 Radar Design. The RPD shall be designed with a matrix of radars. The matrix of radars enables the sensor to provide detection over a large area and to discriminate lanes. 9.1 Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthe sizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. This specification ensures that, during operation, the RPD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Analog and microwave components within an RPD have characteristics that change with temperature variations and age. If the output transmit signal is not referenced to a stable frequency source, then the RPD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocat- ed band and thus will be non-compliant with FCC regulations. The RPD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. Temperature-based compensation techniques have been shown to be insufficient to ensure transmit frequency stability. One reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the RPD shall not vary by more than 1% under all specified operating condi tions and over the expected life of the RPD. The bandwidth of an RPD directly affects the measured range of a vehicle. A change in bandwidth causes a direct error in the measured range, i.e., a 5% change in bandwidth would cause a range error of 10 ft. (3 m) for a vehicle at 200 ft. (61 m). If the bandwidth changes by more than 1% due to seasonal tempera- ture variations and component aging, then the RPD will need to be frequently reconfigured to maintain the specified accuracy. 9.2 Antenna Design. The RPD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF con- nectors and cabling that result in decreased reliability. Printed All external parts of the RPD shall be ultravioletresistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. 6.1 Enclosure. The RPD shall be enclosed in a Lexan EXL polycarbonate. The enclosure shall be classified “f1” outdoor weatherabil ity in accordance with UL 746C. The RPD shall be classified as watertight according to the NEMA 250 standard. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: ● External icing (NEMA 250 clause 5.6) ● Hose-down (NEMA 250 clause 5.7) ● 4X corrosion protection (NEMA 250 clause 5.10) ● Gasket (NEMA 250 clause 5.14) The RPD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and struc tural integrity. The RPD enclosure shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connec tor shall provide contacts for all data and power connec tions. 7.0 Electrical. The RPD shall consume less than 10 W. The RPD shall operate with a DC input between 9 VDC and 28 VDC. The RPD shall have onboard surge protection. 8.0 Communication Ports. The RPD shall have two communi cation ports, and both ports shall communicate independently and simultaneously. Two independent communication ports allow one port to be used for configuration, verification and traffic monitoring without interrupt- ing communications on the dedicated data port. The RPD shall support the upload of new firmware into the RPD’s nonvolatile memory over either communication port. The RPD shall support the user configuration of the following: ● Response delay ● Push port The communication ports shall support a 9600 bps baud rate. wAVETRONIX TM 5 SmartSensor Matrix 10.2 Manual Configuration. The auto-configuration method shall not prohibit the ability of the user to manu ally adjust the RPD configuration. The RPD shall support the configuring of lanes, stop bars and detection zones in 1-ft. (0.3-m) increments. When lanes have variable widths or have variable spacing (e.g. gore between lanes), precise resolution is necessary. 10.3 Windows® Mobile-based Software. The RPD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. A visual representation of traffic patterns allows an installer to quickly associate specific detections with corresponding vehicles, and it facilitates verification of RPD performance. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 in the .NET framework. The software shall support the following functionality: ● Operate over a TCP/IP connection ● Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configu ration from a file ● Allow the backed-up sensor configurations to be viewed and edited ● Provide zone and channel actuation display ● Provide a virtual connection option so that the software can be used without connecting to an actual sensor ● Local or remote sensor firmware upgradability 11.0 Operating Conditions. The RPD shall maintain accurate performance in all weather conditions, including rain, freez ing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. RPD operation shall continue in rain up to 1 in. (2.5 cm) per hour. The RPD shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). The RPD shall be capable of continuous operation over a rela tive humidity range of 5% to 95% (non-condensing). 12.0 Testing. 12.1 FCC. Each RPD shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. circuit antennas are less prone to physical damage due to their extremely low mass. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPD two-way antenna pattern shall be -40 dB or less. Low sidelobes ensure that the performance from the antenna beam widths is fully achieved. 9.3 Resolution. The RPD shall transmit a signal with a bandwidth of at least 245 MHz. The bandwidth of the transmit signal translates directly into radar resolution, which contributes directly to detection perfor- mance. For example, an RPD that transmits at a low bandwidth will have low radar resolution, which could cause it to count a single vehicle as two vehicles in adjacent lanes. As another ex- ample of the adverse effects of low radar resolution, the response from a sign or other radar target in the roadway may spill over into the lanes of travel and desensitize the radar. In order to achieve the specified detection accuracy in a variety of condi- tions, the unwindowed radar resolution cannot be larger than 2 ft. (0.6 m) at the half-power level, which requires a bandwidth of 240 MHz. The high radar resolution reduces the problem of vehicle responses getting drowned out by brighter vehicles in ad- jacent lanes and improves performance for moving and stopped vehicles near roadway targets. 9.4 RF Channels. The RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 9.5 Verification. The RPD shall have a selftest that is used to verify correct hardware functionality. The RPD shall have a diagnostics mode to verify correct system functionality. 10.0 Configuration. 10.1 Auto-configuration. The RPD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-con figuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. www.wavetronix.com6 SmartSensor Matrix The manufacturerprovided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. Classroom lab training shall involve presentations outlin ing and defining the RPD, its functions, and the proce dures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPD. To facilitate the classroom presentation and hands on labs, the manufacturerprovided training shall include the following items: ● Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes ● Presentation materials, including visual aids, printed manuals and other handout materials for each student ● Computer files, including video and raw data, to facilitate the virtual configuration of the RPD ● Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. ● All other equipment necessary to facilitate the virtual configuration of the RPD Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road side. Training shall be such that each trainee will mount and align the RPD correctly. 14.2 Technical Assistance. Manufacturerprovided tech nical support shall be available according to contractual agreements, and a technical representative shall be avail able to assist with the physical installation, alignment, and auto-configuration of each supplied RPD. Techni cal support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 15.0 Documentation. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick- reference guide. The RPD manufacturer shall supply the following documenta tion and test results at the time of the bid submittal: ● FCC CFR 47 certification (frequency compliance) ● IED 6100-4-5 class 4 test report (surge) 16.0 Warranty. The RPD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. The RPD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. 12.2 NEMA TS 2-2003 Testing. The RPD shall comply with the applicable standards stated in the NEMA TS 2-2003 standard. Third party test results shall be made available for each of the following tests: ● Shock pulses of 10 g, 11 ms half sine wave ● Vibration of 0.5 g up to 30 Hz ● 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage ● Cold temperature storage at -49°F (-45°C) for 24 hours ● High temperature storage at 185°F (85°C) for 24 hours ● Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC ● Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 VDC ● High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC ● High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC 13.0 Manufacturing. The RPD shall be manufactured and as sembled in the USA. The internal electronics of the RPD shall utilize automa tion for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: ● Functionality testing of all internal sub-assemblies ● Unit level burn-in testing of 48 hours’ duration or greater ● Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 14.0 Support. The RPD manufacturer shall provide both train ing and technical support services. 14.1 Training. The manufacturerprovided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. wAVETRONIX TM 7 SmartSensor Matrix parked vehicles, etc.) that run parallel to the monitored roadway. 2.3 Cabling. The cable end connector shall meet the MIL C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. The connec tor backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be with in the backshell’s cable O.D. range to ensure proper seal ing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon’s KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2204-2002-PVC GY or an equivalent cable that conforms to the following specifications: ● The RS-485 conductors shall be a twisted pair. ● The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 40 pF/ft at 1 kHz. ● The RS-485 conductors shall have nominal conductor DC resistance of less than 16.7 ohms/1000 ft. (304.8 m) at 68°F (20°C). ● The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. (304.8 m) at 68°F (20°C). ● Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed 2000 ft (609.6 m) for the operational baud rate of RS-485 communications (9.6 Kbps). If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. (33.5 m). If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. (182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the above mentioned conditions are met. SmartSensor Matrix Installation Specification 1.0 General. This item shall govern the installation of an aboveground radar presence detector (RPD) equivalent to the Wavetronix SmartSensor Matrix. RPDs can provide accurate, consistent, and reliable presence detections provided they are installed properly. The require ments in this specification are intended to ensure proper RPD installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly. The RPD shall be mounted di rectly onto a mounting assembly fastened to a mast arm, pole or other solid structure. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a 20-lb. (9.1-kg) load. 2.2 Mounting Location. The RPD shall be mounted at a height that is within the manufacturer’s recommended mounting heights. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD’s minimum offset. The RPD shall be mounted so that at least 20 feet along the farthest lane to be monitored is within the field view of the RPD. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. Typically, the RPD is tilted off of vertical by 20–30 degrees. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. RPDs that are mounted within 20 ft. (6.1 m) of each other or that are monitoring the same intersection shall be con figured to operate on different RF channels regardless of the pointing direction of the RPDs. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces (sound barrier, building, www.wavetronix.com8 SmartSensor Matrix The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. The input file card shall translate data packets from the RPD into contact closure outputs. The input file card shall support presence detection. The input file card shall receive data packets over an RS- 485 bus at a baud rate of 9600 bps. The input file card shall autobaud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 2.4 In Cabinet Interface Equipment. The RPD shall be installed using the SmartSensor Matrix Preassembled Traffic Cabinet Backplate or an equivalent that provides input power surge suppression, sensor cable surge sup pression, AC to DC power conversion (if necessary), and terminal blocks. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.5 Power Supply. If needed, the RPD shall be installed using the Click!™ 202, Click! 204 or an equivalent AC to DC power converter that meets the following specifica tions: The power converter shall be power rated at 48 W for tem peratures less than 140°F (60°C) with a 5% power decrease for each degree increase up to 158°F (70°C). The power converter shall operate in the temperature range of to -29.2°F to 165.2°F (–34°C to 74°C). The power converter shall operate in the humidity range of 5% to 95% at 77°F (25°C) non-condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC ±4%. The power converter shall withstand a voltage across its input and output of 2 kV. The power converter shall with stand a voltage across its input and ground of 1.5 kV. The power converter shall conform to safety standards UL 60950 and EN 60950. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2, 3. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. The terminal blocks shall be colorcoded insulation dis placement terminal blocks. The terminal blocks shall be prewired to the other in- cabinet equipment so that no wiring other than cable ter minations, connecting input power and connecting input file cards shall be required during installation. 2.6 Input File Cards. The Click! 114, Click! 112 or an equivalent that meets the following specifications shall be used. wAVETRONIX TM 9 Your Power Solutions Partner > 2000W/VA UPS module designed to operate in extreme environments and provide maximum flexibility while ensuring critical loads remain protected and running during power outages and other power disturbances > Wide range Automatic Voltage Regulation (AVR) lengthens battery life by providing protection without transferring to backup mode during voltage surge or sag > Independently programmable control and report dry contacts allow monitoring and controlling of key functions > Temperature compensated battery charging protects batteries from overcharging or undercharging at extreme temperatures, extending the life of the battery > Local and remote monitoring and control via RS232 port and Ethernet SNMP interface* > UPS panels can be rotated, improving usability and viewing convenience FXM 2000 Rugged UPS Module Alpha FXM is a line of rugged UPS power modules used worldwide in the most demanding environments where clean backup power is needed. Designed to perform in the most extreme demanding environments, Alpha FXM units ensure equipment in security, communications, traffic, industrial environments, and many other critical applications remains safe and protected from power disturbances. Thanks to its powerful programmable battery charger, the FXM is capable of providing the runtime you need. All FXM models are available in 120Vac and 230Vac. *Ethernet SNMP card is standard on the 120Vac model and optional on the 230Vac model FXM 2000 Alpha Technologies Ltd. For more information visit www.alpha.ca member of The Group™ Canada: Burnaby, British Columbia Tel: 604 436 5900 Fax: 604 436 1233 United States: Bellingham, Washington Tel: 360 647 2360 Fax: 360 671 4936 Alpha Technologies reserves the right to make changes to the products and information contained in this document without notice. Copyright © 2013 Alpha Technologies. All Rights Reserved. Alpha® is a registered trademark of Alpha Technologies. member of The Alpha Group™ is a trademark of Alpha Technologies. #0480014-00 Rev D (02/2013) FXM 2000 Rugged UPS Module Consult your Alpha representative for P/N configurations Electrical >120Vac Model Battery string voltage: .......48Vdc Nominal voltage: ...............120Vac Frequency: ........................60Hz/50Hz ±5% (auto detection) Input: Voltage range: ................85 to 175Vac Current: ...........................17.9 A nominal Output: Waveform:.......................Pure sinewave Nominal voltage: ............120Vac Voltage regulation: .........+/- 10% over input voltage range Power at 50°C:................2000W/VA Frequency: .....................Output frequency = input frequency >230Vac Model Battery string voltage: .......48Vdc Nominal voltage: ...............230Vac Frequency: ........................60Hz/50Hz ±5% (auto detection) Input: Current: ...........................9.4A nominal Voltage range: ................150 to 328Vac Output: Waveform:.......................Pure sinewave Nominal voltage: ............230Vac Voltage regulation ..........+/- 10% over input voltage range Power at 50°C:................2000W/VA Mechanical Dimensions: mm: .................................133H x 394W x 222D inches: ............................5.22H x 15.5W x 8.75D Weight: ..............................16kg (35lbs) Environmental Operating temp range: ......-40 to 74°C (-40 to 165°F) Audible noise @ 25°C: ......45dBa @ 1 meter (39in) *120Vac module derates after 50°C (122 °F). 230Vac module derates after 55°C (131°F) Performance Typical output voltage THD: ........<3% Typical efficiency: ......................>98% (resistive load) Typical transfer time: .................<5ms Power Connector Options Agency Compliance*** Electrical safety: ................UL1778, CSA 22.2 No 107.3-03 Marks: EMI: ...................................Class A FCC/CISPR [EN 50091-2:1995] *** Compliance only applies to units with standard input and output connectors. Contact us for compliance information on models with optional power connectors ****CE applies to 230Vac version only 120Vac Model Input Output Standard Terminal Block Terminal Block Optional Terminal Block Terminal Block + Dual 5-15R 230Vac Model Standard Terminal Block Terminal Block **** Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 1 of 9 Cisco Industrial Ethernet 3000 Layer 2/Layer 3 Series Switches Product Overview The Cisco ® Industrial Ethernet 3000 Series (IE 3000 Series) is a family of Layer 2 and Layer 3 switches that bring Cisco’s leadership in switching to Industrial Ethernet applications with Innovative features, robust security, and superior ease of use. The Cisco IE 3000 Series features: ● Industrial design and compliance ● Tools for easy deployment, management, and replacement ● Network security based on open standards ● Integration of IT and industrial automation networks The Cisco IE 3000 Series is an ideal product for Industrial Ethernet applications, including factory automation, energy and process control, and intelligent transportation systems (ITSs). The Cisco IE 3000 offers: ● Design for Industrial Ethernet applications, including extended environmental, shock/vibration, and surge ratings; a complete set of power input options; convection cooling; and DIN-rail or 19” rack mounting ● Support for hundreds of hardware configurations ● Easy setup and management using the Cisco Device Manager web interface and supporting tools, including Cisco Network Assistant and CiscoWorks ● Easy switch replacement using removable memory, allowing the user to replace a switch without having to reconfigure ● High availability, guaranteed determinism, and reliable security using Cisco IOS® Software ● Recommended software configurations for industrial applications that can be applied at the touch of a button ● Compliance to a wide range of Industrial Ethernet specifications covering industrial automation, ITS, substation, railway, and other markets ● Support for IEEE1588v2, a precision timing protocol with nanosecond-level precision for high-performance applications ● Improved ring resiliency with the support of Resilient Ethernet Protocol (REP) ● Transparent IT integration with the support of Layer 3 routing protocols (IP Services) ● PROFINET v2 certification, with PROFINET conformance class B compliance ● ABB Industrial IT certification Configurations The Cisco IE 3000 Series includes the following products (refer to Table 1): ● Cisco IE-3000-4TC : Industrial Ethernet switch with four Ethernet 10/100 ports and two dual-purpose uplink ports (a dual-purpose port has one 10/100/1000BaseTX port and one Small Form-Factor Pluggable [SFP] port, port active), Layer 2 Lan Base image included ● Cisco IE-3000-8TC : Industrial Ethernet switch with eight Ethernet 10/100 ports and two dual-purpose uplink ports, Layer 2 Lan Base image included Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 2 of 9 ● Cisco IE-3000-4TC-E: Industrial Ethernet switch with four Ethernet 10/100 ports and two dual-purpose uplink ports (a dual-purpose port has one 10/100/1000BaseTX port and one SFP port, port active), Layer 3 IP Services image included ● Cisco IE-3000-8TC-E: Industrial Ethernet switch with eight Ethernet 10/100 ports and two dual-purpose uplink ports, IP Services image included ● Cisco IEM-3000-8TM=: Expansion module for Cisco IE-3000-4TC, Cisco IE-3000-8TC, Cisco IE-3000-4TC- E, and Cisco IE-3000-8TC-E with eight Ethernet 10/100 ports ● Cisco IEM-3000-8FM=: Expansion module for Cisco IE-3000-4TC, Cisco IE-3000-8TC, Cisco IE-3000-4TC- E, and Cisco IE-3000-8TC-E with eight 100BaseFX ports ● Cisco PWR-IE3000-AC=: Expansion module supporting AC and extended DC power inputs Solution Specifications The Cisco IE 3000 Series software, based on Cisco IOS Software, is a rich suite of intelligent services, supporting high availability, quality of service (QoS), and security features. The SFP-based uplink ports accommodate a range of industrial-grade SFP transceivers, including 1000BASE-SX, 1000BASE-LX, 1000BASE-ZX, 100BASE-FX, and 100BASE-LX10. Table 1. Cisco IE 3000 Switches Description Specification Cisco IE-3000-4TC-E ● 4 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has one 10/100/1000 Ethernet port and one SFP-based Gigabit Ethernet port, one port active) ● Each switch supports two (2) Cisco IEM-3000-8TM= modules, one (1) Cisco IEM-3000-8FM= module, or one (1) Cisco IEM-3000-8TM= module and one (1) Cisco IEM-3000-8FM= module ● IP Services image Cisco IE-3000-8TC-E ● 8 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has one 10/100/1000 Ethernet port and one SFP-based Gigabit Ethernet port, one port active) ● Each switch supports two (2) Cisco IEM-3000-8TM= modules, one (1) Cisco IEM-3000-8FM= module, or one (1) Cisco IEM-3000-8TM= module and one (1) Cisco IEM-3000-8FM= module ● IP Services image Cisco IEM-3000-8TM= ● Expansion Module for Cisco IE-3000-4TC-E and Cisco IE-3000-8TC Switches, 8 10/100 TX ports Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 3 of 9 Description Specification Cisco IEM-3000-8FM= ● Expansion Module for Cisco IE-3000-4TC-E and Cisco IE-3000-8TC Switches, 8 100 FX ports Cisco PWR-IE3000-AC= ● Expansion Power Module for Cisco IE-3000-4TC-E and Cisco IE-3000-8TC Switches, supports 110/220VAC and 88-300VDC (base switches support 18VDC-60VDC) Industrial Ethernet Applications The new Cisco IE 3000 Series is an ideal product for a variety of Industrial Ethernet applications: ● Industrial automation: The Cisco IE 3000 is designed to support a wide array of Industrial Ethernet protocols for automation. The Cisco IE 3000 features a programmable logic controller (PLC) form-factor design with extended environmental ratings, convection cooling, DIN-rail mounting, redundant 24VDC power input, alarm relays, and surge/noise immunity. The Cisco IE 3000 software and configuration tools allow for easy setup, optimized for Industrial Ethernet applications (for example, Ethernet/IP). Multicast control, traffic prioritization, and security features are specified in default templates recommended for these protocols. ● ITS: The Cisco IE 3000 supports ITS and other applications for outdoor video and traffic or transportation systems control. The switch supports compliance to NEMA TS-2, a variety of gigabit fiber uplinks, and AC and DC power input options, while Cisco IOS Software supports critical ITS features, including virtual LAN (VLAN), QoS, Internet Group Management Protocol (IGMP) snooping, and security access control lists (ACLs). ● Substations: The Cisco IE 3000 is fully compliant to substation automation specifications, including IEC61850 and IEEE1613. The switch supports high-speed ring recovery; fiber access and uplink ports; and AC, 48VDC, and a variety of power input options for the substation environments with the PWR-IE3000-AC=. ● Other applications: The Cisco IE 3000 can be deployed in railway, military, Metro Ethernet, and other applications requiring unique environmental, form factor, or power inputs in harsh environments. Table 2 gives the features and benefits of the Cisco IE 3000 Series. Table 3 gives the hardware specifications, and Table 4 gives the power specifications. Table 5 lists the management and standards support, and Table 6 provides the safety and compliance information. Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 4 of 9 Table 2. Features and Benefits of Cisco IE 3000 Series Category Feature/Benefit Designed for industrial applications ● Extended temperature, vibration, shock and surge, and noise immunity ratings comply to specifications for automation, ITS, and substation environments. ● Compact, PLC-style form factor is ideal for deployment in industrial environments. ● DIN-rail, wall, and 19” rack mount options allow for deployments in a variety of control systems. ● Variety of power input options covers a wide range of power requirements for Industrial Ethernet applications. ● Up to 300 deployment configurations, supporting a range of access port densities, copper and fiber uplinks, fiber access ports, and power input, deliver flexibility in deployment. ● Support for SFP modules provides uplink connectivity supporting 100BASE-LX, 100BASE-FX, 1000BASE-SX, 1000BASE-LX, and 1000BASE-ZX options. ● Alarm relay contacts can be used for an external alert system. Ease of deployment, management, and replacement ● Cisco Express Setup simplifies initial configuration with a web browser, eliminating the need for more complex terminal emulation programs. ● Cisco Smartports templates provide the option to apply a default global or interface-level macro with a recommended configuration, allowing the user to easily set up the switch in a configuration optimized for the specific application. ● Smartports templates for Ethernet/IP provide an optimized setup for these Industrial Ethernet protocols at the touch of a button. ● Swappable Flash memory is ideal for quick and easy switch replacement. Memory can be moved from one switch to another, so a switch can be replaced without the need to reconfigure software features. ● The Common Industrial Protocol (CIP) management objects are supported, including a custom profile for primary Ethernet switch features. The Cisco IE 3000 can be managed by CIP-based management tools, allowing the user to manage an entire industrial automation system with one tool. ● The Cisco IE 3000 can be managed by PROFINET based management tools. The IE 3000 has PROFINET v2 certification, with PROFINET conformance class B compliance. ● Simple Network Management Protocol (SNMP) (v1/v2/v3) support allows for management using traditional IT-based management tools, including CiscoWorks. ● Device Manager allows web-based switch configurations. ● DHCP port-based allocation retains the IP address on a per port basis and simplifies the end-host replacement in an industrial setting. ● HTTPS access ● Cisco Network Assistant is a no-charge, Windows-based application that simplifies the administration of networks of up to 250 users. It supports the Cisco IE 3000 and a wide range of Cisco Catalyst ® intelligent switches. With Cisco Network Assistant, users can manage Cisco Catalyst switches and launch the device managers of Cisco integrated services routers and Cisco Aironet ® WLAN access points. Configuration wizards need just a few user inputs to automatically configure the switch to optimally handle different types of traffic: control, voice, video, multicast, and high-priority data. Availability and scalability ● Virtual LANs (VLANs) allow for logical segmentation for a network for optimal use of bandwidth. ● QoS classifies and prioritizes data, guaranteeing determinism for mission-critical data. ● IGMPv3 snooping provides fast client joins and leaves of multicast streams and limits bandwidth-intensive traffic to only the requestors. An additional querier allows this operation in a Layer 2 only environment. ● IGMP filtering provides multicast authentication by filtering out no subscribers and limits the number of concurrent multicast streams available per port. ● Per-port broadcast, multicast, and unicast storm control prevents faulty end stations from degrading overall systems performance. ● IEEE 802.1d Spanning Tree Protocol support for redundant backbone connections and loop-free networks simplifies network configuration and improves fault tolerance. ● EtherChannel LACP support for quick recovery and bandwidth utilization ● FlexLinks for fast recovery ● Cisco Hot Standby Router Protocol (HSRP) is supported to create redundant, failsafe routing topologies. ● Resilient Ethernet Protocol, scalable up to 130 nodes with a very fast convergence, 50ms. Security ● IEEE 802.1x with VLAN assignment, guest VLAN, and voice VLAN allows dynamic port-based security, providing user authentication. ● Port-based ACLs for Layer 2 interfaces allow application of security policies on individual switch ports. ● MAC address filtering prevents the forwarding of any type of packet with a matching MAC address. ● Secure Shell (SSH) Protocol v2 and SNMPv3 provide network security by encrypting administrator traffic during Telnet and SNMP sessions. SSHv2 and the cryptographic version of SNMPv3 require a special cryptographic software image because of U.S. export restrictions. ● TACACS+ and RADIUS authentication enable centralized control of the switch and restrict unauthorized users from altering the configuration. ● MAC address notification allows administrators to be notified of users added to or removed from the network. ● Dynamic Host Configuration Protocol (DHCP) snooping allows administrators to help ensure consistent mapping of IP to MAC addresses. This can be used to prevent attacks that attempt to poison the DHCP binding database and to rate limit the amount of DHCP traffic that enters a switch port. ● DHCP Interface Tracker (Option 82) augments a host IP address request with the switch port ID. ● Port security secures the access to an access or trunk port based on MAC address. Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 5 of 9 Category Feature/Benefit ● After a specific time frame, the aging feature removes the MAC address from the switch to allow another device to connect to the same port. ● Trusted Boundary provides the ability to trust the QoS priority settings if an IP phone is present and to disable the trust setting if the IP phone is removed, thereby preventing a malicious user from overriding prioritization policies in the network. ● Up to 512 ACLs are supported, with two profiles: Security (384 Security ACL entries and 128 QoS policies) and QoS (128 Security ACL entries and 384 QoS polices). ● Cisco standard and extended IP security router ACLs define security policies on routed interfaces for control-plane and data-plane traffic. ● Dynamic ARP Inspection helps ensure user integrity by preventing malicious users from exploiting the insecure nature of the ARP protocol. ● DHCP Snooping prevents malicious users from spoofing a DHCP server and sending out bogus addresses. This feature is used by other primary security features to prevent a number of other attacks such as ARP poisoning. ● IP source guard prevents a malicious user from spoofing or taking over another user's IP address by creating a binding table between client's IP and MAC address, port, and VLAN. ● Support for private VLANs High-performance IP routing ● Inter-VLAN IP routing for full Layer 3 routing between 2 or more VLANs. ● Basic IP unicast routing protocols (static, Routing Information Protocol Version 1 [RIPv1], RIPv2 and RIPng). ● Advanced IP unicast routing protocols (Open Shortest Path First [OSPF], Interior Gateway Routing Protocol [IGRP], Enhanced IGRP [EIGRP], Border Gateway Protocol Version 4 [BGPv4, IS-ISv4]) are supported for load balancing and constructing scalable LANs. ● Protocol Independent Multicast (PIM) for IP multicast routing is supported, including PIM sparse mode (PIM-SM), PIM dense mode (PIM-DM), and PIM sparse-dense mode. ● Cisco Express Forwarding hardware routing architecture delivers extremely high-performance IP routing. ● IPv6 routing (OSPFv6 and EIGRPv6) support in hardware for maximum performance. ● Policy-based routing (PBR) allows superior control by facilitating flow redirection regardless of the routing protocol configured. ● HSRP provides dynamic load balancing and failover for routed links; up to 32 HSRP links supported per unit. ● Support for 1000 multicast groups. ● VRF-Lite virtualization Table 3. Cisco IE 3000 Series Switch Hardware Description Specification Performance ● Wire-speed switching, 16 Gbps switching fabric ● Forwarding rate based on 64-byte packets: 6.5 Mpps ● 128 MB DRAM ● 64 MB Compact Flash memory ● Configurable up to 8000 MAC addresses (Layer 2 switch) ● Configurable up to 2000 MAC addresses (Layer 3 switch) ● Configurable up to 256 IGMP multicast groups (Layer 2 switch) ● Configurable up to 1000 IGMP groups and multicast routes (Layer 3 switch) ● Configurable up to 3,000 unicast routes (Layer 3 switch only) ● Configurable maximum transmission unit (MTU) of up to 9000 bytes, with a maximum Ethernet frame size of 9018 bytes (jumbo frames) for bridging on Gigabit Ethernet ports, and up to 1998 bytes for bridging of Multiprotocol Label Switching (MPLS) tagged frames on both 10/100 and 10/100/1000 ports Connectors and cabling ● 10BASE-T ports: RJ-45 connectors, two-pair Category 3, 4, or 5 unshielded twisted-pair (UTP) cabling ● 100BASE-TX ports: RJ-45 connectors, two-pair Category 5 UTP cabling ● 1000BASE-T ports: RJ-45 connectors, four-pair Category 5 UTP cabling ● 1000BASE-SX, -LX/LH, -ZX SFP-based ports: LC fiber connectors (single/multimode fiber) ● 100BASE-LX10, -FX: LC fiber connectors (single/multimode fiber) Indicators ● Per-port status LED: Link integrity, disabled, activity, speed, full-duplex indications ● System-status LED: System, link status, link duplex, link speed, indications Dimensions (H x W x D) ● Cisco IE-3000-4TC, Cisco IE-3000-4TC-E: 6.0”W x 5.8”H x 4.4”D (152mm H x 147mm W x 112mm D) ● Cisco IE-3000-8TC, Cisco IE-3000-8TC-E: 6.0”W x 5.8”H x 4.4”D (152mm H x 147mm W x 112mm D) ● Cisco IEM-3000-8TM=: 3.5”W x 5.8”H x 4.4”D (89mm H x 147mm W x 112mm D) ● Cisco IEM-3000-8FM=: 3.5”W x 5.8”H x 4.4”D (89mm H x 147mm W x 112mm D) ● Cisco PWR-IE3000-AC=: 2.0”W x 5.8”H x 4.4”D (51 mm H x 147mm W x 112mm D) Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 6 of 9 Description Specification Weight ● Cisco IE-3000-4TC, Cisco IE-3000-4TC-E: 4.4 lb (2.0 kg) ● Cisco IE-3000-8TC, Cisco IE-3000-8TC-E: 4.4 lb (2.0 kg) ● Cisco IEM-3000-8TM=: 2.2 lb (1.0 kg) ● Cisco IEM-3000-8FM=: 3.2 lb (1.45 kg) ● Cisco PWR-IE3000-AC=: 1.4 lb (0.65 kg) Environmental ranges ● Operating temperature: -40 to 167ºF (–40 to 75ºC) ● Storage temperature: -13 to 185ºF (–25 to 85ºC) ● Operating relative humidity: 10 to 95% (condensing) ● Operating altitude: Up to 10,000 ft (3049m) ● Storage altitude: Up to 15,000 ft (4573m) Mean time between failure (MTBF) ● Cisco IE-3000-4TC, Cisco IE-3000-4TC-E: 363,942 ● Cisco IE-3000-8TC, Cisco IE-3000-8TC-E: 329,451 ● Cisco IEM-3000-8TM=: 926,999 ● Cisco IEM-3000-8FM=: 264,689 ● Cisco PWR-IE3000-AC=: 1,662,359 Table 4. Power Specifications for Cisco IE300 Series Switch Description Specification Maximum power consumption ● 15.1W (IE-3000-4TC, IE-3000-4TC-E) ● 15.7W (IE-3000-8TC, IE-3000-8TC-E) ● 2.8W (IEM-3000-8TM=) ● 10.1W (IEM-3000-8FM=) Input voltage and currents supported ● 18-60VDC, (Cisco IE-3000-4TC, Cisco IE-3000-8TC, Cisco IE-3000-4TC-E and Cisco IE-3000-8TC-E) ● 85-265VAC/88-300VDC, 1.3-0.8A, 50-60 Hz (with addition of Cisco PWR-IE3000-AC=) Power rating ● Cisco IE-3000-4TC, Cisco IE-3000-4TC-E: .05KVA ● Cisco IE-3000-8TC, Cisco IE-3000-8TC-E: .05KVA Table 5. Management and Standards Support for Cisco IE 3000 Series Switch Description Specification Standards ● 100BASE-X (SFP) ● 1000BASE-X (SFP) ● 1000BASE-SX ● 1000BASE-LX/LH ● 1000BASE-ZX ● RMON I and II standards ● SNMPv1, SNMPv2c, and SNMPv3 ● 100BASE-X (SFP) ● 1000BASE-X (SFP) ● 1000BASE-SX ● 1000BASE-LX/LH ● 1000BASE-ZX ● RMON I and II standards ● SNMPv1, SNMPv2c, and SNMPv3 Table 6. Compliance Specifications Description Specification Standard safety certifications ● UL to UL 60950-1 ● cUL to CAN/CSA C22.2 No. 60950-1 ● TUV/GS to EN 60950-1 ● CB to IEC 60950-1 with all country deviations ● NOM (through partners) ● CE Marking Industrial safety certifications ● UL 508 ● CSA C22.2 No. 142 Mechanical stability ● Shock—20g (operational), 30g (nonoperational) EMC interface immunity ● IEC61000-4-2 [Criteria A—Class 2] ● IEC61000-4-3/ENV50204 [Criteria A] ● IEC61000-4-4 [Criteria A / Criteria B] ● IEC61000-4-5 [Criteria B] ● IEC61000-4-6 [Criteria A] Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 7 of 9 Description Specification Standard electromagnetic emissions certifications ● FCC Part 15 Class A ● EN 55022: 1998 (CISPR22) ● EN 55024: 1998 (CISPR24) ● VCCI Class A ● AS/NZS 3548 Class A ● CE ● CNS 13438 Class A ● MIC Industrial electromagnetic emissions certifications ● EN 50081-2 ● EN 50082-2 ● EN 61131-2 ● EN 61326-1 ● CISPR11 ● IEC 60533 Industry specifications ● IEC 61850-3 (Substations) ● IEEE1613 (Substations) ● NEMA TS-2 (ITSs) ● EN50155 (Railway) ● ODVA Common Industrial Protocol ● IEEE 1588v2 Hazardous locations ● UL 1602 Class 1, Div 2 A-D ● CSA 22.2 / 213 Class 1, Div 2 A-D ● IEC 60079-15 ● EN 50021 – Class 1, Zone 2 Telco Common Language Equipment Identifier (CLEI) code Warranty One year limited warranty Service and Support Cisco is committed to minimizing total cost of ownership (TCO). The company offers a portfolio of technical support services to help ensure that its products operate efficiently, remain highly available, and benefit from the most up-to- date system software. The services and support programs described in Table 7 are available as part of the Cisco Desktop Switching Service and Support solution and are available directly from Cisco and through resellers. Table 7. Cisco Services and Support Programs Service and Support Features Benefits Advanced Services ● Cisco Total Implementation Solutions (TIS), available direct from Cisco ● Cisco Packaged TIS, available through resellers ● Cisco SMARTnet ® and SMARTnet Onsite support, available direct from Cisco ● Cisco Packaged SMARTnet support program, available through resellers ● Cisco SMB Support Assistant ● Project management ● Site survey, configuration, and deployment ● Installation, text, and cutover ● Training ● Major moves, adds, and changes ● Design review and product staging ● Access to software updates 24 hours ● Web access to technical repositories ● Telephone support through the Cisco Technical Assistance Center (TAC) ● Advance replacement of hardware parts ● Supplements existing staff ● Helps ensure that functions meet needs ● Mitigates risk ● Helps enable proactive or expedited issue resolution ● Lowers TCO by taking advantage of Cisco expertise and knowledge ● Minimizes network downtime Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 8 of 9 Ordering Information Table 8 gives ordering information for the Cisco IE 3000 Series. Table 8. Ordering Information for Cisco IE 3000 Series Part Number Description IE-3000-4TC ● Industrial Ethernet switch ● 4 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet port, 1 port active) ● Each switch supports 2 Cisco modules, 1 Cisco IEM-3000-8FM= module, or 1 Cisco IEM-3000-8TM= module and 1 Cisco IEM-3000-8FM= module ● Layer 2 Lan Base image installed IE-3000-8TC ● Industrial Ethernet switch ● 8 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet port, 1 port active) ● Each switch supports 2 Cisco IEM-3000-8TM= modules, 1 Cisco IEM-3000-8FM= module, or 1 Cisco IEM-3000-8TM= module and 1 Cisco IEM-3000-8FM= module ● Layer 2 Lan Base image installed IE-3000-4TC-E ● Industrial Ethernet switch ● 4 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet port, 1 port active) ● Each switch supports 2 Cisco modules, 1 Cisco IEM-3000-8FM= module, or 1 Cisco IEM-3000-8TM= module and 1 Cisco IEM-3000-8FM= module ● Layer 3 IP Services image installed IE-3000-8TC-E ● Industrial Ethernet switch ● 8 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet port, 1 port active) ● Each switch supports 2 Cisco IEM-3000-8TM= modules, 1 Cisco IEM-3000-8FM= module, or 1 Cisco IEM-3000-8TM= module and 1 Cisco IEM-3000-8FM= module ● Layer 3 IP Services image installed IEM-3000-8TM= ● Expansion module for Cisco IE-3000-4TC-E and Cisco IE-3000-8TC switches ● 8 10/100 TX ports IEM-3000-8FM= ● Expansion module for Cisco IE-3000-4TC-E and Cisco IE-3000-8TC switches ● 8 100 FX ports PWR-IE3000-AC= ● Expansion power module for Cisco IE-3000-4TC-E and Cisco IE-3000-8TC switches ● Supports 110/220VAC and 90-300VDC (base switches support 18VDC-60VDC) GLC-LX-SM-RGD= Gigabit Ethernet SFP, LC connector, LH (1Gps single mode) transceiver GLC-SX-MM-RGD= Gigabit Ethernet SFP, LC connector, SX (1Gps multimode) transceiver GLC-ZX-SM-RGD= Gigabit Ethernet SFP, LC connector, ZX (1Gpbs single mode, 70km) transceiver GLC-FE-100FX-RGD= Fast Ethernet SFP, LC connector, FX (100Mb/s multimode) transceiver GLC-FE-100LX-RGD= Fast Ethernet SFP, LC connector, LX (100Mb/s single mode) transceiver CAB-SM-LCSC-1M 1m-fiber single-mode LC-to-SC connectors CAB-SM-LCSC-5M 5m-fiber single-mode LC-to-SC connectors CF-IE3000= IE 3000 Compact Flash PWR-IE3000-CLP= IE 3000 Power Transformer Spare connector clip PWR-IE3000-CNCT= IE 3000 Power Spare connector LPNL-IE3000= IE 3000 Left Panel Spare RPNL-IE3000= IE 3000 Right Panel Spare DINCLP-IE3000= Din-rail clip 4 pack Spare BMP-IE3000= Din-rail clip bumper 4 pack Spare STK-RACKMNT-2955= Din-rail adapter for rack mounting Data Sheet © 2009 Cisco Systems, Inc. All rights reserved. This document is Cisco Public Information. Page 9 of 9 For more information about Cisco products, contact: ● United States and Canada: 800 553-6387 ● Europe: 32 2 778 4242 ● Australia: 612 9935 4107 ● Other: 408 526-7209 ● URL: www.cisco.com Printed in USA C78-440930-04 12/09 3360 E. La Palma Avene, Anaheim, CA 92806 P. O. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700 Fax (714) 630-6349 1 of 6 #683-10525M-0313 NEMA TS2 Fully-Actuated ATC Controller This specification is fully met by the following Econolite models: Cobalt ATC 1000 Cobalt ATC 2100 3360 E. La Palma Avene, Anaheim, CA 92806 P. O. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700 Fax (714) 630-6349 2 of 6 #683-10525M-0313 TABLE OF CONTENTS 1. INTRODUCTION .......................................................................................................................................................... 3 2. HARDWARE .................................................................................................................................................................. 3 2.1. ENCLOSURE .................................................................................................................................................................. 3 2.2. ELECTRONICS ................................................................................................................................................................ 3 2.3. ATC ENGINE BOARD .................................................................................................................................................. 4 2.4. FRONT PANEL .............................................................................................................................................................. 4 2.5. ETHERNET PORTS ....................................................................................................................................................... 5 2.6. USB PORTS .................................................................................................................................................................. 5 2.7. CONNECTORS ............................................................................................................................................................... 5 2.8. SERVICEABILITY ............................................................................................................................................................ 6 2.9. HARDWARE OPTIONS ................................................................................................................................................ 6 3360 E. La Palma Avene, Anaheim, CA 92806 P. O. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700 Fax (714) 630-6349 3 of 6 #683-10525M-0313 1. Introduction This specification sets forth the minimum requirements for a shelf-mounted, 2 (two) through 16 (sixteen) phase, fully-actuated, digital, solid-state traffic controller. The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA Standards Publications for TS2 and NTCIP 1202 and ATC standard 6.10. Where differences occur, these specifications shall govern. Controller versions shall be available to comply with NEMA TS2 Types 1 and 2. Type 2 versions of the controller shall be capable of operating as a Type 1 controller. 2. Hardware 2.1. Enclosure 2.1.1. The controller shall be compact so as to fit in limited cabinet space. It shall require no more than 7” shelf depth. External dimensions shall not be larger than 8.5" x 15.2 1/4" x 6.375" (H x W x D). 2.1.2. The top and bottom of the chassis shall be made from extruded aluminum and include an integral handle on the back for easy transport. 2.1.3. The sides shall be constructed of injection molded polycarbonate. The front panel shall meet specifications set forth in Section 2.4 (Front Panel) 2.1.4. The model, serial number, and program information shall be displayed on the outside of the controller. 2.2. Electronics 2.2.1. The electronics shall be modular in design and shall consist of vertical circuit boards. Horizontal circuit boards shall not acceptable. 2.2.2. In the interest of reliability, no sockets shall be used for any electronic device. All devices shall be directly soldered to the printed circuit board. Surface mount parts shall be used for the majority of the electronic components in the controller. 2.2.3. A built-in, high-efficiency switching power supply shall generate the primary, +5VDCinternal voltage, an isolated +24 VDC for internal and external use, VSTANDBY, LINESYNC, POWERUP and POWERDOWN signals. All voltages shall be regulated. 2.2.4. The 120 or 220VAC fuse shall be mounted on the front of the controller. Protection for the 24VDC supply shall be provided by a resettable electronic fuse. 2.2.5. All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: 2.2.5.1. Both sides of the printed circuit board shall be covered with a solder mask material. 2.2.5.2. The circuit reference designation for all components and the polarity of all polarized capacitors and two-leaded diodes shall be clearly marked adjacent to the component. Pin 1 for all integrated circuit packages shall be designated on all printed circuit boards. 3360 E. La Palma Avene, Anaheim, CA 92806 P. O. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700 Fax (714) 630-6349 4 of 6 #683-10525M-0313 2.2.5.3. All printed circuit board assemblies shall be coated on both sides with a clear moisture-proof and fungus-proof sealant. 2.2.6. Timing of the controller traffic application shall be derived from the AC power line. 2.2.7. To facilitate the transfer of user-programmed data from one controller to another, a Datakey receptacle for using a separate 2070-style, serial flash memory device shall be an available hardware option. In addition two USB sockets and one SD Card socket shall be provided for memory devices that can be used for data transfer. These data transfer devices shall be easily removable and directly accessible from the outside of the controller. The controller will not require this Datakey, USB memory thumb drive or SD Card to be present for proper operation. 2.2.8. All controller software shall be stored in Flash Memory devices. The controller software shall be easily updated without the removal of any memory device from the controller. The use of removable PROMS or EPROMS from the controller shall not be acceptable. The controller shall include an option that allows updating software using a Windows based computer, a USB memory thumb drive, or an SD card. 2.3. ATC Engine Board 2.3.1. The controller shall include an ATC engine board compliant to ATC standard 5.2b and proposed version 6.10. 2.3.2. The engine board shall include a PowerPC 83XX family processor with QUICC engine. 2.3.3. The engine board shall have a minimum of the following memory: 2.3.3.1. 128Mbytes of DDR2 DRAM memory used for application and OS program execution. 2.3.3.2. 64 Mbytes of FLASH memory used for storage of OS Software and user applications. 2.3.3.3. 2MB of SRAM memory used for non-volatile parameter storage. 2.3.4. The engine board shall provide the seven ATC serial ports, Ethernet, USB, and all other control signal required by ATC standard. 2.3.5. The operating system shall be Linux 2.6.35 or later. 2.4. Front Panel 2.4.1. The front of the controller shall consist of a panel for the display, keyboard and connectors for all necessary user connections. 2.4.2. The display shall be a 7-inch, color, TFT (Thin Film Transistor) LCD (Liquid Crystal Display) with high brightness. It shall be readable in direct sunlight. The display shall perform over the NEMA temperature range and shall have a resolution of 800 X 480 with an 18 bit color depth. The luminous intensity shall be a minimum of 800 nits. The display shall include an industrial, resistive touch screen that can be operated with gloved hands. The touch screen and display shall not be affected by condensation or water drops. 2.4.3. Front-panel operator inputs shall be via touch screen or by clearly labeled elastomeric keypad. These shall include a 10-digit numeric keypad, Main and Sub keys, toggle keys, special function and enter keys, six function keys, status and help keys and a large, four- direction cursor control key. 3360 E. La Palma Avene, Anaheim, CA 92806 P. O. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700 Fax (714) 630-6349 5 of 6 #683-10525M-0313 2.4.4. The front panel shall include a built in speaker for enhanced controller audio feedback. 2.4.5. The front panel shall include a tri-color status LED. 2.5. Ethernet Ports 2.5.1. The controller shall have the capability of supporting Ethernet communications, using TCP/IP communications protocols. 2.5.2. The controller shall provide four (4) front-panel Ethernet ports. 2.5.3. Two of the ports shall be connected to Ethernet switch ENET1 and the other two shall be connected to Ethernet switch ENET2. 2.6. USB Ports 2.6.1. The controller shall provide two USB 2.0 ports. 2.6.2. USB ports shall be used for USB thumb drives to update software, upload or download configuration, or uploading logged data. 2.7. Connectors 2.7.1. All non-optional interface connectors shall be accessible from the front of the controller in the NEMA configured controller models. Configurations shall be offered to accommodate different versions, as follows: 2.7.1.1. NEMA TS2 Type 1 2.7.1.2. NEMA TS2 Type 2 2.7.1.3. NEMA TS1 2.7.2. The D connector shall be compatible with the Econolite Model ASC/2, ASC/2S, and ASC/3 D connectors. 2.7.3. To facilitate special applications the controller shall have the capability of assignment of any input or output function to any input or output pin respectively on the interface connectors, with the exception of Flashing Monitor, Controller Voltage Monitor, AC+, AC-, Chassis Ground, 24VDC, Logic Ground and TS2 Mode bits. 2.7.4. The controller shall as a minimum have the following communications ports: a. Port 1 SDLC for communications to other devices in the cabinet. b. Port 2 serial port for systems communications. c. Console serial port for local communications. An optional telemetry module shall utilize TDM/FSK data transmission at 1200 baud or 9600 baud over two pairs of wires. This module shall include the Econolite 25-pin D- sub connector. d. Ports on optional ATC-2070 communication modules – see section 2.9.2. 2.7.5. Serial communications shall operate at from 1200 to 115.2 K baud. 3360 E. La Palma Avene, Anaheim, CA 92806 P. O. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700 Fax (714) 630-6349 6 of 6 #683-10525M-0313 2.8. Serviceability 2.8.1. All electronic modules including the power supply shall be easily removable from the controller using a screwdriver as the only tool. All power and signal connections to the circuit boards shall be via plug-in connectors. 2.9. Hardware Options 2.9.1. Optional Datakey 2.9.1.1. A datakey and receptacle shall be available for use as a database storage device (backup) or as a database transfer module. It shall be capable of storing a minimum 2MB of data. 2.9.1.2. The datakey shall be hot swappable, so that it can be inserted and removed without powering down the controller. 2.9.1.3. The datakey shall be capable of storing the entire controller database and shall retain the information without use of battery or capacitor backup. 2.9.1.4. The controller shall not require this key to be present during normal operation. 2.9.1.5. If the datakey is present the controller shall automatically backup the database to the data key 20 minutes following the last data change. 2.9.2. Optional ATC-2070 type communications slot: 2.9.2.1. The controller shall provide support one ATC-2070 type communications slot that can be added, if needed, providing access to ATC communications ports. www.cohu-cameras.com TRAFFIC MONITORING | INTEGRATED TRAFFIC MANAGEMENT | PERIMETER SECURITY | INFRASTRUCTURE SURVEILLANCE | BORDER SECURITY 3960SD Series SDTV 480p30 Image Resolution Motorized 35x Optical / 12x Digital Zoom Sensitive Day/Night Technology Auto/Manual Focus and Iris Control Electronic Image Stabilization Dual H.264 / MJPEG Video CODECs Hybrid IP / Analog Operating Mode Web Server Configuration/Operation NTCIP 1205 over IP Communication Variable Speed Positioning System Presets, Tours, Sector/Privacy Zones IP67/IP66 and Nema TS2 Rated Cohu’s 3960SD series combines the advantages of HDTV image quality, efficient H.264 compression, a proven variable speed positioner and advanced environment protection delivering a best in class camera positioning system. The 3960SD uses 480p30 imaging with an integral 35x optical zoom delivering high definition video from wide to full zoom settings. The camera uses true day/night technology using a removable IR cut filter producing exceptional low light sensitivity as low as 0.001 fc. The 3960SD includes a variable hi- speed pan and tilt drive, with 360° con- tinuous pan and ±90° tilt movements. Fast positioning speeds of up to 120°/ sec, results in 180° movements in less than 2 seconds. Providing dual output stream capa- bility, the 3960SD can deliver two inde- pendently configured H.264 streams or an H.264 with MJPEG or H.264 with analog output. Delivering IP and analog outputs, the 3960SD can integrate with analog based systems today while pro- viding a smooth transition over to IP tomorrow. The 3960SD provides a full function web server, allowing complete adminis- trative and operator control capabilities. Administrative features include config- uring network settings, user password assignments, setting video streaming properties, defining camera positioning presets/tours, assigning camera ID labels etc. The 3960SD provides comprehensive ID labeling, allowing precise descriptors to be inserted onto the video for oper- ator use. Camera location, presets and sector zones are defined with up to 24 character labels. For direct positioning indications, the camera system can display its azimuth and elevation posi- tion in degrees as well as use compass directions. The 3960SD is designed to operate in extreme weather with its IP67 and IP66 protection, eliminating the effects of water intrusion, pollutants and cor- rosives, and withstands the effects elevated temperature, electrical and mechanical environments complying with NEMA TS 2 standards. Cohu guarantees years of clean, reliable images and backs it with a world-class warranty. 3960SD shown with optional wiper SDTV/H.264 camera positioning system CAMERA Imaging Characteristics Sensor Type: 1/4” CCD Scanning Mode: Progressive Total Pixels: 811 x 508 Resolution/Frame Rate: SDTV 480p30 (720 x 480) 30fps Camera Format: Day/Night, via removable IR filter Sensitivity (F1.6 @ 50% IRE) Color Mode @ 1/30 Shutter: 0.1 fc (1.0 lux) Mono Mode @ 1/4 Shutter: 0.001 fc (0.01 lux) Lens Characteristics Zoom: 3.4 to 119 mm, 35x, f1.4 to f4.2 Angular FOV: 56° to 1.7° (Horizontal) Focus/Iris Type: Auto/Manual Overide Digital Zoom: 12x Camera Features Day/Night Mode: Auto, Color or Mono Electronic Image Stabilization: On/Off; [5hz/16hz selectable] Wide Dynamic Range: On/Off Backlight Compensation: On/Off Shutter/Integration: Auto/Manual [1/2 to 1/30000] White Balance: Auto/Manual [Red/Blue Adjust.] Gain Adjustment: 0-40 db POSITIONER Movements Pan Range: 360° Tilt Range: +90° to -90° Repeatability: 0.25° Pan Speed Maximum: 120° Preset Solving: (180° movement): <2 sec Manual Control: 0.1° to >80° Tilt Speed Maximum: 120° Preset Solving: (180° movement): <2 sec Manual Control: 0.1° to >40° Features Pan/Tilt Control: 64 Step Variable Speed Presets: 64 [includes pan, tilt, zoom, focus coordinate] Tours: 8 [Includes up to 32 presets with indi- vidual dwell per preset] Sector Zones: 16 [Each includes left/right boundary, 24 character ID, enabled/disable state] Privacy Zones: 8 [Each zone Includes left/right boundary, enabled/disable state] VIDEO ENCODING Video Streams Video Compression Codecs: H.264 / MJPEG Video Stream Configurations: See Figure 1 Video Stream Resolutions: See Figure 2 Video Stream Frame Rates: See Figure 3 Video Stream Data Rates :See Figure 4a and 4b Camera Video Latency: 4 frames (133 msec) (Does not include network routing or client rendering latency) Analog Video: NTSC or PAL Video Connections Eight (8) RTSP uni or multi-cast Unlimited RTP/UDP multi-cast Two (2) MJPEG (server pull mode) Two (2) MJPEG (server push mode) Authentication Four (4) access levels <Admin, Privilege, User, Guest> Users assigned user name, password, access level Media Player Support VLC, QuickTime Any media player compliant with RFC 2326, RFC 3984 WEB SERVER CAPABILITIES Configuration Network, Video Stream, OSD, Presets, Zones, Security Settings and Upgrades Control Pan/Tilt, Lens, Tours, Presets, Zones, Digital Zoom, Auxiliary and Recording Browser Support Recommend Internet Explorer 8.x or newer COMMUNICATION INTERFACES Network Data Format: 802.3u (100BASE-TX) Network Protocols: TCP, UDP, IP IGMP, DNS, DHCP, RTP, RTSP, NTP, HTTP, ARP Camera Protocols over IP: Cohu, Cohu T, NTCIP 1205, ONVIF (Pending) Serial Data Format: RS422, 4 wire asynchronous half duplex Camera Protocols over Serial: Cohu, Pelco D ON-SCREEN DISPLAY (OSD) IP Video Camera ID: 1 line, 24 characters Preset ID: 1 line, 24 characters Sector/Privacy Zone: 1 line, 24 characters PT Position/Status ID: 1 line, 24 characters Analog Video Camera ID: 1 line, 24 characters Preset ID: 1 line, 24 characters Sector/Privacy Zone: 1 line, 24 characters PT Position/Status ID: 1 line, 24 characters ELECTRICAL Input Voltage: 24 Vac or 120 Vac Power: 50w, + 100w PT heater + 15w wiper Line Variation: Conforms to Nema TS2 para 2.1.2 MECHANICAL Construction/Finish: Powder coated aluminum Connectors: 18 pin MS or 16 pin AMP Size: see dimensional figures Weight: 18 lbs (8.2 Kg) ENVIRONMENTAL International Protection Rating: IP66/IP67 Salt Spray: ASTM-B117 Operating Temperature: -29.2° to 165°F (-34° to 74°C) Compliant per Nema TS2, para 2.1.5.1, using Fig. 2.1 profile Humidity : 0-100% RH Vibration : Compliant per Nema TS2 para 2.1.9 Shock: Compliant per Nema TS2 para 2.1.10 Wind: 110 mph (177 kmh) w/30% gust CERTIFICATIONS CE: 24 Vac version only FCC: Class A SHIPPING INFORMATION Dimensions: 24 x 20 x 12 (610 x 508 x 305) Weight: 24 lb (10.8 Kg) ACCESSORIES Mounts Wall: 8425-7 Pole: 8503-0 Corner: 8503-1 Parapet: 9503-2 Replacement Parts Wiper Blade Assy: 8139078-001 Connector Kits MS Conn: 1310230-011 AMP Conn: 8498-1 Cables CA252 Series w/120Vac MS conn. CA255 Series w/ 24Vac MS conn. CA271 Series w/ 24Vac AMP conn. CA272 Series w/ 120Vac AMP conn. 3960SD Series Specifications 3960SD Helios SDTV/H.264 camera positioning system www.cohu-cameras.com PORT SECURITY | SHIPBOARD SECURITY | INTRUDER DETECTION | BORDER SECURITY | RANGE SAFETY | TRACKING/TARGETING DIMENSIONS in inches (mm) 3960SD Helios SDTV/H.264 camera positioning system ORDERING INFORMATION 3960SD Standard Definition H.264 Camera Positioning System S D3 X – X X X X Power Options 4 - 24 VAC Operating Power, MS Connector (no PT heater) 5 - 120 VAC Operating Power, MS Connector (no PT heater) 6 - 120 VAC Operating Power, MS Connector (with PT heater) 7 - 24 VAC Operating Power, AMP Connector (no PT heater) 8 - 120 VAC Operating Power, AMP Connector (no PT heater) 9 - 120 VAC Operating Power, AMP Connector (with PT heater) Camera Head Options 1 - SDTV 35x Camera 2 - SDTV 35x Camera with Faceplate Wiper 3 - SDTV 35x Camera (Inverted) 4 - SDTV 35x Camera with Faceplate Wiper (Inverted) Software Options 0 - NTCIP 1205 Camera Control Unassigned 00 - None www.cohu-cameras.com PORT SECURITY | SHIPBOARD SECURITY | INTRUDER DETECTION | BORDER SECURITY | RANGE SAFETY | TRACKING/TARGETING Figure 1 Codec Configurations Stream Codecs Maximum Resolution (S1) + (S2) Stream 1 Stream 2 H264 + H264 720 x 480 720x480 H264 + MJPG 720 x 480 720x480 H264 + Analog 720 x 480 NTSC/PAL MJPEG + Analog 720 x 480 NTSC/PAL Figure 2 Resolution Configurations Stream 1 Stream 2 H264 or MJPEG H.264 or MPEG Analog 720 x 480 704 x 480 720 x 480 640 x 480 NTSC or PAL 352 x 288 352 x 240 Figure 3 Frame Rate Configurations Stream 1 Stream 2 H264 or MJPEG H.264 or MPEG Analog 30 30 15 15 7 7 30fps 3 3 1 1 Figure 4a Data Rate Configurations Stream 1 Stream 2 2 Mb 2 Mb 1 Mb 1 Mb 512 Kb 512 Kb 256 Kb 256 Kb Figure 4b Data Rate Configurations Typical JPEG File Size Quality Stream 1 Stream 2 100 240 Kb 240 Kb 80 50 Kb 50 Kb 65 40 Kb 40 Kb 50 30 Kb 30 Kb 35 24 Kb 24 Kb 15 18 Kb 18 Kb SD3 5 - 1 0 00 3960SD Helios SDTV/H.264 camera positioning system 25 VPoT5225 ft 50 VPoT2565 ft 100 VPoT1278 ft 200 VPoT636 ft 400 VPoT317 ft 450 VPoT282 ft 300 VPoT423 ft Target at varying VPoT levels with distance from 3960SD with zoom @ 35x VPoT = Vertical Pixels on Target Target = 6 ft x 2 ft person How far can I see? COHU ELECTRONICS 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (858) 277-6700 Fax: +1 (858) 277-0221 www.cohu-cameras.com 3960SD 11-10 Printed in USA Cohu reserves the right to change specifications without notice. Trademark names are used for reference only. Debatably, the most frequently asked question in the video surveillance realm, with no simple answer. Many variables affect the answer to this question, such as object size, object/scene contrast ratio, atmospheric conditions, daytime vs nightime, your definition of “see” to mention just a few. The chart below is intended to provide an indication under ideal conditions the size a person would appear on a monitor screen at varying distances based on the number of ver- tical pixels landing on the person. You be the judge as to how far you can see this person. The images below are scenes of San Diego Bay showing the magnification power of the 3960SD’s 35x optical zoom. The Port of San Diego building and the USS Ronald Reagan are approximately 4,500 ft (1370 m) away. Cohu Mounting Bracket Components DESCRIPTION BRACKET COMPONENT POLE MOUNT ADAPTER 7411401-0001 WALL MOUNT ARM 7411417-001 MOUNT ADAPTER PLATE 7411418.001 WALL MOUNT DOME 7411420.001 POLE MOUNT DOME 7411421-001 CORNER MOUNT 7411425-001 PARAPAT MOUNT 7411436-001 PEDESTAL ADAPTER 7411444-001 POLE MOUNT, MAST TYPE 74114388-001 POLE MOUNT, J TYPE 7411498-002 PEDESTAL/CEILING MOUNT 7411499-004 WALL MOUNT 7411499-002 PIPE MOUNT ADAPTER, POsrJ I ONER 1411500.001 UNIVERSAL CAMERA MOUNT 7411522-001 MAST ARM, POSITIONER 2D10 .15-001 Cohu Mounting Bracket Set Configurations 7411489-002 7411499-001 CONFIGURED BRACKET DESCRIPTION CONFIGURED BRACKET BRACKET COMPONENTS USED POLE MOUNT BRACKET SET 8503-0 7411417-001 7411418-001 7411408-001 J CORNER MOUNT BRACKET SET 8503-1 7411417-001 7411418-001 7411425-001 PARAPAT MOUNT BRACKET SET 8503-2 7411417-001 7411418-001 7411426-001 WALL MOUNT BRACKET SET 8425-7 7411417-001 7411418-001 MOUNT ADAPTER, 4.75" TO 7.0" B.C. 84131-9 Cohu Mounting Brackets by Cohu Product Series PRODUCT SERIES MOUNTING CONFIGURATION WALL POLE CORNER PARAPAT MAST CEIUNG 3920, 3920S0,3920H0 7411420-001 7411420-001 AND 7411421-001 3930,3930110 7411499-002 7411498-001 OR 7411498.002 3960,396050,3960HD I 8425-7 85030 I 8503-1 8503-2 2010815001 7411498-001 7411498-001 6960 8425-7 8503-0 8503-1 8503-2 2010815-001 59705D 8425-7 85030 8503-1 8503.2 2010815-001 7410110 7411522-001 7411522-001 www.cohu-cameras.com 3960110 11-10 Printed in USA Cahn, Inc / Electronics Division COHU ELECTRONrct. 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (B58) 277-6700 Fax: +1 (858) 277-0221 Mounting Brackets 7411408-001 Pole Mount Adapter Plate, Positioner Construction : Aluminum Finish : Gray Polyester Powder Coat Mounting Method : Arttached to a pole with three (3) stainless steel straps (supplied). Straps fit 3 inch to 8 inch diameter pole. Cable Entry : Feedthrough hole in center of mount 1624.561 0 El 7411417-001 Construction Finish Maximum Load 7.1.0 117 78) Wall Mount Arm, Positioner : Aluminum : Gray Polyester Powder Coat : 75 lbs (34 kg) ©UM 115_24 0 63818.971- 4.751121m m 114-2N 231E771 BC www.cohu-cameras.com 39601-10 11-10 Printed in USA 146.551 2fl 611811 7411417-001 with 7411418-001 Cohu, Inc. / Electronics Division COHU ELECTRONICS 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (858) 277-6700 Fax: +1 (858) 277-0221 7411418-001 Flat Adapter Plate Construction : Aluminum Finish : Gray Polyester Powder Goat Maximum Load : 75 lbs (34 kg) Cabe Entry : Feedthrough hole in center of plate KM 116.2,1 o21x0.20050X7m1 4.75112.03)9C 00.341f96y Z25.72111C 7411420-001 Wall Mount Arm, Dome Construction : 5052H32 Aluminum Finish : Gray Polyester Powder Coat Maximum Load : 75 lbs (34 kg) Cable Entry : Feedthrough hole in center of Mount Mounting Method : Secure with four 5/16 inch fastners (not supplied) suitable for mounting surface. 4.75 (1.90)( 0.50 (16.511 al5 11.901 LLt 120221 2.5a {6.35) TLJ 6.00 (15.241 131(0.651 THRU (4X1 www.cohu-cameras.com 3960HD 11-10 Printed in USA M00(45.771 1.75 14.45 Oahu reserves the right to change specifications without notice Trademark names are used tor reference only Cohn, Inc. / Electronics Division CCNU LLECTRONICS 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (858) 277-6700 Fax: +1 (858; 277-0221 CA200 Series Manufactured Camera Control Cables Factory built and tested cable assemblies !or Cohu cameras anti sy stein products Hermethcaily potted MS type connectors .,,/!11-1 gold pialed phis for reliable operation Variety of control sde connector options Mu;ti-conductor analog control cables M nlm'zes onsite time, and saves money for connection and installation processes Only hlThest quality materials and workmanship Cable pull lenci1lis of Lip !0 750 it (270 ni) Options for 120 Vac and 21 Vac power, RS -232, RS -422 and/or ethernet debt With PoE+ L4'°611.7.40, Helios www.cohu-cameras.corn Cohu's CA200 series cables provide a wide selection of factory built and tested control cables providing high quality and reliable interconnection of Cohu cameras and system control products. Cables can be ordered in various lengths and connector configurations accommodating many Installation requirements for Cohu camera system products. Camera sde, field cable connector options include general purpose 15 pin AMP or environmental 18 pin MS, with pin -outs compatible with the appropriate Cohu camera system. The camera side MS connector option includes gold plated pins and is hermetically sealed and potted at the Cohu factory to prevent connector deterioration due to exposure from moisture and other containments. The control system side includes a wide choice of connector options, ranging from BNC for video, RJ45 or D9F for RS -422/232 serial data, RJ45 for ethernet data, commercial AC outlet power plugs or prepped wires ready for connectors to be installed in the field. Maximum cable lengths permitted are dependent on either the power, video or data format selected, whichever is the worst case limiting factor. Bulk cable without factory installed connectors is also available in contiguous lengths up to the cable spool (typically 1,000 ft [304 MJ}. Cohu can build customized cables for virtually any application and for legacy products. Call your local Cohu Sales Representative or factory Applications Engineer to discuss your application and special requirements. TRAFFIC MONITORING INTEGRATED TRAFFIC MANAGEMENT PERIMETER SECURITY INFRASTRUCTURE SURVEILLANCE BORDER SECURITY Manufactured Camera Control Cables CA200 Series Specifications IP Camera Control Cables IP Cables Cable(s) Max Camera Side Length Connector Camera Voltage IP Data Serial Data Video I/O MODELS TYPE CA252A 1 CA252B 1 2 CA252C TYPE 328 /100m 32871 DOm 3287100m TYPE MS MS MS 120114.0 Wires AC Plug Wires 29VAC PeE ETHERNET RS422 RS272 COMPOSITE ALARMS W res RJ45 W-, CA252D 2 3287100m MS AC Plug RJ45 CA255A CA256B CA255C CA255D CA257A CA257B CA257C CA257D CA27/A CA271 B CA272A CA272B 3 80724 5m MS 3 80724.5m MS 2 80724 5m MS 2 80724 5m MS 4 328:100m MS 4 328/100m MS 5 328 /100m MS 5 3287100m MS Wires Wires W res Wires Wires RJ45 Wires RJ45 Wires RJ45 Wires 3 80724 5m AMP Wires Wires 3 80724 5rn AMP Wires RJ45 1 328 /100m AMP Wires Wires 1 3287100m AMP AC Plug RJ45 Hybrid IP/Analog Camera Control Cables Wire9 Wires bbd Max Camera Side Cable's) aCamera Voltage IP Data Serial Data Video 1/0 IP Cables Length Connector MODELS TYPE TYPE TYPE 120VAC 24VAC PoE ETHERNET RS422 83232 COMPOSITE ALARMS CA25213 6 80724.5m MS Wires RJ45 Wires Wires CA252H 6 3287100m MS AMP RJ45 AMP AMP CA252M 6 3287100m MS AC Plug RJ45 RJ45 BNC CA252P 6 3287100m MS Wires Wires Wires Wires CA2520 6 3287100m MS AC Plug RJ45 Wires BNC CA252R 6 3287100m MS Wires Wires Wires Wires CA252S 6 3287100m MS AC Plug RJ45 Wires BNC CA252T 6 3287100m MS AC Plug RJ45 CON/ BNC CA255M 6 80724.5m MS Wires RJ45 RJ45 BNC CA256R 6 B0724.5m MS Wires Wires Wires Wires CA2555 6 80'24.5m MS Wires RJ45 Wires BNC CA256T 6 50724.5rn MS Wires RJ45 CONY BNC CA271D 6 80724.5m AMP Wires RJ45 CONV BNC CA271M 6 80724.5m AMP Wires RJ45 RJ45 BNC CA271P 6 80'245m AMP Wires Wires Wires Wires CA2710 6 B0724.5rn AMP Wires RJ45 Wires BNC CA2720 6 3287100m AMP AC Plug RJ45 CONV BNC CA272H 6 328/100m AMP AMP RJ45 AMP AMP CA272M 6 3287100m AMP AC Plug RJ45 RJ45 BNC CA272P 6 3287100m AMP Wires Wires Wires W res CA2720 5 3287100m AMP AC Plug RJ45 Wires BNC www.cohu-cameras.com PORT SECURDY SHIPBOARD SECURITY INTRUDER DETECTION BORDER SECURmr RANGE SAFETY TRACIBNGITARGEfNO CA200 Series Manufactured Camera Control Cables Analog Camera Control Cables Analog IP Cables MODELS CA291A CA2918 CA291C CA291E CA291 F CA29113 CA291J CA291M CA292A CA292B CA293A CA293B CA293M CA295E CA295F CA2950 CA295H CA295M CA298A CA298B CA296C CA297E CA297F CA2970 CA297H CA297M CA297P CA2970 CA297R CA2975 CA29BA CA298M CA299A CA299M Cable(e) TYPE 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 Max Camera Side Length Connector TYPE 80'r24.5m 80'24.5m 80'F24.5m 80'24.5m 80'.24.5m 90'24.5m 80724.5m 80'24.5m 60',24 5m 80'24.Sm 80724 5m 80'24.5m 80%74 5m 7507231m 750%.231m 7501231m 750%,231m 7501231m 750'.231m 7501231m 750'231 m 7501231m 7504/231m 7501231m 7501231m 7501231m 7504/231m 7504/231m 7501231m 7504/231m 7504/231m 7501231m 90'24.5m 80'24.5m Cable Configurations Cable Configurations CABLES TYPE 1 TYPE AMP AMP AMP AMP AMP AMP AMP AMP MS MS MS MS MS MS MS MS MS MS MS MS MS AMP AMP AMP AMP AMP AMP AMP AMP AMP MS MS MS MS 7610179-001 7610182-001 2 7610176-005 L 3 7610179-001 4 7610179.001 5 7610179-001 6 7610179-001 7 7610176-001 www.cohu-carneras.com 7610190-001 7610110-001 7610176001 Camera Voltage IP Data 12QVAC 24VAC PoE ETHERNET Wires Wires wires Wires Winn Wires Wires Wires Wires Wires Wires Wires Wires Wires AC Plug AC Plug AMP AC Plug Wires AC Plug AC Plug Wires AC Plug AC Plug AMP AC Plug Wires AC Plug AC Plug AC Plug AC Plug AC Plug Wires Wires Serial Data Video 1/0 RS422 RS222 COMPOSITE ALARMS Wires Wires Wines BNC CONV BNC Wires Wires Wires BNC DOS BNC RJ45 BNC RJ45 BNC Wires Wires DOS BNC Wires Wires CONV BNC RJ45 BNC Wires Wires Wires BNC CONV BNC AMP AMP RJ45 BNC Wires Wires Wires BNC DOS BNC Wires Wires Wires BNC CONV BNC AMP AMP RJ45 SNC Wires Wires Wires SNC DOS SNC RJ45 BNC CONV BNC RJ45 SNC CONV SNC RJ45 SNC Cable Applications / Functions Cable Specifications PMT NUMBER 7610110-001 7810179.001 7610182-001 7610190-001 7810176-001 FUNCTION Alarm L/0 Cable Ethernet Cable Power Cable Power Cable Analog Compe2site Cable DESCRIPTION Belden 8404 or equivalent Belden 11700A or equivalent Belden 19401 or equivalent Alpha 11398C or equivalent Cghu AC38 Cable 7610176.005 IP Composite Cable Cohu AC42 Cable PORT SECURITY SHIPBOARD SECURITY INTRUDER DETECTION BORDER SECURITY RANGE SAFELY TRACKINISHAROEI1NO Manufactured Camera Control Cables COHU AC40 CABLE P/N 7610176-003 CABLE COHU AC42 CABLE P/N 7610176-005 CABLE cirli 0.035' Nominal Wal of Jacketed Data Guide Standard. Brown PVC to a Nominal' O.D. 010.60". 9®id - 36 AWG Tinned CU 90% Coverage Minimum 0/A.11I1der 0.001" Pohiester 25% Overlap Can&A Belden 0214F RG -59U Impedance 75 ohm Capacitance: 17.3 pUR Attenuation: 10Mhz 0.90 db/t00 fl 0.242 Nominal Diameter lirable Belden part number 1533R Shielded CAT 50 0.260" Nominal Diameter C1 thru C3 Conductors 3/C 22 AWG (7130) Tinned copper insulated with 0.016" nominal wall o1 PVC Io a nominal 0.D. of 0.062' I/A/W UL AWM 10335 (1050 600V) C1 •Red, C2 -Blue, C3 -Orange 01 they D{Conductors 16 AWG (19 x 0.0117) Tinned copper insulated with 0.016" wall of PVC to a nominal OD of 0.066' VAIW UL AWM 10335 (1050 600V) D1.61ack. 02 While, 03 Yeaow, 02 Green aeltetel Max Operating Temp BOC Min Bend Radius: 3' i 0.032• Dark Gray w Resistant PVC. BId 36 AWG Tinned CU 9096 Coverage Minimum WABillger 0.001' Polyester 25% Overlap UAW Belden part number 15338 Shielded CAT 56 0.260' Nominal Diameter C1 thru C4 Conductors 3/C 22 AWG (7x30) Tinned capper insulated with 0,016' nominal Wall 01 PVC 10 a nominal 0.0 al 0 062" ;A/W UL AWM 10335 (I05C 600/) C1 -Red. C2 -Black, C3 While, C4 Green clerteral Max Operating Temp• BOC Min Bend Radius: 2.5' www.cohu-cameras.com PORT SECURITY SHIPBOARD SECURITY INTRUDER DETECTION BORON, SECURITY RANGE SAFETY Te AtrgNGRMr3E'THd CA200 Series Manufactured Camera Control Cables Camera Side Connectors MS Connector P/N 1310230-011 ■ No. of Contacts: 18 • Hermeticaiy Potted: Yes • Shell Style Straight Plug • Service Class: Environmental • Shell Size 14 • Gender Female • Contact Termination Solder • Contact Material: Copper • Contact Plating Gold • Contact Gender Socket Control Side Connectors SNC Connector P/N 1310212-003 • Connector Type Plug Male Pins - Contact Termination Cnmp Dua • Fastening Type Bayonet Lock - Frequency Max 4GHz • Impedance 50 Ohm • RoHS Compliant: Yes DB9 Connector P/N 1310136-004 + 1310341-009 (Backshell) • Number of Positions: 9 • Gender: Male/Pin • Contact Area: Copper -alloy plated with gold over nickel • Shell: Zinc plated steel shell w/yellow chromate coating • Backshell: Included AMP Connector Kit P/N 8498-1 • No. of Contacts: 16 • Hermetically Potted: No • Shell Style Straight Plug • Contact Termination: Crimp • Contact Plating: Localized Tin and Gold • Shell Size 17 • Shell Type: Ali Plastic • Thread Size: 15/16-20 UNEF-2A • Socket Contacts: Cohu P/N 1310308-002 • Cable Clamp Cohu P/N 1 31 0307-1 03 13,145 Connector P/N 1310527-008 • Gender Plug • No. of Contacts: 8 • No. of Positions: 8 • LAN Category Cat5e • Contact Termination: IDC / IDT ▪ Contact Rating: Gold • Contact Material Phosphor Bronze • RoHS Compliant: Yes RS422/232 Converter P/N 3010100-001 • -. • RS232 DB9 Female - RS422 Terminal Strip - Power: Line powered or 12Vdc (Supply not included) POR? SECURIY SHIPBOARD SECURITY INTRUDER DETECTION BORDER SECURITY RANGE SAFETY TRACSINGRARGETING Ia ;I CA200 Series Manufactured Carrera Control Cables Typical Cable Construction and Schematic (CA252T shown) Cable Schematics Available upon Request yin A 0514EC1o11 OWN I31O2]0-0n ►011154C slave 13102154013 .0C . 17�A: 311 re MA gr•essitTZL 1310327-005 'i •' Ir15l; ]III •♦!� voco Ewll! tf��1►Y{.altrA 111;11e 1111111MITIIIIMI I le M13 I.}J'a1�J1:1. AYi x COMIQ1011 1310213-00] x000 I 1310341-004 Oe-iP 11 113100134-134- 0O3 Gall WCOI 1R0 L 540 00 A ry_1/T4t0ATI 00 NIA M rY 01 4T M 4CL T101A-WI O.x PC Wm 1310217-003 Q0 AA YCLO I1 i 11 1 w 1110 422 xCL:4-111D522i. 11 11 11 ix as 11 3 C'C CCT At 3 11 Il • 111 125 CON t� 131pL-NU 1]10311-034 Y V MAP ,Ir.0q <I 5 o1l 1; 1 .ca11u���OM p: t1 I I0WAC a N I wf1 522 1J www.coh u -cameras. corn CA200 07 11 Printed in USA 5EUATI4 I I 1 1 ' 1 LCap 111103 71-031 13tH 1' ON 3 4 7 CAMALL 7@0 l®.c EIN Cohu reserves the right to change specifications without notice Trademark names are used for reference only. 4C CO IIJ Cohu, Inc.., Electronics Division 12367 Crosthwaite Circle Poway CA 92064-1245 Tel +1 (858) 277-6700 Fax +1 (858) 277-0221 AC Power Supply - 1 VDC, extended temp. NEMA 5- 1 5P (US) to bare wire. Compatibility: Dig Connect WAN IA, Con n cP rt X4, Digi Tr n P rt W R t . Part Numbers: North America 76000736 Internatlo rra1: 76400736 Input Specifications: Rated input voltage range: 124VAC - 244VAC input fequency: 47H2 - 63Hz Rated input current: 0.4A 115VAC 0.2A 230VAC Max. in -rush current: 25A © 115VAC 50A 234VAC Input Plug Type: IEC32I] C14 Output Specifications.: Ou pu: Voltage: 12V Max. load current: 1.0A Min. load current: OA Output Power: 12W Output Plug: Connector Type: Bare wires Environment: Operating Temperature: -35° C to 74° C Storage Temperature: -35" C to 85° C Dimensions: Size (LxHxWhd): 93 x 34.3 x 57mrn Weight: 224g Cord Length: 4 ft Certifications: ULr cUL, CE www.digi.com Application Highlight Features/Benefits Overview Target Applications Traffic Management Serial-to-Ethernet connectivity for traffic management applications requiring extended vibration, temperature and moisture tolerance. • Robust, hardened model with extended temperature tolerance (-35° C to +74° C) • NEMA TS 2 compliant • Conformal coated circuit board • Ships in “Latency Mode & TCP Keep-Alive” setting • Screw terminal power connectcor • 1-, 2- and 4-port models for application flexibility • RS-232/422/485 switch-selectable on all ports • RealPort for COM or TTY port control and management Traffic Control Center PortServer® TS HCC MEI Weather/ Surface Monitor Ethernet RS-232 PTZ Variable Messaging System Traffic Controller RS-485 P S T S H M EI -35˚ C +74˚ C TRAFF I C ACCIDE N T NEXT E X I T Tr affic Management Hardened Serial Servers PortServer® TS Hcc MEI PortServer TS Hcc MEI is designed to meet the unique specifications required for use in traffic management installations. It is ideal for network-enabling and remotely managing variable message signs, loop detectors, ramp meters or any RS-232/422/485 serial device. Specialized features include a conformal coated PCA for moisture and corrosion protection, a screw terminal power connector for durable and reliable power feed, and an extended operating temperature tolerance (-35° C to +74° C). In addition, PortServer TS Hcc MEI meets NEMA TS2 requirements for traffic control equipment. Digi’s patented RealPort® technology makes it possible to establish a connection between the host and networked serial device by creating a local COM or TTY port on the host computer, allowing software applications to work with networked device servers instead of requiring a host adapter. Other features include SSHv2, port buffering, full SNMP device management and industry leading low latency. DIGI SERVICE AND SUPPORT - You can purchase with confidence knowing that Digi is here to support you with expert technical support and a strong five-year warranty. www.digi.com/support Digi International 877-912-3444 952-912-3444 info@digi.com Digi International France +33-1-55-61-98-98 www.digi.fr Digi International KK +81-3-5428-0261 www.digi-intl.co.jp Digi International (HK) Limited +852-2833-1008 www.digi.cn Buy online • www.digi.com Visit www.digi.com for part numbers. Features Management HTTP/HTTPS, CLI, SNMP (read/write), Digi Port Authority-Remote management diagnostics and auto-discovery tool Protocols UDP/TCP, Supports multiple unicasts, DHCP/RARP/ARP-Ping for IP Address assignment, Extended Telnet RFC 2217, Telnet, Reverse Telnet, Modbus to Modbus/TCP protocol conversion support Security PPP, SSHv2, SSL/TLS Extended Safety Conformal coated circuit board, NEMA TS 2 compliant, Screw terminal connector for power Software Device-initiated patented RealPort® COM port redirector Status LEDs Power, Link, Activity, Status Operating Systems AIX, HP-UX, Linux®, SCO® OpenServer™ 5, SCO® OpenServer™ 6, Solaris™ Intel, Solaris™ SPARC, Windows XP®, Windows Server® 2003, Windows Server® 2008, Windows Vista® Note: TCP/UPD Socket Services are operating system independent Dimensions (L x W x D)5.25 in x 3.33 in x 0.95 in (13.34 cm x 8.46 cm x 2.42 cm) Weight 2.25 oz (64.00 g) Other Full modem and hardware flow control, Modem emulation, Port buffering, RJ-45/DB-9F crossover cable included for optional serial configuration, Wall bracket included Interfaces Serial Ports 1 RS-232/422/485 RJ-45 (switch selectable); Up to 230 Kbps throughput; Signal support for TXD, RXD, RTS, CTS, DTR, DSR, DCD 2 RS-232/422/485 RJ-45 (switch selectable); Up to 230 Kbps throughput; Signal support for TXD, RXD, RTS, CTS, DTR, DSR, DCD 4 RS-232/422/485 RJ-45 (switch selectable); Up to 230 Kbps throughput; Signal support for TXD, RXD, RTS, CTS, DTR, DSR, DCD Ethernet Ports 1 RJ-45 10/100 Mbps 10/100Base-T (auto-sensing); Full or half duplex Power Requirements Power Input 9-30VDC @ 0/5 Amps max Power Supply This product does not ship with a power supply; pigtail included Environmental Operating Temperature -35° C to +74° C (-31° F to 165° F) Storage Temperature -40° C to +85° C (-40° F to +185° F) Relative Humidity 5% to 95% (non-condensing) Ethernet Isolation 1500VAC min per IEEE802.3/ANSI X3.263 Serial Port Protection (ESD)+15 kV air 6 AP and +8 kV contact discharge per IEC 100-4-2 Regulatory Approvals Safety UL/CL60950, IEC60950 & CB Emissions/Immunity CE, FCC Part 15 (Class A), EN55024, EN55022 Class A, AS/NZS 3548, VCCI V-3/99 .05 © 2003-2009 Digi International Inc. All rights reserved. Digi, Digi International, the Digi logo, PortServer and RealPort are trademarks or registered trademarks of Digi International Inc. in the United States and other countries worldwide. All other trademarks are the property of their respective owners. 91001354 C1/909 Specifications PortServer® TS 4 Hcc MEIPortServer® TS 2 Hcc MEIPortServer® TS 1 Hcc MEI PortServer TS Hcc MEI - Back RJ-45 Serial 1-Port 2-Port 4-Port PortServer TS Hcc MEI - Front Ethernet Reset Link Activity LEDs Power Status LEDs Power Input (Screw Terminals) 5.25" 3.33" 0.95" 1 www.moxa.com info@moxa.com IP Surveillance VPort 364A Series Excellent video quality, 4-channel H.264/MJPEG industrial video encoders The VPort 364A is a 4-channel industrial video encoder that supports the H.264 video compression algorithm, which uses less bandwidth than other video compression standards; the VPort 364A provides the best video quality available on the market today. In addition, the VPort 364A supports simultaneous dual video streams with different Introduction ›Dual simultaneous H.264 and MJPEG video streams ›Video latency under 200 ms ›Moxa DynaStream™ function supported for network efficiency ›ONVIF supported for standardization and interoperability ›802.1X and SSL/SSH for advanced network security ›Industrial design with -40 to 75°C operating temperature ›VPort SDK PLUS provided free Introduction formats: H.264 and MJPEG. The two video streams can be used for different purposes, such as viewing, recording, or analysis. In addition, the rugged industrial design with -40 to 75°C operating temperature, built-in fiber Ethernet ports, IP30 form factor protection, and industrial certifications, make the VPort 364A highly suitable for use in harsh environments. Specifications Video Video Compression: H.264 (MPEG4 part 10, AVC) or MJPEG Video Inputs: 4, BNC connector (1.0 Vpp, 75 ohm) Video Streams: Dual streams (one for H.264, the other for MJPEG) NTSC/PAL: Manual Video Resolution and FPS (frames per second) in single video stream: NTSC PAL Size Max. FPS Size Max. FPS QCIF 176 x 112 30 176 x 144 25 CIF 352 x 240 30 352 x 288 25 VGA 640 x 480 30 640 x 480 25 4CIF 704 x 480 30 704 x 576 25 Full D1 720 x 480 30 720 x 576 25 Video Viewing: • DynaStream™ supported for changing the video frame rate automatically • Adjustable image size and quality • Timestamp and text overlay Audio Audio Inputs: 1, Line-in or MIC-in with RCA connector Audio Outputs: 1, Line-out with RCA connector Audio Format: Mono, PCM Network Protocols: TCP, UDP, HTTP, SMTP, FTP, NTP, DNS, DHCP, UPnP, RTP, RTSP, ICMP, IGMPv3, QoS, SNMPv1/v2c/v3, DDNS, Modbus/ TCP, 802.1X (Pending), SSL/SSH (Pending) Ethernet: 1 10/100BaseT(X) auto negotiating RJ45 port, or 1 100BaseFX fiber port (single/multi-mode, SC connector) Serial Port PTZ Ports: 1, RS-232/422/485 port (5-pin terminal block connector), max. speed of 115.2 Kbps Console Port: 1, RS-232 RJ45 port GPIO Digital Inputs: 4, max. 8 mA Low: +13 V to +30 V; High: -30 V to +3 V Relay Outputs: 2, max. 24 VDC @ 1 A LED Indicators STAT: System status PWR1: Power 1 PWR2: Power 2 FAULT: Can be configured to correspond to system alarm, power failure, or disconnected network V1, V2, V3, V4: Video input signal activity for channels 1 to 4 Power Requirements Input Voltage: 2 12 VDC or 24 VDC/VAC inputs for redundancy, terminal block connector Power Consumption: Max. 7.5 W Physical Characteristics Housing: Metal, IP30 protection Dimensions: 80.2 x 135 x 105 mm (3.16 x 5.31 x 4.13 in) Weight: 1110 g Installation: DIN rail mounting or panel mounting (with optional mounting kit) Alarms Video Motion Detection: Includes sensitivity tuning Video Loss: Video loss alarm Scheduling: Daily repeat timing schedule Imaging: JPEG snapshots for pre/trigger/post alarm images Email/FTP Messaging: Automatic transfer of stored images via email or FTP with event-triggered actions 2 IP Surveillance Ordering Information Package Checklist • VPort 364A video encoder • 2 5-pin terminal blocks for 2 power inputs and 2 relay outputs • 1 8-pin terminal block for 4 DIs • 1 5-pin terminal block for the RS- 232/422/485 PTZ control port • Quick installation guide (printed) • Documentation and software CD • Warranty card Available Models Port Interface Standard Temperature (0 to 60°C) Wide Temperature (-40 to 75°C) 10/100/1000 BaseT(X) Multi-mode, SC Connector Single-mode, SC Connector VPort 364A VPort 364A-T 1 –– VPort 364A-M-SC VPort 364A-M-SC-T –1 – VPort 364A-S-SC VPort 364A-S-SC-T ––1 Custom Alarms: HTTP event servers and CGI events for setting customized alarm actions Pre-alarm Buffer: 24 MB per channel for JPEG snapshot images PAN/TILT/ZOOM PTZ Camera Control: Via RS-232/422/485 PTZ port PTZ Control Functions: PAN, TILT, ZOOM, FOCUS, moving speed, preset position (max. 25 positions), and 24 custom commands PTZ Function Updates: Driver upload supported Supported Device Protocols: Pelco D, Pelco P, Dynacolor DynaDome, Cohu, Custom Camera Transparent PTZ Control: Control PTZ cameras with legacy PTZ control panel or keyboard connected to a PC or VPort decoder Security Password: User level password protection Filtering: By IP address Authentication: 802.1X (Pending) Encrytpion: SSL/SSH (Pending) Environmental Limits Operating Temperature: Standard Models: 0 to 60°C (32 to 140°F) Wide Temp. Models: -40 to 75°C (-40 to 167°F) Storage Temperature: -40 to 85°C (-40 to 185°F) Ambient Relative Humidity: 5 to 95% (non-condensing) Standards and Certifications EMI: FCC Part 15 Subpart B Class A, EN 55022 Class A EMS: EN 61000-4-2 (ESD) Level 2, EN 61000-4-3 (RS) Level 3, EN 61000-4-4 (EFT) Level 3, EN 61000-4-5 (Surge) Level 3, EN 61000-4-6 (CS) Level 3, EN 61000-4-8, EN 61000-4-11 MTBF (mean time between failures) Time: 465,000 hrs Database: Telcordia (Bellcore), GB 25°C Warranty Warranty Period: 5 years Details: See www.moxa.com/warranty Minimum Viewing System Requirements CPU: Pentium 4, 2.4 GHz or above Memory: 512 MB memory or above OS: Windows XP/2000 with SP4 or above, Windows Vista, Windows 7 Browser: Internet Explorer 9.x or above Multimedia: DirectX 9.0c or above Software Development Kit VPort SDK PLUS: Includes CGI commands, ActiveX Control, and API library for customized applications or system integration for third-party developers (the latest version of SDK is available for download from Moxa’s website). Standard: ONVIF Optional Accessories (can be purchased separately) SoftNVR-IA: 64-channel IP surveillance software for industrial automation applications DR-4524/75-24/120-24: 45/75/120 W DIN-Rail 24 VDC power supplies MDR-40-24/60-24: 40/60 W DIN-Rail 24 VDC power supplies, -20 to 70°C operating temperature WK-46: Wall mounting kit RK-4U: 4U-high 19” rack mounting kit Dimensions Unit: mm (inch) Top ViewRear ViewSide ViewFront Views 30.5 (12.0) 30.5 (12.0) 55 (21.7) 1 0 8 ( 4 2 . 5 ) 51.75 (20.4) 64 (25.2) 80.05 (31.7) 15.25(6.0) 2 0 ( 7 . 9 ) 2 0 ( 7 . 9 ) 73 (28.7)73 (28.7) 73 (28.7) 105 (41.3) 1 3 5 ( 5 3 . 1 ) 1 3 5 ( 5 3 . 1 ) Astro Sign -Brat Overhead Street Name Signs Tallon Series Petco manufactures a variety of sign brackets in rigid and free -swinging mounts for both fiat and internally illuminated signs. AB -3042 Clamp 10 AB -0502 Sign Clamp AB -3043 Camp Kit AB -0502 Sign Clamp SIGNS 1'-6' to 3'-0' LONG SIGN TUBE CTC LENGTH LENGTH •A I'-6' 16' 12' ._2%0'. 22' 18' 2'-6' 28' 24" 3'4" 34' 30' Maximum sign height: 48" SIGNS 3'.6" to 11'.0' LONG SIGN LENGTH TUBE LENGTH CTC 'A B 3'-6' 40' 36' 12' 4'-0' 46' 42' 14' 4'-6' 52' 48" 16' 5'-0' 58' 54' 18" 5'-6" 64' 60' 20' 6'•0" 70" 66' 22' 6'-6' 76' 72' 24' 7'-0' 82' 78' 26' 7'-6' 88" ,, D4' 28' 8'-0" 94' 90' 30' Maximum sign height: 24 SIGNS B' to 10' LONG SIGN TUBE CTC LENGTH LENGTH 'A 5 c B'-6' 100" 96' 19" 20' 9'-0' 106' 102' 20' 22" 9'-6' 112' 108' 21' 24' 10'-0' 118' 114" 22' 26' Maximum ign height: 16 Astro Sign-Brac, Talion Band Mount for Overhead Street Name Signs AB -0648 - Eland CTC length Coating -0- 'See Chad 29=29' Band PNC=Process No Color 36=36' Band P =Paint 42=42' Bond 48=48' Band 56=56' Band Note: Specify stainless upgrade by including -55 in the port number, i.e., AB -0648 -18 -29 -SS -PNC. Astro Sign -Brat, Tallon Cable Mount for Overhead Street Name Signs CTC AB -0635 - 'See Chart Cable Length Coating 62=62' Cable PNC=Process No Color 84=84'Coble P =Point 96=96' Cable Note: Specify stainless upgrade by including -SS in the part number, i.e., AB-0635-18-62-5S.PNC. 3" �''A CTC _� 3" SUBS LENGTH {� SLGN LENGTH 1 31 • 6 t-� S----�-- R 'A CTC rt -t1 TUBE LENGTH SIGN LENGTH ■ 31 I B -1" -B -4—c I B I CTC TUBE LENGTH SIGN LENGTH Note: 1. All assemblies are supplied standard with stainless fasteners. Stainless upgrade to indude stainless steel clamp screws or cable where applicable. 2. Suggested maximum sign face of 16 sq. N. per bracket. 3. See Reference Section for available paint colors. 3' Page T6-2 www.pelcoinc.com - sales@pelcoinc.com - 405-340-3434 - fax: 405-340-3435 07/01/11 MMU-16LE Catalog Sheet – 071907 Designed, Manufactured and Tested in the United States of America ISO 9001:2000 Registered SmartMonitor, ECcom, and RMS-Engine are trademarks of Eberle Design Inc. U.S. Pat. No. 7,246,037 MMU-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT MMU-16LE with EIA-232 Port MMU-16LEip with 10/100Mbps Ethernet Port Whether you’re a NOVICE or EXPERT Signal Technician, wouldn’t it be great if you could: Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages, historical event logs, and monitor configuration data? Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes, the MMU-16LE SmartMonitorTM, is for YOU! MMU-16LE SmartMonitor ENHANCED FEATURES Nema TS2-2003 Standard: The MMU-16LE SmartMonitorTM meets all specifications of the Nema Standard TS2-2003 while maintaining downward compatibility with existing Nema TS1-1989 Traffic Control Assemblies. Standardized Communications: Real-time SDLC communications with the Controller Unit exchanges field input status, Controller Unit output status, fault status, MMU programming, and time and date. Full Intersection & Status Display: Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) intersection status. A separate graphic LCD provides a menu driven user interface to status, signal voltages, configuration, event logs, and the Help system. Event Logging: A time-stamped nonvolatile event log records the complete intersection status as well as AC Line events, configuration changes, monitor resets, temperature and true RMS voltages. Setup Wizard: Use the built-in Setup Wizard to configure the Nema Enhanced settings of the SmartMonitorTM by answering a short series of questions regarding intersection design and operation. Diagnostic Wizard: and Help System The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble-shooting guidance. The integrated Help System provides context sensitive operational assistance. TS-1 Type 12 with SDLC Mode: The MMU-16LE can be configured to operate with the Port 1 SDLC function and Diagnostic Wizard enabled in a TS-1 twelve channel cabinet with no cabinet wiring changes. Program Card Memory: Enhanced settings of the MMU-16LE are stored in nonvolatile memory on the EDI Program Card. Moving the Program Card to another MMU-16LE automatically transfers all settings. Signal Sequence History Log: The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. LEDguardTM: This EDI innovative signal thresholding technique can be used to increase the level of monitoring protection when using LED based signal heads. EDI RMS-EngineTM: A DSP coprocessor converts AC input measurements to True RMS voltages, virtually eliminating false sensing due to changes in frequency, phase, or sine wave distortion. ECcomTM PC Software: Access to the MMU-16LE data is provided by the industry standard EDI ECcomTM Windows based software for status, event log retrieval, configuration, and data archival. Flashing Yellow Arrow PPLT: The SmartMonitorTM supports MUTCD Flashing Yellow Arrow PPLT operation with two different modes for either TS-2 or TS-1 cabinet configurations. PART C CUT-SHEETS FOR ELECTRICAL PULL BOX (HANDHOLE) QUAZITE PG2436BA24 STACKABLE OPEN BOTTOM ASSEMBLY PART D S.U.E. REPORT FREESE AND NICHOLS, INC. SUE ALONG OCEAN DRIVE (BUFFORD STREET TO LOUISIANA AVENUE) Prepared for: Freese and Nichols, Inc. 800 N. Shoreline, Suite 1600N Corpus Christi, TX 78401 Date: October 31, 2013 Prepared by: TBPE Firm Reg. No. F-2037 820 Buffalo Street (78401-2216) P.O. Box 2927 Corpus Christi, TX 78403-2927 Phone (361) 887-8851 Fax (361) 887-8855 www.rve-inc.com FREESE AND NICHOLS, INC. TABLE OF CONTENTS RVE, Inc. 294-13026 SUE ALONG OCEAN DRIVE 1. Photos 2. Sketches by Locations 3. Table of Findings/GPS Locations 4. Map Drawings FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 1 of 20 294 -13026 PHOTO NO. 1 Location #1 – Area ‘A’ - 8” PVC Water Line on north side of Louisiana Ave. (2.7’ Cover) PHOTO NO. 2 Location #1 – Area ‘A’ - 8” PVC Water Line on north side of Louisiana Ave. (2.7’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 2 of 20 294 -13026 PHOTO NO. 3 Location #2 – Area ‘A’ –12” ACP Water Line on south side of Louisiana Ave. (5.3’ Cover) PHOTO NO. 4 Location #2 – Area ‘A’ – 12” ACP Water Line on south side of Louisiana Ave. (5.3’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 3 of 20 294 -13026 PHOTO NO. 5 Location #3 – Area ‘B’ – 2” WS Gas Line on median of Ocean Drive and Southern St.(6.9’ Cover) PHOTO NO. 6 Location #3 – Area ‘B’ – 2” WS Gas Line on median of Ocean Drive and Southern St. (6.9’’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 4 of 20 294 -13026 PHOTO NO. 7 Location #4 – Area ‘C’ – 8” ACP Water Line on east side of Ocean Drive and Del Mar Blvd. (3.5’ Cover) Found a 4” PVC east of 8” ACP Water Line. (1.7’ Cover) PHOTO NO. 8 Location #4 – Area ‘C’ – 8” ACP Water Line on east side of Ocean Drive and Del Mar Blvd. (3.5’ Cover) Found a 4” PVC east of 8” ACP Water Line. (1.7’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 5 of 20 294 -13026 PHOTO NO. 9 Location #5 – Area ‘D’ – 1” AT&T Conduit and Cables on east side of Ocean Drive. (4.0’ Cover) Found 8” ACP Water Line west of 1” Conduit. (4.0’ Cover) PHOTO NO. 10 Location #5 – Area ‘D’ – 1” AT&T Conduit and Cables on east side of Ocean Drive. (4.0’ Cover) Found 8” ACP Water Line west of 1” Conduit. (4.0’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 6 of 20 294 -13026 PHOTO NO. 11 Location #6 – Area ‘D’ – 4” PVC Force Main (FM) on east side of Ocean Drive in manhole. PHOTO NO. 12 Location #6 – Area ‘D’ – 4” PVC FM on east side of Ocean Drive, 20’ from manhole. (1.7’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 7 of 20 294 -13026 PHOTO NO. 13 Location #6 – Area ‘D’ – 4” PVC FM on east side of Ocean Drive, 20’ from manhole. (1.7’ Cover) PHOTO NO. 14 Location #7 – Area ‘E’ – (2) 6” WS Gas Lines on west side of Ocean Drive. (1.8’ Cover at 90º Tee) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 8 of 20 294 -13026 PHOTO NO. 15 Location #7 – Area ‘E’ – 6” WS Gas Line on west side of Ocean Drive. (1.8’ Cover at 90º Tee) (2.9’ Cover on 6” WS Gas Line south of 90º Tee) PHOTO NO. 16 Location #7 – Area ‘E’ – (2) 6” WS Gas Lines on west side of Ocean Drive. (1.8’ Cover at 90º Tee) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 9 of 20 294 -13026 PHOTO NO. 17 Location #7 – Area ‘E’ – 6” WS Gas Line on west side of Ocean Drive. (2.9’ Cover on Line south at 90º Tee) PHOTO NO. 18 Location #8 – Area ‘F’ – 2” WS Gas Line on east side of Ocean Drive. (4.0’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 10 of 20 294 -13026 PHOTO NO. 19 Location #8 – Area ‘F’ – 2” WS Gas Line on east side of Ocean Drive. (4.0’ Cover) PHOTO NO. 20 Location #9 – Area ‘F’ – AT&T Cable not found in trench measuring 6” wide x 36” long and 5.5’ deep. (No Utility Found) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 11 of 20 294 -13026 PHOTO NO. 21 Location #9 – Area ‘F’ – AT&T Cable not found in trench measuring 6” wide x 36” long and 5.5’ deep. (No Utility Found) PHOTO NO. 22 Location #9 – Area ‘F’ – AT&T Cable not found along AT&T markers. (No Utility Found) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 12 of 20 294 -13026 PHOTO NO. 23 Location #10 - Area ‘G’ – 8” ACP Water Line on west side of Ocean Drive. (3.3’ Cover) PHOTO NO. 24 Location #10 - Area ‘G’ – 8” ACP Water Line on west side of Ocean Drive. (3.3’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 13 of 20 294 -13026 PHOTO NO. 25 Location #11 - Area ‘H’ – 8” ACP Water Line on east side of Ocean Drive. (6.3’ Cover) PHOTO NO. 26 Location #11 - Area ‘H’ – 8” ACP Water Line on east side of Ocean Drive. (6.3’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 14 of 20 294 -13026 PHOTO NO. 27 Location #12 - Area ‘H’ – 1.5” AT&T Conduit on east side of Ocean Drive. (1.0’ cover) PHOTO NO. 28 Location #12 - Area ‘H’ – 1.5” AT&T Conduit on east side of Ocean Drive. (1.0’ cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 15 of 20 294 -13026 PHOTO NO. 29 Location #13 - Area ‘I’ – 8” ACP Water Line on west side of Ocean Drive. (2.7’ Cover) PHOTO NO. 30 Location #13 - Area ‘I’ – 8” ACP Water Line on west side of Ocean Drive. (2.7’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 16 of 20 294 -13026 PHOTO NO. 31 Location #14 - Area ‘J’ – 6” AT&T Conduit on west side of Ocean Drive at Craig Street. (6.0’’ Cover) PHOTO NO. 32 Location #15 - Area ‘J’ – 6” WS Gas Line on west side of Ocean Drive at Craig Street. (3.5’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 17 of 20 294 -13026 PHOTO NO. 33 Location #15 - Area ‘J’ – 6” WS Gas Line on west side of Ocean Drive and Craig Street. (3.5’ Cover) PHOTO NO. 34 Location #16 - Area ‘J’ – 15” AEP Duct Bank on west side of Ocean Drive and Craig Street. (5.6’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 18 of 20 294 -13026 PHOTO NO. 35 Location #17 - Area ‘K’ – 8” ACP Water Line at east side of Ocean Drive. (4.4’ Cover) PHOTO NO. 36 Location #17 - Area ‘K’ – 8” ACP Water Line at east side of Ocean Drive. (4.4’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 19 of 20 294 -13026 PHOTO NO. 37 Location #18 - Area ‘K’ – 1” AT&TConduit on east side of Ocean Drive and Craig Street. (2.3’ Cover) PHOTO NO. 38 Location #18 - Area ‘K’ – 1” AT&T Conduit on east side of Ocean Drive and Craig Street. AT&T Marks on sidewalk (2.3’ Cover) FREESE AND NICHOLS, INC. PHOTOS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. Page 20 of 20 294 -13026 PHOTO NO. 39 Location #19 - Area ‘L’ – 15” Concrete Drainage Pipe on east side of Ocean Drive. (3.1’ Cover) PHOTO NO. 40 Location #19 - Area ‘L’ – 15” Concrete Drainage Pipe on east side of Ocean Drive. (3.1’ Cover) FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. SKETCHES BY LOCATIONS SUE ALONG OCEAN DRIVE Date of SUE: 9/23-10/31 RVE, Inc. 294 -13026 FREESE AND NICHOLS, INC. TABLE OF FINDINGS RVE, Inc. 294-13026 SUE ALONG OCEAN DRIVE LOCATION POINT NUMBER UTILITY TYPE SIZE DEPTH OF COVER 1 103 PVC Water Line 8” 2.7’ 2 102 ACP Water Line 12” 5.3’ 3 100 WS Gas Line 2” 6.9’ 4 111 ACP Water Line 8” 3.5’ 5 106 AT&T Conduit and Cables 1” 4.0’ 6 107 PVC Force Main 4” 1.7’ 7A 139 WS Gas Line (Tee) 6” 1.8’ 7B 140 WS Gas Line 6” 2.9’ 8 142 WS Gas Line 2” 4.0’ 9 161 AT&T Conduit Unknown Not Found 10 120 ACP Water Line 8” 3.3’ 11 147 ACP Water Line 8” 6.3’ 12 148 AT&T Conduit 1.5” 1.0’ 13 119 ACP Water Line 8” 2.7’ 14 132 AT&T Conduit 6” 6.0’ 15 123 WS Gas Line 6” 3.5’ 16 126 AEP Duct Bank 15” 5.6’ 17 156 ACP Water Line 8” 4.4’ 18 151 AT&T Conduit 1” 2.3’ 19 159 Concrete Drainage Pipe 15” 3.1’ FREESE AND NIICHOLS, INC. - GPS LOCATIONS - SUE ALONG OCEAN DRIVE 100,17170943.96,1343135.93,32.3,2IN WS GL 6.9C 102,17170657.95,1343300.91,26.3,12IN ACP WL 5.3C 103,17170671.69,1343249.93,27.2,8IN PVC WL 2.7C 106,17172129.95,1342344.48,35.5,1IN Conduit 4.0c 107,17172143.02,1342355.88,35.4,4IN PVC FM 1.7c 111,17171830.74,1342547.14,34.4,8IN ACP WL 3.5c 117,17173833.60,1341630.24,37.4,8IN ACP WL 2.7c 120,17173154.83,1341865.92,37.4,8IN ACP wl 3.3C 123,17174226.46,1341501.87,37.3,6in ws gl 3.5c 126,17174195.07,1341507.54,37.3,aep 5.6c 132,17174170.33,1341494.15,36.9,att 6.0c 139,17172669.41,1342032.42,36.9,6in ws gl tee 1.8c 140,17172667.41,1342032.67,37.1,6in ws gl 2.9c 142,17172700.71,1342127.44,37.1,2in ws gl 4.0c 147,17173676.17,1341789.01,35.5,8in ACP wl 6.3c 148,17173675.74,1341787.63,35.9,1in Conduit 1.0c 151,17174226.32,1341624.45,35.9,1in conduit 2.3c 156,17174225.48,1341621.70,35.9,8in ACP wl 4.4c 159,17171600.97,1342734.46,33.5,15in 15in rcp 3.1c 161,17172702.76,1342130.76,37.1,att conduit not fnd Page 1 • :r J ' 0TH .461.6C• IC.PAS (IR) 2191 (R!) tg B € 1 1 1 29.2 0 MATCHLINE STA. 6+00 vEP6r Inc Bar k w.. M.dh en anginal . droving. n nal ano Inch an. Ns than. aa)a. wale. NO. 6 TE 611E OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STREET AND STORM WATER PLAN AND PROFILE STA. 0+00 TO STA. 6+00 CITY of CORPUS CHRISTI TEXAS Department of Eng:neerIng Services I'■IFREESE IIVICHOLS 22O 2. 9V11vv Irl 6.t.e 010,0 Conn. D. -n16 16.00-210v DRAFT 66 =LP 6 MOM iw rn rNMIeq n aMI./ as Kenn. w annanrtimac ce nee eaves. 60% SUBMITTAL p,.. •q.. Conan ` em •_ 21 31 TS.,,211:42 (uir. bur.23 /e-mea.on7 SOLTZEDIXY 67: 1 7.0 STA 7.27.2. 10.35 LT) 51* 747S.73 10410 (07) 8tc;3i75 ; r. \re:mos 8 6,31 10 8 ..... IS* *43i:(0il4300item) %&3+.20.:(R1) . .C. STA 0.7 TC14TLAY (LT) carzfigAr . . . 7C.32.221 01,T) 30.0. 51* 11:1444,13 is.SZ1111 OM 17.'1,, TS•32;.12 0,1 , ! . : . . 11 , 7 7 . . re tve. fr, =8 op MATCHLINE STA. 11+00 kni Wan' Oar ono Inch on original 0 droning. If not one Inch an this shoot. adjust scale. RENS= la DOE 07 DATE x s on OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STREET AND STORM WATER PLAN AND PROFILE STA. 6+00 TO STA. 11+00 CITY of CORPUS CHRISTI TEXAS Department of Engineerng Services rmiFREESE INICHOLS EP3244 Sharolino lava Soho 16= Coro. Dant!, Tann 70421-3717 Phone - oca 561-150: F.. - 0613 5G1 -4a01 DRAFT 110 COUP 6 101:100 101 WA. .0.0.0 WA 0e CLOS,Z &NOT, 3. OZ. INC or sa oc =cock MEC O. 1.0 60% SUBMITTAL .411 ems 1111... Coronon 401. 0-244* 1 g - 13. 5I B la It 1�.'e1Ffi1 fG}IQd 514 ffriilf SQ 000 cri 9!A 16HSli `x.1Sar (xn I.T. 516 171649 8 R, ,0.7.1116 4 MI MI 3661 MATCHLIN£ ST 15+50 MATCHJNE STA. 20+00 w w «,e inch .R .140661 1 1 scary a I e+W....r.. +411 a.6 s.rr1 .. _ - �u. 11,. maw% 1n. WE V a�w } 9fl95tW p1 WE a I =006= RUMP OWN Ra STR-883 S OC I LOUVSIANA TOBUFORDBOND 2012) ialgFQ..R../E{uESE Fri NWO <�i. _. CITY CORPUS CHRISTI M AM Blvd. Sate C..... ha 3 `°"`° °'" i STREET AND STORM WATER PLAN AND PROFILE of TEXAS ; _»„ a y 60% SUBMITTAL R ;� STA. 15+50 TO STA. 20+00 Department of Engineering Services �....,",,"`„,_ „ ,e`�,,1„y iY n DarMon.Inch on. m rirr 2V. . If not on. Inch an tm .hw..ui..t soot.. pntsox w wD: 1 Df DEsaePto. - __ REASON NO, DATE to .. mon riti R 2n R y N OCEAN DRIVE o, VC4 LOUISIANA TO BUFORD (BOND 2012)tir MEM M M Rvt SJw „o,an` An< > +!y"-t��- �m ¢ vm p oe>� 1 g W 0$ n CITY CORPUS CHRISTI 000 IL 9vvike 'Ts`�.m_, En'c"• T‘.... ®`° """"a E 0 COdi STREET AND STORM WATER PLAN AND PROFILE of TEXAS Mane - MIT 361-0001""""000 60% SUBMITTAL x CN I STA. 20+00 TO STA. 24+00 Deportment of Engineer.'ng Services.••.,.".....1......rnnr_r.. Iv er-.a.,. m TC -.78.96g :may 0.11 (n/is s MATCHLINE STA. 24+00 TCHLINE STA. 29+00 nor In.n WSW., nor 1 6l�%FT 5,..,, on. .n ' nn, a+. an* .. Yw x1,_...qua5 malt MIMI 110. TWE n 1113011II0-I 1004 W% sr r d Kew mtiva STR— 883 • 1 OCEAN DRIVE onur LOUISIANA TO BUFORD (BOND 2012) On raF§111AC�1 & - x Rag. roust iI . X C1TY CORPUS CHRISTI 0 "` '^°. :nl, STREET AND STORM WATER PLAN AND PROFILE of TEXAS ,,,,,,„c7.0-0 .,D 5 w- 1 &0"% SUBHlITTAL STA 24+00 TO STA 29+00 Deportment of Engineering Services +.,..0...... e4„1*1 ._:1.. Ta.a:25.12 1 Iii 111 4 R 8T4 ».Os t fv 11I rf is�gFl E {j4i ttp)=,s+-nn IMIZEZEIX 314..1.11 TE -37,7D RT) ani 2q a =C.a». srt fk 8 a 7c•Srm itt 3c-D6.T aryl im a,23 MATCHLINE STA. 29+00 MATCHLINE STA. 34+00 0 a D fpr =AL deT a et+e Ixb r a.re 6 ? f net am 41151t w r.. e11 maxim a out 1 6Y C[s7/At6 Imscx rET. DATE 63 I� OCEM3 DR VE LOUISIANA TO BUFORD (BONO 2012) STREET AND STORM WATER co PLAN AND PROFILE STA. 29+00 TO STA. 34+00 "sr= CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 111111FREESE ICHOLS 650 x DarNNe Avtt Safe 16611 1orow 9P -CW Tra6: 18101-3717 WAFT R® 6 MOM Re 86 m11911 9C610Wt s. mete IC M31RICK/ 6ar600.6 PL 1M 01061210/03 e 6 .67 IL Wen C661:66921. .11.4 Ca RIM 101.10,1 60% SUBMITTAL Tt� tame. rwe,.«.10p'"w T1n+..-31.. L. • m 3 g r 44.47 eta 4 x.76,6 pq RyxDS iNtl PAL zv o o S OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STREET AND STORM WATER PLAN AND PROFILE STA. 34+00 TO STA. 39+00 MATCHLINE STA. 34+00 NEvmCI NO. CITY of CORPUS CHRIST! TEXAS Deportment of Engrneenng Ser cc WE imaFREESE #NICHOLS B9 ,. Sees... lata sate 16GT1 Cam. Ort% Texas TB4CI-3717 Poem - acn 561-63m Fa. - 060 561-621 GRAFT IC =NCO S ROMs. es Is A/�QSNCM. 11.x2lY31 ACCSoo P.C. 1%10 1150 60% SUBMITTAL 1� raa�'. IN_ / -01 51 8 mi.len cal g.1^4. 741 :.t It .011111:15 Mot 00:140 !it Tom ul TC LINE STA. 39+0 c4 0101:Pr SC.1 Q.. 111 — 111I0,11.1 0 1 .11.01.1_ 11 Mai la, 11./1 . lwrr..1 Hs thisi, pldluzli Uftla. ROM. .4,- eat to 1 1:171011111001 1,0110111 Ycl., ift ' (A 4 OCEAN DRIVE "A" 1 q —I III LOUISIANA TO BUFORD (BOND 2012) Itil ET a milk traFIEM !..L.....r Ilitr Xal 9.1 OZ3 . g STREET AND STORM WATER C/TY CORPUS CHRISTI so It I. va•Ine 1.4 14. 0•-",',. 'a-0. V 14 VI.,10.4.[Air.r1=1:02. g rn 11 co oa PLAN AND PROFILE of TEXAS p611:„..7. ..... - 961, 513-6521 r... - MD . -NMI [ ea% suelorrrAL i ,•:.- A - - M STA_ 39+00 TO STA. 42+00 apererhent of Emprogrfr.gr .5eMccs 1.0.1.... c..6...... n-. r -II.. p z 1 12 12 .01 RSC Q1} 111L' w gin i.1.01111" 0.430. ryq ►G lIL4 43i;a1,11 . 4.41104' 1p'R=4 l�T 44412 TC 2.M , {1y r 61711. PT. SA iPi.dSGA3 lciSF.14: QC1 :1,s.12 -3 CEV .0040 aR� 817,7 • 16 i= 1N ti 66 KRFr 9CILf ... 3s en. 4.i. 1 :,.1.. 2m6.. MATEREN I el OCEAN DRIVE L0UISLA 4A To BUFORD (BOND 2012) STREET AND STORM WATER PLAN AND PROFILE STA. 42+00 TO STA. 46+00 ar CITY of CORPUS CHRISTI TEXAS dhpertment O! Engineenn9 Services 1144 N. 21...w. 4e.¢ 414 MOE ivmw PegsY. Tvxst 711.0.2111, 1:E"- ; 541-45.11 - CRAFT mi....va� 4110 an 80% SUBMITTAL. .0.* ...e,=, is .0 65 8 I'. *7 1.6..3265 631 8 FC- 33A3 (NO p1 F!.?. . !; 173 s3. 6,5 NAPLES SI: ) e' Iic.nis to) gra, ¢rf. A , I III .6.3.36 0111 S Pm MATCHLINE STA. 11+00 33.S' ia) ,u• MATCHLINE STA. 15+50 C Esu 13.61 171. wmT 51..ALE aor 6 en5 tMh en 56001 0 1 drawing. if nal aro MN an this 3501. adjust 3.5315. 3e KA 0. OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STREET AND STORM WATER PLAN AND PROFILE STA. 11+00 TO STA. 15+50 Rfl190N N0. CITY of CORPUS CHRISTI TEXAS Deportment of Engn_ering Services 0.1E IllgiFREESE IBIICHOLS 503 N Shard.: PK Suss Imus rom.3 Chris -V. -atsa n01 -]Tl a,.a- 0613 361-6013 - rs3 -36.1 361-6331 no warm 57.0135 an 55 Mal Cr WM ,00 atux kT®Y (if MOWS A. WA., a WWII NR aa® aYONOR 60% SUBMITTAL 01.1•1••••66. `N0 3ZIS—JINN 031NINd PL SA 74143 TC.2669 lIZZEMED KS STA 47131941 �pmcuman 5Z5e:az:(9p 57A M+t7.96 Tn. Si.OSI.TI •1 J . siR 'O— �Z �rml Im I» I; la MATCHLINE STA. 46+00 PI Ir 6 > z 49auY 9tM.E Bat Is ono Inch on artglnal 0 1 drawing. 1/ nal 6u Inch on this shoat mlost soda REVOX01 /0. nut OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STREET AND STORM WATER PLAN AND PROFILE STA. 46+00 TO END AE96LN he. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services un FREESE &NIICHOLS SW a ShoecO.0 91M Soto 160On Corpus puts,. Texas 70401-3717 P rone - 13601 361-6300 r.1 - 060 361-6301 DRAFT 1100 6 0191 I 0219 M 9000 960 O 00i IL a�c10.fl7 �°mRv� c 60% SUBMITTAL F. 90090. :l0O 969 0 mn s -a« San Potricio County FAL 624 CALL 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 PROJECT LOCATION NUECES BAY 4, OCEAN DRIVE LOUISIANA AVE. TO BUFORD ST. (SEE VICINITY MAP) CORPUS CHRISTI BAY GRAPHIC MAP SCALE 5000 0 5000 10000 15000 VICINITY MAP NOT TO SCALE CORPUS CHRISTI INTERNATIONAL F.Y. 43 A FY 2444 PLANS FOR (STREETS) OCEAN DRIVE LOUISIANA AVE. TO BUFORD ST. (BOND 2012) PROJECT # E12093 FY - 2012 PREPARED BY: NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 k 6 V w 0 CONSULTANT S SHEET No. FNI PROJECT: COR13155 g. 0 6 N Ts z cc 0: O O r15 15 2. c 1'4 aS i 3 w o, cS o w 0 z v 0 N O N 0 z 0 CO 0 O LL D m LOUISIANA TO TITLE SHEET/VICINITY MAP SHEET 1 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 ate: Sep 17, 2015 - 1,30pn User: bj File: NNf\Drawings\CV-DCN-ALL-COVER:dwg SHEET INDEX SHEET NO. DESCRIPTION 1 TITLE SHEET/V1CINITY MAP 2 DRAWING INDEX/DRAWING LEGEND 3 PROJECT LOCATION MAP 4 GENERAL NOTES 5 ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE 6 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA. 15+25 7 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA. 19+20 8 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA. 28+00 9 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA. 33+00 10 EXISTING AND PROPOSED ROADWAY CROSS SECTIONS STA. 44+80 11 DEMOLITION/REMOVAL SUMMARY 12 DEMOLITION/REMOVAL SUMMARY 13 DEMOLITION/REMOVAL SUMMARY 14 DEMOLITION/REMOVAL SUMMARY 15 PROJECT ALIGNMENT - CONTROL POINT PLAN 16 EXISTING TOPOGRAPHY PLAN STA. 0+00 TO STA. 6+00 17 EXISTING TOPOGRAPHY PLAN STA. 6+00 TO STA. 11+00 18 EXISTING TOPOGRAPHY PLAN STA. 11+00 TO STA. 15+50 19 EXISTING TOPOGRAPHY PLAN STA. 15+50 TO STA. 20+00 20 EXISTING TOPOGRAPHY PLAN STA. 20+00 TO STA. 24+00 21 EXISTING TOPOGRAPHY PLAN STA. 24+00 TO STA. 29+00 22 EXISTING TOPOGRAPHY PLAN STA. 29+00 TO STA. 34+00 23 EXISTING TOPOGRAPHY PLAN STA. 34+00 TO STA. 39+00 24 EXISTING TOPOGRAPHY PLAN STA. 39+00 TO STA. 42+00 25 EXISTING TOPOGRAPHY PLAN STA. 42+00 TO STA. 46+00 26 EXISTING TOPOGRAPHY PLAN STA. 46+00 TO END 27 PROJECT CONTROL POINTS 28 PROJECT CONTROL POINTS 29 EXISTING WATERLINE AND WASTEWATER BASEMAPS 30 EXISTING STORM WATER AND GAS LINE BASEMAPS 31 WATER AND WASTEWATER (PLAN & PROFILE) STA. 0+00 TO STA, 6+00 32 WATER AND WASTEWATER (PLAN & PROFILE) STA. 6+00 TO STA. 11+00 33 WATER AND WASTEWATER (PLAN & PROFILE) STA. 11+00 TO STA. 15+50 34 WATER AND WASTEWATER (PLAN & PROFILE) STA. 15+50 TO STA. 20+00 35 WATER AND WASTEWATER (PLAN & PROFILE) STA. 20+00 TO STA. 24+00 36 WATER AND WASTEWATER (PLAN & PROFILE) STA. 24+00 TO STA. 29+00 37 WATER AND WASTEWATER (PLAN & PROFILE) STA. 29+00 TO STA. 34+00 38 WATER AND WASTEWATER (PLAN & PROFILE) STA. 34+00 TO STA. 39+00 39 WATER AND WASTEWATER (PLAN & PROFILE) STA. 39+00 TO STA. 42+00 40 WATER AND WASTEWATER (PLAN & PROFILE) STA. 42+00 TO STA. 46+00 41 WATER AND WASTEWATER (PLAN & PROFILE) STA. 46+00 TO END 42 WATERLINE TIE-IN CONNECTIONS (01) 43 WATERLINE TIE-IN CONNECTIONS (02) & WATER METER ASSEMBLY DETAILS 44 WATERLINE LATERAL PROFILES (01) 45 WATERLINE LATERAL PROFILES (02) 46 WASTEWATER LATERAL PROFILES 47 WATER AND WASTEWATER TYPICAL DETAILS 48-51 STANDARD WATER DETAILS -SHEETS 1 THRU 4 52-56 STANDARD WASTEWATER DETAILS- SHEETS 1 THRU 5 57 STORM WATER DRAINAGE AREAS 58 STREET AND STORM WATER (PLAN AND PROFILE) STA. 0+00 TO STA. 6+00 59 STREET AND STORM WATER (PLAN AND PROFILE) STA. 6+00 TO STA. 11+00 60 STREET AND STORM WATER (PLAN AND PROFILE) STA. 11+00 TO STA. 15+50 61 STREET AND STORM WATER (PLAN AND PROFILE) STA. 15+50 TO STA. 20+00 62 STREET AND STORM WATER (PLAN AND PROFILE) STA, 20+00 TO STA. 24+00 63 STREET AND STORM WATER (PLAN AND PROFILE) STA. 24+00 TO STA. 29+00 64 STREET AND STORM WATER (PLAN AND PROFILE) STA. 29+00 TO STA. 34+00 65 STREET AND STORM WATER (PLAN AND PROFILE) STA. 34+00 TO STA. 39+00 66 STREET AND STORM WATER (PLAN AND PROFILE) STA. 39+00 TO STA. 42+00 67 STREET AND STORM WATER (PLAN AND PROFILE) STA. 42+00 TO STA. 46+00 68 STREET AND STORM WATER (PLAN AND PROFILE) STA. 46+00 TO END 69-70 STREET INTERSECTION PLAN 71 STORM WATER INTERSECTION PLAN 72 AYERS ST. OUTFALL STORM WATER IMPROVEMENTS 73 MORGAN AVE. OUTFALL STORM WATER IMPROVEMENTS 74-77 STORM WATER LATERALS 78-80 STORM WATER STANDARD DETAILS -SHEETS 1 THRU 3 81 MISCELLANEOUS STORM WATER DETAILS 82 CURB, GUTTER AND SIDEWALK STANDARD DETAILS 83 MISCELLANEOUS DETAILS 84-86 DRIVEWAY STANDARD DETAILS 87 CONCRETE STEPS PLANS AND DETAILS 88 CONCRETE ISLAND PLAN AND DETAILS 89-91 CURB RAMP DETAILS 1 THRU 3 92-95 CURB RAMP STANDARDS 1 THRU 4 96 STRIPING PLAN STA. 0+00 TO STA. 14+00 97 STRIPING PLAN STA. 14+00 TO STA. 30+00 98 STRIPING PLAN STA. 30+00 TO STA. 45+00 99 STRIPING PLAN STA. 45+00 TO END 100 SIGNAGE PLAN STA. 0+00 TO STA. 14+00 101 SIGNAGE PLAN STA. 14+00 TO STA. 30+00 102 SIGNAGE PLAN STA. 30+00 TO STA. 45+00 103 SIGNAGE PLAN STA. 45+00 TO END 104 CONDUIT LAYOUT PLAN STA. 0+00 TO STA. 14+00 105 CONDUIT LAYOUT PLAN STA. 14+00 TO STA. 30+00 106 CONDUIT LAYOUT PLAN STA, 30+00 TO STA. 45+00 107 CONDUIT LAYOUT PLAN STA. 45+00 TO END 108 STORM WATER POLLUTION PREVENTION PLAN STA. 0+00 TO STA. 14+00 109 STORM WATER POLLUTION PREVENTION PLAN STA. 14+00 TO STA. 30+00 110 STORM WATER POLLUTION PREVENTION PLAN STA. 30+00 TO STA. 45+00 111 STORM WATER POLLUTION PREVENTION PLAN STA. 45+00 TO END 112 STORM WATER POLLUTION PREVENTION PLAN NOTES 113 STORM WATER ENVIRONMENTAL PERMITS ISSUES AND COMMENTS (EPIC) 114 STORM WATER POLLUTION PREVENTION STANDARD DETAILS 115 CANTILEVER RETAINING WALL PLAN AND DETAIL 116 CANTILEVER RETAINING WALL TYPICAL EMBANKMENT SECTIONS 117 RETAINING WALL MISCELLANEOUS DETAILS 118 CONSTRUCTION SEQUENCING LAYOUT 119 SEOUENCE OF CONSTRUCTION AND GENERAL NOTES 120 TRAFFIC CONTROL PLAN ADVANCE WARNING SIGNAGE 121 TRAFFIC CONTROL PLAN ADVANCE WARNING SIGNAGE 122 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 123 BARRICADE AND CONSTRUCTION PROJECT LIMITS 124 BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT 125 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES 126 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT 127 BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) 128 BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR 129-131 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES 132 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS 133 BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS 134-136 TRAFFIC CONTROL PLAN TCP (1-1)12 (1-2)12 AND (1-4)12 137 TRAFFIC CONTROL PLAN WORK ZONE TYPICAL DETAILS SHEET INDEX SHEET NO. DESCRIPTION 138 WORK ZONE SHORT TERM PAVEMENT MARKINGS 139 END OF ROAD BARRICADE, TRAFFIC SIGN ASSEMBLY/INSTALLATION 140 SIGN MOUNTING DETAILS TRIANGULAR SLIPBASE SYSTEM 141 TYPICAL STANDARD PAVEMENT MARKING 142 POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS 143 PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES, DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS 144 STANDARD PAVEMENT MARKINGS ARROWS AND WORDS 145 CROSSWALK PAVEMENT MARKING DETAIL 146 BICYCLE LANE PAVEMENT MARKINGS 147 BICYCLE LANE REGULATORY SIGNS 148 AYERS ST. - OCEAN DR. SIGNALIZATION PLAN 149 AYERS ST. - OCEAN DR. SIGNALIZATION SUMMARY 150 ELIZABETH ST. - OCEAN DR. SIGNALIZATION PLAN 151 ELIZABETH ST. - OCEAN DR. SIGNALIZATION SUMMARY 152 MORGAN AVE. - OCEAN DRIVE SIGNALIZATION PLAN 153 MORGAN AVE. - OCEAN DR. SIGNALIZATION SUMMARY 154 BUFORD ST. - OCEAN DRIVE SIGNALIZATION PLAN 155 BUFORD ST. - OCEAN DR. SIGNALIZATION SUMMARY 156-172 TRAFFIC SIGNALIZATION STANDARD DETAILS 173 FLASHING BEACON DETAILS LANDSCAPING DRAWINGS 174-190 LANDSCAPING AND IRRIGATION PLAN AND DETAILS SECTION CUT INDICATOR SHEET WHERE CUT IS TAKEN 2, 4 ADDITIONAL SHEETS WHERE DRAWING IS KEYED SECTION CUT DIRECTION SHEET WHERE CUT IS DRAWN SHEET WHERE DRAWING IS TAKEN PROPOSED SYMBOLS -�- FIRE HYDRANT L- O -64- • © CI -1I STORM SEWER INLET EXIST. MH TO BE ADJUSTED MANHOLE WATER VALVE WATER METER WATERLINE CONNECTION PLUG DRAINAGE DIRECTION ARROWS CURB INLET M1 STORM SEWER MANHOLE IMH-1I IGP# 1 1 T34.50 1 1 034.001 I I WASTEWATER MANHOLE CONTROL POINT TOP OF CURB ELEVATION GUTTER FLOWUNE ELEVATION LEGEND TC34.50 TOP OF CONCRETE ELEVATION TOP OF PAVEMENT ELEVATION C.=34.501 TOP OF CONCRETE INLET ELEVATION RESIDENCE/BUSINESS ADDRESS DIRECTIONAL TRAFFIC CONTROL ARROW ITP34.SOI I T.O. 113011 RO.W. UNE HGL NOTE: G RIGHT OF WAY PROPOSED CONCRETE PAVEMENT PROPOSED LANDSCAPE WATERLINE/WASTEWATER LINE HYDRAULIC GRADIENT LINE PROPOSED GAS LINE (BY OTHERS) 1. WHERE THE WORD "PROPOSED" OR "PROP." IS UTILIZED IN THIS SET OF DOCUMENTS. IT SHALL MEAN "NEW CONSTRUCTION TO BE PERFORMED AS PART OF THIS CONTRACT." 2. QUANTITIES SHOWN IN "( )" DENOTE DEDUCTIVE QUANTITY. N NORTH ARROW SECTION INDICATOR (BY LETTER) DETAIL TITLE SECTION TITLE SCALE: 3/4"=1'-0" SECTION SCALE SHEET N0. WHERE SECTION IS DRAWN EXISTING SYMBOLS LP O PP 3 GW FH 6 WM VV WV • GV O SS O ST O TEL O ELEC o FOC B SN a MB LIGHT POLE POWER POLE GUY WIRE FIRE HYDRANT WATER METER WATER VALVE GAS VALVE SAN. SEWER MANHOLE STORM SEWER MANHOLE TELEPHONE CO. MANHOLE ELECTRICAL CO. MANHOLE FIBER OPTIC CABLE SIGN METER BOX • FND. 3/13" I.R. FOUND SIZE OF IRON ROD 12T C= cI CONC. SLW 8' SS 4' W 2" G MFM BST OH FOC PL ROW X X X SHEET WHERE DETAIL IS TAKEN SIZE OF TREE CURB INLET CONCRETE SIDEWALK SEWER LINE WATER LINE GAS LINE FORCEMAIN STORM SEWER ELECTRICAL TELEPHONE (AT&T) PROPERTY LINE RIGHT OF WAY EDGE OF PAVEMENT CHAINLINK FENCE WOOD FENCE BUILDING CONSTRUCTION LIMITS SECTION OR DETAIL MARK DETAIL TITLE DETAIL TITLE 2. 4 SCALE: 3/4"=\I'-0" `DETAIL SCALE ADDITIONAL SHEETS WHERE DRAWING IS KEYED SHEET N0. WHERE DETAIL IS DRAWN DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 m w 0 REVISION NO. DESCRIPTION 03 w 0 REVISION NO O 0 z 0 W m E 0 D 0 z LL_ W m U 0 LOUISIANA TO DRAWING INDEX/DRAWING LEGEND SHEET 2 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 25, 2015 - 10:38am User: dks File: N:\if\Drawings\CV-DCN-ALL-INDEX.dwg OCEAN DRIVE (LOUISIANA AVE. TO BUFORD ST.) CORPUS CHRISTI BAY PROJECT LOCATION MAP SCALE: 1 "=200' SHEET 3 of 19 0 ECORD DRAWING NO. 0 100' 200' 400' SCALE IN FEET Date: Aug 25, 2015 - 2'13pn User: bj File: N:\if\Drawings\CV-DCN-ALL-LOCHAP.dwg 1TY PROJECT / E12093 GENERAL NOTES A. STREETS 1. UNLESS NOTED OTHERWISE. STREET DIMENSIONS SHOWN ON THE PLANS ARE TO BACK OF CURB. 2. "CLEAR RIGHT-OF-WAY" CONSISTS OF CLEARING, GRUBBING AND STRIPPING OF OBJECTIONABLE MATTER IN ACCORDANCE WITH SPECIFICATION SECTION 021020. AND REMOVING OLD STRUCTURES IN ACCORDANCE WITH SPECIFICATION SECTION 021080, WITHIN THE LIMITS OF CONSTRUCTION, WHICH MAY EXTEND BEYOND THE RIGHT-OF-WAY IN SOME AREAS OF THE PROJECT. 3. 'STREET EXCAVATION" IS MEASURED FROM ONE FOOT BEHIND PROPOSED CURB TO ONE FOOT BEHIND THE OPPOSITE PROPOSED CURB. 4. EMBANKMENTS FOR STREETS, WHERE REQUIRED TO ACHIEVE THE SPECIFIED ELEVATIONS, SHALL BE SELECT EXCAVATED MATERIAL OR BORROW MATERIAL. AND SHALL MEET THE FOLLOWING REQUIREMENTS: FREE OF HARD LUMPS. ROCK FRAGMENTS, OR OTHER DEBRIS, NO CLAY LUMPS GREATER THAN 2" DIAMETER, UOUID LIMIT (L.L.) LESS THAN 35, PLASTICITY INDEX (PI) BETWEEN 8 AND 20, MOISTURE CONTENT BETWEEN O% AND +3% OF OPTIMUM. 5. WHERE EXISTING ASPHALT OR CONCRETE PAVEMENT IS TO BE CUT, THESE CUTS SHALL BE VERTICAL AND MADE WITH A SAW. 6. ASPHALT -LAYING MACHINE SHALL BE CAPABLE OF LAYING A'14 -FT. WIDTH. 7. PRIOR TO PLACEMENT OF GEOGRID AND LIMESTONE BASE. THE SUBGRADE SHALL BE COMPACTED TO NOT LESS THAN 95% STANDARD PROCTOR DENSITY (ASTM D698) BETWEEN 0 AND +3% OF OPTIMUM MOISTURE CONTENT. TO THE DEPTH INDICATED ON THE DRAWINGS. 8. FLEXIBLE BASE SHALL BE TYPE A GRADE 1-2 CRUSHED UMESTONE. IN ACCORDANCE WITH TXDOT STANDARD SPECIFICATION ITEM 247 AND SPECIFICATION SECTION 025223. FLEXIBLE BASE SHALL BE COMPACTED TO NOT LESS THAN 98% MODIFIED PROCTOR DENSITY (ASTM D1557) TO WITHIN ±2% OF OPTIMUM MOISTURE CONTENT. 9. PRIME COAT SHALL BE MC -30 MEDIUM -CURING CUTBACK ASPHALT OR AE -P ASPHALT EMULSION PRIME, AND SHALL BE APPLIED AT A RATE OF 0.15 GALLON PER SQUARE YARD. TACK COAT SHALL BE SS -1 SLOW -SETTING EMULSIFIED ASPHALT AND SHALL BE APPUED AT A RATE OF 0.05 TO 0.15 GALLON PER SOUARE YARD. 10. HOT MIX ASPHALTIC CONCRETE SHALL MEET THE REQUIREMENTS OF TXDOT STANDARD SPECIFICATION ITEM 340 AND CITY SPECIFICATION SECTION 025424. 11. CARE SHALL BE TAKEN TO PROTECT CURB & GUTTER AND OTHER CONCRETE SURFACES FROM ASPHALT SPLITTER DURING PRIMING AND SEAUNG OPERATIONS. 12. LOCATIONS OF H,MAC.P. LONGITUDINAL CONSTRUCTION JOINTS FOR FINAL SURFACE COURSE SHALL COINCIDE WITH LANE STRIPING UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 13. H.MAC.P. TRANSITIONS 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. 8. DRIVEWAYS AND SIDEWALKS 1. DRIVEWAYS SHALL BE AS SHOWN ON CITY 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 IS REOUIRED 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 SIDEWALK RUNNERS AND CONCRETE DRIVEWAYS PLACED FOR TRANSITION SHALL BE PAID FOR UNDER THE UNIT PRICE FOR "CONCRETE SIDEWALK" AND "CONCRETE DRIVEWAY" REGARDLESS OF WIDTH. CONTRACTOR SHALL PROVIDE SATISFACTORY GRADE AND POSITIVE DRAINAGE FOR ALL DRIVEWAYS AND SIDEWALKS, AND SHALL FULLY COMPLY WITH TEXAS ACCESSIBILITY STANDARDS. SIDEWALK RUNNERS AND DRIVEWAY TRANSITIONS OF OTHER MATERIALS (LE. 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 UNLESS INDICATED OTHERWISE IN THE PROPOSAL, SHALL BE SUBSIDIARY TO THE APPROPRIATE BID ITEMS. 4. UNANTICIPATED REMOVAL OF SIDEWALK. DRIVEWAY AND CURB & GUTTER SHALL NOT INCLUDE THE REMOVAL OF PRE-EXISTING SIDEWALK. DRIVEWAY OR CURB & GUTTER. UNDER SPECIAL CIRCUMSTANCES, WHEN DIRECTED BY THE ENGINEER, NEW CONCRETE WORK WHICH WAS BUILT IN THE WRONG LOCATION AT NO FAULT OF THE CONTRACTOR, SHALL BE REMOVED. IN SUCH CASE. PAYMENT WILL BE MADE AT THE UNIT PRICE BID FOR UNANTICIPATED REMOVAL OF THESE ITEMS. 5. THE EXACT LOCATION OF SIDEWALK DRAINS, IF REQUIRED, WILL BE DETERMINED IN THE FIELD BY THE ENGINEER. 6. EXCEPT WHERE INDICATED OTHERWISE ON THE DRAWINGS, CURB RAMPS SHALL BE REQUIRED AT EACH CORNER OF EACH STREET INTERSECTION. AT CROSSWALKS. AND AS DIRECTED BY THE ENGINEER. 7. CONCRETE PLACEMENT SHALL STOP AT EXPANSION JOINTS IN SIDEWALKS OR AS OTHERWISE DIRECTED BY THE ENGINEER. 8. WHERE PROPOSED CONCRETE SIDEWALK TIES INTO EXISTING CONCRETE. CONTRACTOR SHALL PLACE A REDWOOD EXPANSION JOINT WITH Y"0 X 15" LONG SMOOTH DOWELS DRILLED AND EPDXY SET WITH AN EXPANSION CAP AT ONE END. DOWELS SHALL BE SPACED AS SHOWN ON THE PLANS. 9. HEADER CURB FOR CURB RAMPS SHALL NOT BE PAID FOR DIRECTLY. BUT IS INCLUDED IN THE SQUARE FOOTAGE FOR CURB RAMP. 10. SIDEWALKS SHALL BE TIED TO ADJACENT CURBS,DRIVEWAYS AND CURB INLETS BY STEEL DOWELS AS SHOWN ON THE DRAWINGS. IN ORDER TO MINIMIZE DIFFERENTIAL MOVEMENT OF THESE FACILITIES. 11. UNPAVED AREAS BETWEEN THE BACK OF CURB AND R.O.W. UNE SHALL BE GRADED. TILLED AND BLOCK SODDED. 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. A REDWOOD EXPANSION JOINT WITH TWO W0 X 15" LONG SMOOTH DOWELS SHALL BE USED WHERE NEW CURB TIES INTO EXISTING CURB. D. UTILITIES AND STORM SEWER 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 UNITED TO EXISTING GAS UNES. PRODUCT PIPELINES, FIBER OPTIC UNES, UTILITY POLES, TELEPHONE/CABLE N 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 IS NOT GUARANTEED. IT IS THE CONTRACTOR'S SOLE AND COMPLETE RESPONSIBILITY TO LOCATE ALL UNDERGROUND UTIUTIES AND STRUCTURES SUFFICIENTLY IN ADVANCE OF TRENCHING AND EXCAVATION OPERATIONS TO AVOID DAMAGING EXISTING UTIUTIES OR CAUSING UNNECESSARY DELAYS. 3. EXISTING STORM WATER PIPES, BOXES, MANHOLES, INLETS, ETC. TO BE REMOVED SHALL BE PAID FOR UNDER ITEM "CLEAR RIGHT-OF-WAY. 4. ALL CURB INLETS SHALL HAVE A 5' TO 10' LONG THROAT, AS SHOWN ON THE DRAWINGS. THROAT OPENINGS 8 FEET LONG OR LONGER SHALL HAVE A 6" X 6" CONCRETE SUPPORT AT MID -THROAT. 5. SHALLOW ABANDONED PIPES (OLD WATERLINES. DITCH CULVERTS, UTIUTY SERVICES. ETC.) WITHIN UNITS OF R.O.W. SHALL BE REMOVED AND PROPERLY DISPOSED OF. THIS GENERALLY APPLIES TO ALL UNWANTED PIPES THAT ARE WITHIN ONE FOOT OF SUBGRADE, DITCH CULVERTS. AND ANY ABANDONED PIPES WHICH COULD IMPACT THE PROPOSED WORK. ALL ABANDONED UNES TO REMAIN IN PLACE SHALL BE FILLED WITH FLOWABLE GROUT MATERIAL AND CAPPED AT THE ENDS AND CUT FOR REMOVAL OF SECTIONS AS REQUIRED TO ACCOMMODATE CONSTRUCTION OF THE PROPOSED IMPROVEMENTS. EXCEPT AS OTHERWISE INDICATED IN THE CONTRACT DOCUMENTS. THIS ACTIVITY WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 6. 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. 7. ALL STORM SEWER 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. 8. 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 STREGTH AT 28 DAYS). CONCRETE FOR PRECAST JUNCTION BOXES SHALL HAVE A COMPRESSIVE STRENGTH OF NOT LESS THAN 5000 PSI AT 28 DAYS. 9. 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. 10. ANGLES. BENDS AND TRANSITIONS IN REINFORCED CONCRETE PIPES AND 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. 11. UTILITY TRENCHES SHALL BE SHEATHED AND BRACED AS REQUIRED TO MAINTAIN A SAFE WORKING AREA FOR WORKERS, IN ACCORDANCE WITH O.S.HA STANDARDS, 29 CFR PART 1926, SUBPART P 'EXCAVATIONS. 12. TRENCH EXCAVATION SHALL NOT PRECEDE BACKFILL BY MORE THAN 200 FEET. NO TRENCH SHALL BE LEFT OPEN AFTER NORMAL WORKING HOURS. 13. ALL OPEN EXCAVATIONS SHALL BE ENCLOSED WITH HIGH-DENSITY POLYETHYLENE 4 -FT. HIGH ORANGE SAFETY BARRICADE FENCE (TENSAR UX4050 OR APPROVED EQUIVALENT) AND DRUMS. 14. ALL VALVES AND MANHOLES REQUIRING ADJUSTMENT SHALL BE LOCATED BY STATION AND OFFSET AND TIED TO EXISTING FEATURES THAT WILL REMAIN IN PLACE. ALL NEW AND EXISTING VALVES AND MANHOLES SHALL BE EXTENDED TO FINISH GRADE. ELEVATION ADJUSTMENTS FOR NEW MANHOLES AND VALVES SHALL BE CONSIDERED SUBSIDIARY AND SHALL NOT BE PAID FOR SEPARATELY. 15. THE CONTRACTOR SHALL LOCATE ALL EXISTING WATER AND SANITARY SEWER SERVICE CONNECTIONS ALONG THE PROJECT CORRIDOR BY EXPLORATORY EXCAVATION OR OTHER MEANS. NO DIRECT PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS WORK: IT WILL BE CONSIDERED SUBSIDIARY TO THE PAY ITEMS FOR WATER AND WASTEWATER IMPROVEMENTS. 16. THE CONTRACTOR SHALL TAKE PRECAUTIONS TO PROTECT EXISTING UTIUTIES FROM DAMAGE. ALL PIPES. UTIUTIES AND OTHER FACIUTIES DAMAGED BY THE CONTRACTOR SHALL BE REPAIRED TO THE CITY'S SATISFACTION. WITH NO ADDITIONAL PAYMENT TO THE CONTRACTOR. 17. PAVEMENT REPAIR FOR UTILITY TRENCH SHALL BE PND FOR ONLY IF THE REPAIR OCCURS OUTSIDE THE UMITS OF PROPOSED STREET RECONSTRUCTION. TRENCH RESTORATION ALONG EXISTING PAVEMENTS THAT ARE SCHEDULED FOR SUBSEOUENT RECONSTRUCTION SHALL INCLUDE TEMPORARY REPLACEMENT OF BASE COURSE WITH LOW P.1. MATERIAL THAT IS CONDUCIVE FOR SALVAGE. 18. WHERE UTIUTY WORK IS PERFORMED UNDER AREAS OF THE EXISTING ROADWAY THAT ARE REOUIRED 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 PND FOR DIRECTLY BUT SHALL. BE CONSIDERED SUBSIDIARY WORK. 19. EXCEPT AS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS. TIE-INS OR CONNECTIONS OF PROPOSED STORM SEWER TO MANHOLES OR EXISTING STORM SEWER LINES SHALL BE SUBSIDIARY WORK AND SHALL NOT BE MEASURED FOR PAYMENT. 20. PRECAST CURB INLETS, IF ALLOWED. SHALL HAVE CAST -IN-PLACE THROAT AND TOP. 21. A PIPE COLLAR SHALL BE USED WHERE PROPOSED STORM SEWER IS TO BE CONNECTED TO EXISTING STORM SEWER. 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 STRAIT (NON-SKEWED)TONGUE-AND-GROOVE CONNECTIONS OF SAME SIZE PIPES UNLESS THE JOINT IS DAMAGED. 22. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, DEWATERING OF OPEN EXCAVATIONS AND UTILITY OR STORM SEWER TRENCHES WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE ITEMS IT MAY BE ASSOCIATED WITH. REFER TO 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 SEWER SYSTEM. NO ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 24. CONTRACTOR SHALL PROVIDE 6" OF CEMENT -STABILIZED SAND BEDDING BENEATH ALL PRECAST CONCRETE BOX CULVERTS, STORM WATER MANHOLES AND JUNCTION BOXES. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY WORK. 25. CONTRACTOR SHALL PROVIDE CEMENT -STABILIZED SAND BACKFILL (3 FEET TYPICAL) FOR ALL UTIUTY AND STORM SEWER TRENCHES IN PAVEMENT AREAS. AS INDICATED ON THE DRAWINGS. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY WORK. 26. PROPOSED MANHOLE RIM ELEVATIONS SHOWN ON THE DRAWINGS ARE APPROXIMATE. CONTRACTOR SHALL SET MANHOLE RIMS AT FINISH GRADE ELEVATION. 27. 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 SOD, CONSTRUCT ASPHALT PAVEMENT REPAIRS, CONCRETE SIDEWALK REPAIRS. CONCRETE DRIVEWAY REPAIRS AND CONCRETE PAVEMENT REPAIRS, AS NEEDED. UNLESS NOTED OTHERWISE, ALL OF THE WORK USTED HEREIN SHALL BE SUBSIDIARY TO OTHER PAY ITEMS AND WILL NOT BE PAID FOR SEPARATELY. 28. THIS PROJECT I5 LOCATED IN THE CORPUS CHRISTI BAY DRAINAGE BASIN. E. WASTEWATER (SANITARY SEWER) 1. ABANDONED SERVICES SHALL BE COMPLETELY REMOVED AND CAPPED AT THE MAIN OR MANHOLE. 2. NEITHER BLUE PVC PIPE NOR DUCTILE IRON PIPE SHALL BE USED FOR WASTEWATER LINES. 3. ABANDONED SANITARY SEWER MAINS SHALL BE FILLED WITH FLOWABLE GROUT MATERIAL (SEE MIXTURE NOTE ON THIS SHEET). THE UPPER 5 FEET OF ABANDONED MANHOLES AND ABANDONED CLEAN -OUTS SHALL BE REMOVED AND THE EXCAVATIONS SHALL BE BACKFILLED WITH SELECT EXCAVATED MATERIAL AND COMPACTED TO NOT LESS THAN 95% STANDARD PROCTOR DENSITY (ASTM 0698) NOT TO EXCEED 10" UFTS. 4. ALL NEW AND EXISTING WASTEWATER MANHOLES SHALL BE ADJUSTED TO FINISH GRADE PER CITY SPECIFICATION SECTION 027205. 5. CLEANING OR PURGING OF EXISTING SANITARY SEWER UNES REQUIRED FOR CONNECTING INTO NEW WASTEWATER UNES SHALL BE THE CONTRACTOR'S RESPONSIBILITY. NO SEPARATE PAYMENT WILL BE MADE TO THE CONTRACTOR FOR CLEANING OR PURGING OF THESE UNES. 6. ALL WASTEWATER MANHOLES INSTALLED ON THIS PROJECT SHALL BE FIBERGLASS. THE MANHOLE MANUFACTURER SHALL PROVIDE CERTIFICATION AND DESIGN CALCULATIONS TO THE CITY SHOWING THAT THE MANHOLES ARE DESIGNED FOR H2O TRAFFIC LOADING AND THE APPUCABLE SOIL AND HYDROSTATIC PRESSURE LOADING CONDITIONS. MINIMUM WALL THICKNESS SHALL BE 0.50 INCH. IF REQUIRED BY THE MANUFACTURER'S DESIGN, HORIZONTAL RIBS AND/OR VERTICAL STIFFENERS MAY BE UTIUZED TO ACHIEVE THE REQUIRED DESIGN CHARACTERISTICS. 7. WHERE A NEW PVC WASTEWATER LINE 15 TO BE CONNECTED TO AN EXISTING VITRIFIED CLAY PIPE SANITARY SEWER LINE, THE CONNECTIONS SHALL BE MADE WITH ONE OF THE FOLLOWING APPROVED COUPUNG ADAPTERS: - MISSION RUBBER COMPANY FLEX -SEAL ADJUSTABLE REPAIR COUPUNG (ARC) - FERNCO 5000 SERIES REPAIR COUPUNG (RC) NO SEPARATE PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THE COUPLING ADAPTER. 8. WHERE EXISTING SANITARY SEWER SERVICE UNE CONNECTS TO EXISTING SANITARY SEWER TO BE REPLACED. PROVIDED NEW WASTEWATER SERVICE UNE OF SAME SIZE (4" MINIMUM DIAMETER) FROM NEW PVC WASTEWATER MAIN TO EXISTING PRIVATE SEWER UNE AT THE PROPERTY UNE. 9. THE EXACT LOCATION AND SIZE OF EACH INDIVIDUAL WASTEWATER SERVICE CONNECTION SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR PRIOR TO INSTAUATION OF THE PROPOSED WASTEWATER UNES. CONTRACTOR SHALL ALSO DETERMINE THE APPROPRIATE TYPE OF WASTEWATER SERVICE CONNECTION TO BE USED AND INSTALL NEW WASTEWATER SERVICE IN ACCORDANCE WITH CITY OF CORPUS CHRISTI SANITARY SEWER STANDARD DETAILS. 10. CONTRACTOR SHALL PROVIDE FOR TEMPORARY BYPASS OF SEWERAGE INTO DOWNSTREAM MANHOLE WHEN REPLACING EXISTING SANITARY SEWER MAINS WITH NEW PVC WASTEWATER PIPE, REHABILITATING EXISTING MANHOLES OR CONSTRUCTING NEW MANHOLES. 11. DEFLECTION TESTING OF PVC WASTEWATER LINES SHALL FOLLOW BACKFILL OPERATIONS BY NOT LESS THAN 30 DAYS. F. 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 CIN SHALL BECOME THE PROPERTY OF THE CONTRACTOR. 5. WHERE A WASTEWATER LINE AND A WATERUNE CROSS, THE WATERLINE SHALL BE PLACED OVER THE WASTEWATER UNE WITH A USUAL VERTICAL CLEARANCE OF 2 FEET. IF THIS IS NOT POSSIBLE, THE WASTEWATER UNE SHALL BE C900 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 WATERUNE DEEPER AT CERTAIN LOCATIONS IN ORDER TO AVOID CONFUCTS. 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. WATERLINES TO BE ABANDONED IN PLACE SHALL BE FILLED WITH FLOWABLE GROUT MATERIAL (SEE MIXTURE NOTE ON THIS SHEET), AND SHALL BE DETACHED AND CAPPED A MINIMUM OF 10 FEET FROM THE CONNECTION POINT. 10. ALL ASBESTOS -CEMENT (AC) PIPE DETERMINED TO BE IN CONFUCT WITH THE IMPROVEMENTS WHETHER DESIGNATED OR NOT FOR REMOVAL SHALL BE DISPOSED OF IN STRICT COMPLIANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. DISPOSAL OF AC PIPE WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 11. WHERE EXISTING WATER SERVICE UNE CONNECTS TO EXISTING WATERLINE TO BE REMOVED OR ABANDONED. PROVIDE NEW WATER SERVICE UNE OF SAME SIZE FROM NEW PVC WATERLINE TO EXISTING WATER METER. CITY WILL REPLACE METER AS NEEDED. 12. 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. G. SPECIAL RESTRICTIONS FOR SEOUENCING WORK 1. DRIVEWAY CONSTRUCTION SHALL BEGIN WITHIN 2 DAYS OF COMPLETING CURB & GUTTER. 2. H.MAC.P. BASE COURSE SHALL FOLLOW COMPLETED FLEXIBLE BASE COURSE WITHIN 5 DAYS. 3. UTIUTIES TO BE ABANDONED SHALL BE MAINTAINED 8Y THE CONTRACTOR AND REMAIN IN SERVICE UNTIL THE APPROPRIATE SERVICE CHANGEOVERS HAVE BEEN COMPLETED BY THE CONTRACTOR AND ACCEPTED FOR USE BY THE APPROPRIATE CIN OPERATING DEPARTMENT. 4. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS ACROSS ALL DETOURS AND INTERSECTIONS DURING VARIOUS PHASES OF THE WORK, AND SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS AND/OR DITCHES 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 SPRINKLE FOR DUST CONTROL AS NEEDED OR AS DIRECTED BY THE 'ENGINEER. NO ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 6. CONTRACTOR SHALL COORDINATE WATERLINE HYDROSTATIC TESTING AND BACTERIOLOGICAL TESTING WITH THE PROPOSED CONSTRUCTION SEQUENCING FOR THIS PROJECT. H. TRAFFIC 1. THE CONTRACTOR SHALL NOTIFY ALL RESIDENTS AND BUSINESS OWNERS WITHIN THE CONSTRUCTION AREA 5 DAYS PRIOR TO PLACING CONSTRUCTION SIGNS. 2. REFLECTORIZED PAVEMENT MARKINGS FOR STREETS SHALL BE TYPE I THERMOPLASTIC. 3. OBLITERATING EXISTING PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAVEMENT MARKING PAY ITEMS. 4. 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. 5. AT LEAST 48 HOURS PRIOR TO APPLYING PERMANENT PAVEMENT MARKINGS, THE CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC ENGINEERING DEPARTMENT AND CONSTRUCTION DEPARTMENT AND OBTAIN CITY APPROVAL FOR THE LOCATION. AUGNMENT AND LAYOUT OF THE PAVEMENT MARKINGS. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC CONTROLS THROUGHOUT THE DURATION OF THE CONTRACT FOR ALL PHASES OF THE WORK, IN ACCORDANCE WITH THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES", TRAFFIC CONTROL PLAN, AND BARRICADE AND CONSTRUCTION STANDARDS. 7. ALL WEATHER ACCESS TO LOCAL RESIDENCES AND BUSINESSES SHALL BE MAINTAINED THROUGHOUT THE CONSTRUCTION PERIOD. ALL WEATHER MATERIAL INCLUDES TYPE A/ GRADE1 LIMESTONE BASE, COLD MIX. OR OTHER MATERIAL APPROVED BY THE ENGINEER PRIOR TO PLACEMENT. 8. THE CONTRACTOR MAY USE EXCAVATED BASE MATERIAL FOR TEMPORARY TRANSITIONS TO EXISTING DRIVEWAYS DURING CONSTRUCTION, IF MATERIAL IS APPROVED BY THE ENGINEER. 9. CONTRACTOR SHALL CONTACT TONY SAUNAS AT 361-826-1610 AT LEAST 72 HOURS PRIOR TO ANY REQUIRED RE -PROGRAMMING AND/OR TIMING ADJUSTMENTS FOR TRAFFIC SIGNALS. ALL WORK RELATING TO COVERING ("BAGGING") SIGNS AND TRAFFIC SIGNALS FOR TEMPORARY LANE CLOSURES, AND MOVING OR ADJUSTING VIDEO DETECTION CAMERAS. WILL BE DONE BY THE CONTRACTOR AND COORDINATED WITH THE CITY TRAFFIC ENGINEERING DEPARTMENT. THE TRAFFIC CONTROLLER WILL BE PROGRAMMED BY CITY TRAFFIC ENGINEERING DEPARTMENT PERSONNEL INCLUDING THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS, AS WELL AS PROGRAMMING THE VIDEO DETECTION ZONES FOR EACH CAMERA. 10. CONTRACTOR SHALL PROTECT TRAFFIC GROUND BOXES AND TRAFFIC SIGNALS DURING CONSTRUCTION. CONTRACTOR SHALL CLEAN OUT. REPAIR AS NEEDED. AND ADJUST TRAFFIC GROUND BOXES TO FINISH GRADE AND PULL TRAFFIC SIGNAL CABLES AS REQUIRED TO COMPLETE TRAFFIC SIGNAL ADJUSTMENTS. CONTACT TONY SALINAS AT (361) 826-1610 OR (361) 816-7284 FOR TRAFFIC SIGNAL CABLE UNE LOCATE ASSISTANCE. 11. CONTRACTOR SHALL REROUTE FIBER OPTIC (F.O.) CABLE AND TRAFFIC SIGNAL CONDUIT AS NEEDED FOR TRAFFIC SIGNAL BOX ADJUSTMENTS AND RELOCATIONS. IF THERE IS INSUFFICIENT CABLE SLACK FOR RELOCATION, THE CITY WILL DISCONNECT THE F.O. CABLE AND SUPPLY ADDITIONAL CABLE IF NEEDED. CONTRACTOR SHALL TAKE PRECAUTIONS TO ENSURE THAT NO DAMAGE OCCURS TO TRAFFIC SIGNAL CONDUIT AND F.O. CABLE INCLUDING DUCT -TAPING THE ENDS OF CONDUIT. IF DAMAGE OCCURS. CONTRACTOR SHALL MAKE REPARS PROMPTLY. CONTACT ROBERT ROBLES AT (361) 816-6334 FOR MIS FIBER OPTIC CABLE LINE LOCATE ASSISTANCE. I. 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. ALL WORK SHALL BE PERFORMED DURING DAYLIGHT HOURS. 5. THE STORM WATER POLLUTION PREVENTION PLAN SHALL CONSIST OF USING THE 810 ITEMS SODDING, SEEDING. SILT FENCE, AND CURB INLET PROTECTION AS SHOWN ON THE PLANS. SODDING SHALL BE PLACED AS SOON AS POSSIBLE AFTER COMPLETION OF CURB & GUTTER, SIDEWALK, DRIVEWAYS AND SITE GRADING. IF INLETS. MANHOLES OR JUNCTION BOXES ARE BUILT IN STAGES. SILT FENCE FABRIC SHALL BE PLACED AROUND THE STRUCTURE. ONCE INSTALLED. SILT FENCE 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. 6. TOPSOIL AND SEEDING SHALL BE PLACED ON ALL DISTURBED AREAS OUTSIDE OF THE R.O.W. TOPSOIL SHALL HAVE A PH RANGE OF 5.5 TO 7, AND SHALL BE FREE OF STONES LARGER THAN ONE INCH. DEBRIS. AND EXTRANEOUS MATERIALS HARMFUL TO PLANT GROWTH. IF REOUIRED, CONTRACTOR SHALL PROVIDE SOIL -STABILIZING BLANKET OF JUTE MAT, WOOD EXCELSIOR OR MULCH NETTING TO STABIUZE CHANNEL BANKS AND ESTABUSH GRASS GROWTH. SOIL-STABIUZING BLANKET WILL NOT BE PAID FOR SEPARATELY. 7. ALL PROPOSED EASEMENTS AND RIGHTS-OF-WAY FOR THIS PROJECT WILL BE ACQUIRED PRIOR TO BEGINNING CONSTRUCTION. 8. THE 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, PER CONTRACT REQUIREMENTS. THIS INCLUDES FIUNG FOR AND PROCURING A TEXAS POLLUTANT DISCHARGE ELIMINATION SYSTEM (TPDES) NOTICE OF INTENT (N01) FOR LARGE CONSTRUCTION PROJECTS, WITH THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEO), PRIOR TO BEGINNING CONSTRUCTION. THE NOTICE OF INTENT AND CONSTRUCTION SITE NOTICE SHALL BE PROMINANTLY POSTED AT THE JOBSITE AT ALL TIMES. THE CONTRACTOR SHALL ALSO FILE A NOTICE OF TERMINATION WITH THE TCEO UPON FINAL COMPLETION OF THE WORK. 9. CONTRACTOR SHALL COORDINATE WITH A.E.P. AND AT.&T. TO ADJUST CONCRETE DUCT BANKS IF THESE DUCT BANKS ARE FOUND TO BE IN CONFLICT WITH THE PROPOSED IMPROVEMENTS. 10. CONTRACTOR SHALL CUT AND PLUG EXISTING IRRIGATION LINES LOCATED WITHIN THE R.O.W. AND SALVAGE IRRIGATION PIPE AND SPRINKLER HEADS FOR THE PROPERTY OWNER. THIS WORK WILL NOT BE PAID FOR SEPARATELY, BUT IS INCLUDED UNDER "CLEAR RIGHT-OF-WAY. J. DESIGN CRITERIA 1. ROADWAY GEOMETRICS WERE DESIGNED FOR 35 MPH DESIGN SPEED. 2. FLEXIBLE PAVEMENT DESIGN WAS BASED ON 1,687,383 EAL. (18 -KIP) FOR 30 -YEAR DESIGN UFE TO ACHIEVE A STRUCTURAL NUMBER OF NOT LESS THAN 4.43. 3. STORM WATER INLETS AND CONDUITS WERE DESIGNED FOR 25 -YEAR LEVEL OF PROTECTION (4% ANNUAL PROBABUTY OF OCCURRENCE). 4. RIGHT-OF-WAY DATA SHOWN ON THESE DRAWINGS WAS BASED ON INFORMATION PROVIDED BY THE CITY OF CORPUS CHRISTI. RIGHT-OF-WAY RETRACEMENT SURVEY WAS NOT CONDUCTED FOR THIS PROJECT. 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. 100 LBS/CY PORTLAND CEMENT 300 LBS/CY FLY ASH 250 LBS/CY WATER 2100 LBS/CY SAND 6 OZ/CY DARAFILL CAUTION. EXISTING GAS UNES ARE LOCATED WITHIN THE PROJECTS UMITS. 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. SPECIAL NOTES: 1. CONTRACTOR MUST PROVIDE ALL BACKFILLING AND SOIL COMPACTION THAT IS REQUIRED FOR THE ADJUSTMENT AND RELOCATION OF GAS UNES FOR THIS PROJECT. IT IS THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE WITH THE CITY GAS DEPARTMENT TO DETERMINE THE LOCATION OF THE GAS LINES AND DETERMINE THE PROPER COMPACTION NEEDED. WORK UNDER THIS ITEM WILL NOT BE MEASURED FOR PAY, BUT WILL BE CONSIDERED SUBSIDIARY TO OTHER WORK ITEMS AND SPECIFICATIONS IN THE CONTRACT. 2. CONTRACTOR MUST PROVIDE TV INSPECTION OF ALL STORM DRAIN PRIOR TO CONSTRUCTION OF FINAL PAVEMENT. THE TV INSPECTION MUST BE SUBMITTED TO THE CITY AND THE CONTRACTOR MUST RECEIVE WRITTEN APPROVAL FROM THE CITY BEFORE ANY PERMANENT PAVEMENT IS PLACED ABOVE THE STORM DRAIN. 3. CONTRACTOR MUST PROVIDE TEMPORARY BLUE SIGN BOARDS FOR THIS PROJECT THAT DIRECT TRAFFIC TO BUSINESSES AND DRIVEWAYS DURING EACH PHASE OF CONSTRUCTION. THE SIGN BOARDS MAY BE EITHER SKID MOUNTED OR BARREL MOUNTED. AN EXAMPLE SIGN BOARD IS INCLUDED WITHIN THE SPECIFICATIONS. THERE ARE APPROXIMATELY 20 BLUE SIGNS NEEDED WITHIN THE PROJECT LIMITS, HOWEVER ONLY CERTAIN BUSINESSES AND DRIVEWAYS WILL REQUIRE A SIGN BOARD. THE CITY WILL ASSIST THE CONTRACTOR IN MAKING THIS DETERMINATION DURING CONSTRUCTION. THE INSTALLATION AND REMOVAL OF THE SIGN BOARD WILL BE CONSIDERED SUBSIDIARY TO THE CONTRACT ITEMS PROVIDED FOR 'TRAFFIC. CONTROL.' ALL REQUIRED BLUE SIGN BOARDS MUST BE IN PLACE PRIOR TO BEGINNING CONSTRUCTION OF A PARTICULAR PHASE CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION w 0 z 0 DESCRIPTION 4- 0 1- U 0 REVISION NO. N O CV 0 z 0 W CC a 0 0 zu- D W U 0 0 z In 0 J GENERAL NOTES SHEET 4 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 17, 2015 - 1,30pm User: bj File: N.\iF\Drnwings\CV-DCN-ALL-NOTES(01).dwg Date: Sep 25, 2015 - 11:31on User: bj File: N:\iF\Drawings\CV-DCN-ALL-QUANTS.dwg DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 ESTIMATED QUANTITIES - TOTALS ESTIMATED QUANTITIES - TOTALS ESTIMATED QUANTITIES - TOTALS ITEM DESCRIPTION UNIT QUANTITY ITEM DESCRIPTION UNIT QUANTITY ITEM DESCRIPTION UNIT QUANTITY %%%%%%% C+.� may.,.• ti's.11 NICHOLAS A. CECAVA #047:. 97391 7815 II ,<i E �'af� I�S'•QY�ENS9 25-11SFreese and Nichor Inc. Texas Registered Engineering Firm F-2144 GENERAL C34 TRENCH SAFETY FOR STORM WATER MANHOLE EA 19 A.D.A PEDESTRIAN IMPROVEMENTS Al MOBILIZATION (MAXIMUM OF 5X OF TOTAL CONTRACT PRICE) LS 1 C35 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 H1 4" THICK CONCRETE SIDEWALK SF 27,900 A2 CLEAR RICHT-OF-WAY AC 11.6 WATER DISTRIBUTION IMPROVEMENTS H2 5' THICK HEAVY DUTY CONCRETE SIDEWALK SF 17,568 A3 OZONE DAY DAY 4 DI 6" DIA C900 PVC WATERLINE (DR 18) LF 68 H3 CONCRETE CURB RAMP SF 4,810 A4 SURVEY MONUMENT EA 2 D2 6" DIA. TIE-IN CONNECTION EA 5 H4 UNANTICIPATED CONCRETE SIDEWALK REMOVAL SF 100 A5 TRAFFIC CONTROL ADVANCE WARNING SIGNAGE LS 1 D3 6" DIA. 45' D.I. BEND EA 2 H5 REFL PAVEMENT MARKING TYPE 1 (W) (CROSSWALK) (10' WIDE) LF 830 A6 TEMPORARY TRAFFIC CONTROLS LS 1 D4 6" DIA 11.25' D.I. BEND EA 1 H6 CONCRETE FOOTER WITH PEDESTRIAN RAIL LF 1,575 A7 TEMPORARY PAVEMENT FOR DETOURS SY 5,000 05 6" GATE VALVE WITH BOX AND COVER EA 1 H7 CONCRETE SIDEWALK RETAINING CURB (18" MAX. HEIGHT) LF 500 A8 BLOCK SODDING SY 4,100 06 8" DIA. C900 PVC WATERUNE (DR 18) LF 1,473 H8 CONCRETE STEPS CY 15 A9 SEEDING FOR EROSION CONTROL SY 100 07 8' DIA. D.I. WATERLINE LF 201 A10 SILT FENCE FOR STORM WATER POLLUTION PREVENTION LE 9,580 TRAFFIC SIGNALIZATION IMPROVEMENTS 24 08 8" DIA. TIE-IN/CONNECTION / EA 8 11 AYERS ST. INTERSECTION SIGNALIZATION LS I A11 CURB INLET PROTECTION EA i D9 8" DIA 45' D.I. BEND EA 27 12 ELIZABETH ST. INTERSECTION SIGNALIZATION LS 1 �7 NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 Al2 STORM WATER POLLUTION PREVENTION PLAN 010 8" x 6" D.I. REDUCER EA 4 13 MORGAN AVE. INTERSECTION SIGNAUZATION LS 1 STREET IMPROVEMENTS 011 8"x8" 0.1. TEE EA 2 B1 STREET EXCAVATION 5Y 41,729012 14 BUFORD ST. INTERSECTION SIGNALIZATION LS 1 8" GATE VALVE WITH BOX AND COVER EA 14 15 REMOVE AND INSTALL PEDESTRIAN SIGN/FLASHERS ASSEMBLY 82 12" COMPACTED SUBGRADE SY 39,200 013 8" 010. 11.25' D.I. BEND EA 2 EA 4 133 GEOGRID (TENSAR TX -5) SY 39,200014 10" DIA TIE-IN CONNECTION 2 16 2"0 PVC ELECT. CONDUIT W/MULE TAPE (PEDESTRIAN FLASHERS) LF 1,069 84 9" CRUSHED UMESTONE FLEXIBLE BASE (7Y A, GRADE 1-2) SY 39.200 D15 12" DIA. C900 PVC WATERLINE (DR 18) LF 3,900 17 PULLBOX (HANDHOLE) FOR PEDESTRIAN FLASHERS EA 4 B5 PRIME COAT (0.15 GAL/SY) GAL 5'200016 12" DIA DJ. WATERLINE LF 714 18 ALLOWANCE FOR UNANTICIPATED TRAFFIC SIGNALIZATION IMPROVEMENTS LS 1 86 3 1/2" HMAC PAVEMENT (TYPE B) BASE COURSE SY 35,245017 12" DIA. TIE-IN/CONNECTION EA 1 ELECTRICAL CONDUIT FOR FUTURE M.I.S. m 87 2' HMAC PAVEMENT (TYPE D) SURFACE COURSE 5Y 34,665018 12" DIA 45' D.I. BEND EA 58 J1 2' DIA. PVC ELECT. CONDUIT W/ MULE TAPE FOR FUTURE M.I.S. IF 4,282 88 ONE COURSE SURFACE TREATMENT SY 34,665 D19 12" x 6" D.I. TEE EA 1 J2 24"x36"x24" PULLBOX (HANDHOLE) FOR FUTURE M.I.S. CONDUIT EA 4 89 6" CONCRETE DRIVEWAY SF 8,934 D20 12" x 8" 0.1. TEE EA 8 LANDSCAPING AND IRRIGATION IMPROVEMENTS 810 CONCRETE ISLAND SF 370 D21 12' GATE VALVE WITH BOX AND COVER EA 20 I- 811 ADJUST EXISTING GAS VALVE TO FINISH GRADE EA 3 D22 12" x 12" D.I. TEE EA 6 K1 COLORED CONCRETE MEDIAN SF 7,100 B12 UNANTICIPATED CONCRETE DRIVEWAY REMOVAL SF 200w D23 12" 10" D.I. REDUCER EA 2 K2 REMOVE AND REPLACE IRRIGATION SYSTEM LS 1 BICYCLE RIDER PANEL (50'x4' GREEN PREFAB. THERMOPLASTIC) EA 14 x K3 LANDSCAPE IN MEDIAN AREAS LS 1 813 024 12" x 8" D.I. REDUCER EA 2 K4 6" DIA PVC SLEEVE FOR IRRIGATION LF 550 B14 PREFAB. PAVEMENT MARKING TYPE 1 (W) (BIKE LANE SYMBOL) EA 1 D25 16" 010. C905 PVC WATERUNE LF 43 K5 REMOVE, SALVAGE, AND TRANSPORT EXISTING PALM TREES EA 24 z Z 1315 PREFAB. PAVEMENT MARKING TYPE 1 (W) (ARROW) EA 23 D26 16" DIA. 45' D.I. BEND 0* 2 � CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 816 PREFAB. PAVEMENT MARKING TYPE 1 (W) ("WORD") EA 19 D27 16" 010. T1E-IN/CONNECTION EA 1 TESTING SCHEDULE 817 REFL PAVEMENT MARKING TYPE 1 (W) (4") (BRK) 2' SEGMENTS, 6' GAP IF 1,115 028 16" x 12" D.I. REDUCER EA 1 BMREFL. PAVEMENT MARKING TYPE 1 (W) (4") (BROKEN) LF 2.165 D29 ABANDON IN, PLACE EXISTING 8" DIA WATERLINE (FILL W/ GROUT) LF 2,273 DESCRIPTION RATE EST. QUANTITY17 B19 REFL PAVEMENT MARKING TYPE 1 (W) (4") (SOLID) LF 7,860 D30 ABANDON IN PLACE EXISTING 12" DIA. WATERLINE (FILL W/ GROUT) IF 2,957 SOILS: DESCRIPTION 620 REFL. PAVEMENT MARKING TYPE 1 (W) (4") (DIAMOND) EA 1 D31 ASPHALT PAVEMENT REPAIR (TYPE 1) SY 230 STANDARD PROCTOR - TRENCH BACKFILL PER MATERIAL SOURCE I 821 REFL. PAVEMENT MARKING TYPE 1 (Y) (4") (SOUD) LF 7.862 D32 FIRE HYDRANT ASSEMBLY (TYPE 1) EA 18 STANDARD PROCTOR - SUBGRADE PER STREET/MATERIAL 1 822 REFL. PAVEMENT MARKING TYPE 1 (W) (8") (SOLID) LF 1.625 033 REPLACE EXISTING WATER SERVICE W/NEW SERVICE CONNECTION EA 21 DENSITIES - TRENCH BACKFILL PER 200 LF TRENCH/LIFT 306 823 REFL PAVEMENT MARKING TYPE 1 (W) (24') (SOUD) LF 540 034 1" WATER SERVICE FOR IRRIGATION EA 4 DENSITIES - SUBGRADE (ASPHALT STREET) PER 100 LF/LANE/LIFT 175 B24 REFL. PAVEMENT MARKING TYPE 1 (W) (12") (SOLID) (GORE) LF 285035 1 1/2 WATER SERVICE FOR IRRIGATION 1 DENSITIES - SUBGRADE (CONCRETE STREET) PER 200 LF/LANE/UFT - B25 REFL PAVEMENT MARKING TYPE 1 (Y) (4") (SOLID) (0131.) IF 510 036 ADJUST EXIST. WATER VALVES & METER BOXES TO FINISH GRADE EA 26 DENSITIES - SUBGRADE (DRIVEWAYS) PER 2 DRIVEWAYS 9 B26 REFL. PAVEMENT MARKING TYPE 1 (18"x12" YIELD UNES) LF 95037 REMOVE ABANDONED WATER VAULT 1 DENSITIES - SUBGRADE (SIDEWALKS) PER 5000 SF 9 B27 ERADICATE EXISTING STRIPING LS 1 038 REMOVE AND REPLACE EXISTING WATER METER ASSEMBLY AT COLE PARK LS 1 DENSITIES - BEHIND CURB AND GUTTER PER 200 LF 86 B28 TY II -C-R RAISED PAVEMENT MARKER (REFLECTORIZED) EA 285 039 TRENCH SAFETY FOR WATERLINES 6,523 829 TY II -AA RAISED .PAVEMENT MARKER (REFLECTORIZED) EA 65 D40 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LF LS 1 FLEXIBLE BASE: B30 STREET SIGN ASSEMBLY W/9" BLADES (GREEN) AND STOP SIGN - TRIANGULAR SUPBASEEA (10 BWG) 7 WASTEWATER IMPROVEMENTS SIEVE ANALYSIS ATTERBURG LIMITS PER 3000 CY PER 3000 CY 4 4 831 REGULATORY SIGN - TRIANGULAR SUPBASE (10 BWG) EA 65 El REMOVE EXISTING 4" FM WASTEWATER UNE LF 46 MODIFIED PROCTOR PER 3000 CY 4 832 WARNING SIGN -TRIANGULAR SUPBASE (10 BWG) EA 12 E2 REMOVE EXISTING 6" VCP WASTEWATER LINE LF 10 LA. ABRASION PER 3000 CY 4 MISCELLANEOUS TRIANGULAR BWG) E3 REMOVE EXISTING 8" VCP WASTEWATER UNE LF 282 CBR (STANDARD) PER MATERIAL SOURCE 1 833 OTHER SIGN - SUPBASE (10 7 E4 REMOVE WASTEWATER MANHOLE EA 4 WET BALL MILL TEST PER MATERIAL SOURCE 1 834 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 05 4" DIA PVC FORCE MAIN LF 35 TRIAXIAL TEST PER MATERIAL SOURCE I OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE STORM WATER DRAINAGE IMPROVEMENTS E6 4" DIA. 45' BEND EA 1 DENSITIES OF COMPACTED BASE (ASPHALT STREET) PER 100 LF/LANE/LIFT C1 15" DIA RCP (CLASS III) IS 80 E7 4" DIA, 11.25' BEND EA 1 DENSITIES OF COMPACTED BASE (CONCRETE STREET) PER 200 LF/LANE/LIFT 146 C2 18" DIA. RCP (CLASS III) 1F 1,575 E8 4" DIA. TIE-IN CONNECTION EA 1 DENSITIES OF COMPACTED BASE (C&G) PER - C3 24" DIA. RCP (CLASS 111) LF 733 E9 6" DIA TIE-IN CONNECTION EA 1 200 LF C&G 86 C4 36' DIA RCP (CLASS III) LF 471 E10 8" DIA TIE-IN CONNECTION EA 2 HOT -MIX ASPHALT (HMA:) C5 54" DIA RCP (CLASS III) LF 8 E71 6" DIA PVC (C-900, DR18)) WASTEWATER GRAVITY LINE LF 29 EXTRACTION, SIEVE ANALYSIS PER 500 TONS OR DAY C6 72" DIA. RCP (CLASS III) LF 243 E12 8" DIA. PVC (C-900, DR18) WASTEWATER GRAVITY LINE LF 94 LAB DENSITY & STABILITY PER 500 TONS OR DAY 12 12 C7 6' x 6' PRECAST CONCRETE BOX CULVERT LF 164 E13 8" DIA. PVC (C-900, DR18) WASTEWATER GRAVITY LINE (ENCASED IN CONCRETE) Lf 175 THEORETICAL DENSITY (RICE METHOD) PER 500 TONS OR DAY 12 0.8 TIE-IN EXISTING 15" DIA PVC EA 2 E14 6" CLEANOUT EA 1 TEMPERATURE - DURING LAY -DOWN CONTINUOUS AS NEEDED C9 TIE-IN EXISTING 18" DIA RCP EA 4 E15 4' DIA. FIBERGLASS MANHOLE (<6' DEPTH) EA 5 THICKNESS - IN PLACE (CORE) PER 1000 LF STREET - 5 C10 TIE-IN EXISTING 24" DIA. RCP EA 2 E16 EXTRA DEPTH FOR 4' DIA MANHOLE (OVER 6' DEPTH) VF 2 AIR ALL r Qo C11 TIE-IN EXISTING 54" DIA RCP EA 1 E17 ABANDON IN PLACE EXIST. 8" DIA. WASTEWATER LINE (FILL W/ GROUT) LF 75 X VOIDS - IN PLACE (CORE) PER 1000 LF STREET 5 C12 TIE-IN TO EXISTING MANHOLE EA 1 X THEORETICAL DENSITY - IN PUCE (CORE) PER 1000 LF STREET 5 C13 SIDEWALK DRAIN EA 5 018 ABANDON IN PLACE EXISTING WASTEWATER MANHOLE EA 1 C14 5' STANDARD CURB INLET EA 24 E19 BYPASS PUMPING OF RAW SEWAGE LS 1 CONCRETE: C15 5' CURB INLET EXTENSION EA 7 E20 ASPHALT PAVEMENT REPAIR (TYPE I) 5Y 110 (UNCONFINED COMPRESSION, 7, 14, & 28 DAY) O Z Ft C16 4' DIA CONCRETE STORM WATER MANHOLE (TYPE A) EA 1 E21 TRENCH SAFETY FOR WASTEWATER LINES LF 333 CURB & GUTTER / CURB PER 500 LF C&G / CURB 34 C17 5' DIA CONCRETE STORM WATER MANHOLE (TYPE A) EA 13 E22 TRENCH SAFETY FOR WASTEWATER MANHOLE EA 5 SIDEWALKS AND CURB RAMPS PER 4000 SF 12 C18 CONCRETE STORM WATER MANHOLE (TYPE 0) EA 4 E23 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 DRIVEWAYS PER 2500 SF 3 C19 JUNCTION BOX (TYPE 'A') EA 1 SLOPE STABILIZATION IMPROVEMENTS CURB, POST & GRATE INLETS PER 6 EACH 4 VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. C20 MANHOLE RISER EA 2 El CLEARING AND GRUBBING SY 2,773 BOX CULVERTS (CAST -IN-PLACE) PER 100 LE - C21 PRECAST PIPE TRANSITION REDUCING STOPPER (72" TO 24") EA 1 F2 EARTHWORK (EXCAVATION AND BENCHING) SY 1,670 WINGWALLS PER EACH - C22 PRECAST PIPE TRANSITION REDUCING STOPPER FOR 54'0 TO RCB EA 1 E3 EARTHWORK (COMPACTION OF EXISTING) SY 1,670 RETAINING WALL PER 25 CY OR DAY 12 C23 PRECAST 7'x7' TO 6'z6' RCB TRANSITION EA 1 F4 COMPACTED SELECT FILL MATERIAL (COMPACTED IN 6" LIFTS) CY 2,141 STORM MANHOLES (CAST -IN-PLACE) PER 2 EACH - C24 6" CONCRETE CURB & GUTTER (CATCH CURB) LF 9,470 F5 EROSION CONTROL BLANKET (WESTERN EXCELSIOR EXCEL -2) (DYED GREEN) SY 1,950 RIPRAP, APRONS & S.E.T.s PER 4000 SF - C25 6" CONCRETE CURB & GUTTER (REVERSE CURB) LF 24 F6 TOPSOIL (4") SY 1,950 MANHOLE BASE/FOOTING PER 10 EACH 3 C26 CONCRETE CURB (TYPE B) IF 7,650 F7 SEEDING SY 1,950 RIGID CONCRETE PAVEMENT: C27 UNANTICIPATED CURB & GUTTER REMOVAL LE 50 F8 2' THICK ON-SITE CLAYS OR CLASS 2 EARTH FILL. CY 1.006 COMPRESSION STRENGTH (7 & 28 DAY) PER 2500 SY OR DAY - C28 ADJUST MANHOLE TO FINISH GRADE EA 1 E9 CONCRETE CANTILEVER RETAINING WALL CY 390 FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) PER 2500 5Y OR DAY - SHEET 5 of 190 C29 REMOVE AND REPLACE CONCRETE SIDEWALK SE 50 STREET LIGHTING IMPROVEMENTS AIR CONTENT SLUMP PER 2500 SY OR DAY PER 2500 SY OR DAY - C30 REMOVE AND REPLACE CONCRETE CURB & GUTTER LF 50 GI 3"0 PVC ELECT. CONDUIT W/MULE TAPE (STREET LIGHTING) LF 3,466 - RECORD DRAWING NO. R R S T R - 8 8 3 C31 CONCRETE PAVEMENT REPAIR SY 50 G2 CONCRETE FOUNDATION EA 21 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE ENGINEER RESERVES THE RIGHT TO 032 ASPHALT PAVEMENT REPAIR (TYPE 1) SY 50 C3 PILLBOX (HANDHOLE) FOR STREET LIGHTING EA 32 CONDUCT ADDITIONAL TESTING AT THE ENGINEER'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDED. C33 TRENCH SAFETY FOR STORM WATER CONDUITS IF 3,274 2. MOISTURE CONTENTS TO BE INCLUDED WITH DENSITY TEST. CITY PROJECT f E12093 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. Date: Sep 25, 2015 - 11:31on User: bj File: N:\iF\Drawings\CV-DCN-ALL-QUANTS.dwg PROP. SIDEWALK WIDTH VARIES (SEE PLANS) COMPACTED BACKFILL MATERIAL BEHIND CURB & GUTTER TO 95% STD. PROCTOR DENSITY NATURAL GROUND 1% MIN. 2% MAX. EXIST. GROUND 1 100' EXISTING R.O.W. 8.3' 34.1' 3.3' 5' SIDEWALK - L_ 11.7' TRAVEL LA NE ce 6" CURB & GUTTER BACK TO BACK 10.1' TRAVEL LANE EXIST. HMAC EXIST. 12" WATERLINE' EXIST. 15" STORM' SEWER (TO BE ABANDONED) 12" 2'-0" 6" CURB & GUTTER 0 000 • 2% MIN. 4% MAX 0 ._: , . / / / / / / / / / / / / / / / / / / / / / / /F1/ / / / / / / / / / / / / / 0 0 0 12.3' TRAVEL LANE 6" REVERSE CURB & GUTTER EXIST. BASE EXIST. SUBBASE 44.1' 10.5' rcl BACK TO BACK 3' 11.8' CONC.' LEFT TURN LANE MEDIAN �6" REVERSE CURB & GUTTER 10' TRAVEL LANE 9.9' TRAVEL LANE 17 _�— _—�--------------------- _L __J L_ --j L_ ---3 — — EXIST. BASE EXIST. SUBBASE — J — EXIST. MIS CONDUIT { AEP CONDUIT EXIST. HMAC 12.4' TRAVEL LANE 4.5' 6" CURB & GUTTER EXIST. 8' SIDEWALK (TO BE REMOVED) EXISTING ROADWAY SECTION © STA. 15+25 SCALE: 1"=5' 100' R.O.W. COLE PARK NATURAL GROUND LEGEND: O 2" HMACP (TYPE D) O2 TACK COAT (SUBSIDIARY TO HMAC BID ITEM) O3 3 1/2" HMACP (TYPE B) • ONE COURSE SURFACE TREATMENT UNDERSEAL (ASPHALT BINDER & AGGREGATE) OS PRIME COAT (MC -30) (0.15 GAL/SY) • 9" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MODIFIED PROCTOR DENSITY (ASTM D1557) TO WITHIN ±2% OF OPTIMUM MOISTURE CONTENT (2 LIFTS, EA. LIFT NOT TO EXCEED 6") 0 TENSAR TX -5 GEOGRID (LAVED DIRECTLY OVER COMPACTED SUBGRADE) O 12" COMPACTED SUBGRADE COMPACTED TO 98% STANDARD PROCTOR DENSITY (ASTM 0698) BETWEEN 0 AND +3% OF OPTIMUM MOISTURE CONTENT O9 BACKFILL MATERIAL FROM STREET EXCAVATION COMPACTED TO 95% STANDARD PROCTOR DENSITY 10 4" THICK COLORED CONCRETE MEDIAN. REFER TO SIDEWALK DETAILS FOR EXPANSION JOINT MATERIAL AND SPACING REQUIREMENTS. SEE TECHNICAL SPECIFICATION 028680. 50' 50' 11.5' 38.5' OCEAN DR. 38.5' 11.5' 3.5' 8' 5' 11' 11' 2' 4' ,2' 11' 11' 11' 5' 5.5' 8' EXIST. WALK REFER TO DET. 1/6 (TYPICAL) • 1% MIN. 2% MAX. BIKE LANE 6" CURB & GUTTER 0 TRAVEL LANE 000 TRAVEL LANE 6" CURB TYPE B� 2% MIN. 4% MAX. CONC. MEDIAN 12 12 2 o: a. LEFT TURN LANE 6" CURB TYPE B TRAVEL LANE 0000 0 TRAVEL LANE 25 MIN. 45 MAX. BIKE LANE 6" CURB & GUTTER ... ,; . ` `... _ .... ocmaiwwwessss st5Lssyssssssi> 1} 71 �� EXIST. 12" WATERLINE (TO BE ABANDONED EXIST. 15" STORM IN PLACE & FILLED SEWER (TO BE W/GROUT) REMOVED) PROPOSED 24" STORM SEWER 000 PROP. 12" PVC WATERLINE 60 SESEDISEM PAVEMENT MARKING O \ (TYPICAL) 0 0 0 EXIST. AEP CONDUIT (TO BE REMOVED) PROPOSED ROADWAY SECTION © STA. 15+25 SCALE: 1".5' PROP. 2" M.I.S. CONDUIT WALK EXIST. MIS CONDUIT T JI COLE PARK EXIST. GROUND DESCRIPTION REVISION NO. CONSULTANT'S SHEET No. FNI PROJECT: COR13155� In 4 DESCRIPTION am LJ z N cT K >o 0 N 0 Z 0 m � 0 O 0 Z w m U 0 0 z D 0 J 0 N w Z o O a U w 1.0N C- (n (n In Z Q Z Q (n 0 Q wcr SHEET 6 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Date: Aug 20, 2015 - 2.39pm User: eg File: N:\if\Drawings\CV-DCN-TYP-SECT.dwg PROP. SIDEWALK WIDTH VARIES (SEE PLANS) 100' EXISTING R.O.W. 6. 35.3' 1.7' 5' d GROUND NATURAL 1% MIN. 2% MAX. SIDEWALK 13.9' TRAVEL LANE 6" CURB & GUTTER BACK TO BACK 10.2' TRAVEL LANE EXIST. HMAC 11.2' TRAVEL LANE 6" REVERSE CURB & GUTTER -__------t— --------------- ------- uW � zga. 11' LANDSCAPEID MEDIAN EXIST. BASE \-EXIST. SUBBASE EXIST. 2" GAS (TO REMAIN) `- EXIST. 12" WATERLINE (TO BE ABANDONED) 12" 2'-0" 6" CURB & GUTTER 0 000 / / / / / / / / / 1V./ / / / / / / / / / / / / / 2% MIN. 4% MAX COMPACTED BACKFILL MATERIAL BEHIND CURB & GUTTER TO 95% STD. PROCTOR DENSRY 111.-1f 1.4111T 0 0 0 a DETAIL SCALE: N.T.S. 0 35' 12' 12.2' TRAVEL LANE 6" REVERSE CURB & GUTTER BACK TO BACK 9.8' TRAVEL LANE EXIST. AEP CONDUIT (TO BE REMOVED) EXISTING ROADWAY SECTION © STA. 19+20 SCALE: 1"=5' 100' R.O.W. F EXIST. HMAC 13' TRAVEL LANE 6" CURB & GUTTER EXIST. BASE - EXIST. SUBBASE /J- EXIST. AT&T FOC EXIST. MIS CONDUIT (TO REMAIN) COLE PARK NATURAL GROUND LEGEND; 0 2" HMACP (TYPE D) ® TACK COAT (SUBSIDIARY TO HMAC BID ITEM) O 3 1/2" HMACP (TYPE B) O ONE COURSE SURFACE TREATMENT UNDERSEAL (ASPHALT BINDER & AGGREGATE) OS PRIME COAT (MC -30) (0.15 GAL/SY) • 9" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MODIFIED PROCTOR DENSITY (ASTM 01557) TO WITHIN t2% OF OPTIMUM MOISTURE CONTENT (2 LIFTS, EA. LIFT NOT TO EXCEED 6") O7 TENSAR TX -5 GEOGRID (LAYED DIRECTLY OVER COMPACTED SUBGRADE) O 12" COMPACTED SUBGRADE COMPACTED TO 98% STANDARD PROCTOR DENSITY (ASTM 0698) BETWEEN 0 AND +3% OF OPTIMUM MOISTURE CONTENT O9 BACKFILL MATERIAL FROM STREET EXCAVATION TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY 10 LANDSCAPED MEDIAN (REFER TO LANDSCAPE/IRRIGATION SHEETS) 50' 50' 11.5' 38.5' �rE OCEAN DR. 38.5' 11.5' 3.5' 8' 5' 11' 11' 15' 11' 11' 5' 2' EXIST. GROUND EXIST. 2" GAS (TO REMAIN) WALK REFER TO DET. 1/7 (TYPICAL) 1% MIN. 2% MAX. BIKE LANE 6" CURB & GUTTER • • TRAVEL LANE OO OOO TRAVEL LANE 6" CURB TYPE B-,. 2% MIN. 4% MAX LANDSCAPED MEDIAN 7.5' 12 PROP. BASELINE 12 TRAVEL LANE 6" CURB TYPE B 2% MIN. 4% MAX. ( EXIST. 12" WATERLINE-' (TO BE ABANDONED IN PLACE & FILLED W/GROUT) 000 61 PROP. 12" PVC WATERLINE MAW WARkre O- EXIST. AEP CONDUIT `PAVEMENT MARKING 9 (TO BE REMOVED) (TYPICAL) PROPOSED ROADWAY SECTION © STA. 19+20 SCALE: 1 "=5' TRAVEL LANE BIKE LANE 6" CURB &-, GUTTER c. 000 COLE PARK PROP. 2" M.I.S. Y EXIST. AT&T FOC CONDUIT EXIST. MIS CONDUIT (TO REMAIN) EXIST. GROUND CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m REVISION NO. DESCRIPTION rm 14.1 0 REVISION NO. N 0 N 0 z 0 m E o cr 0 Z Q W m U 0 0 z N_ 5 0 J 0 W (n 0 d 0 a 0 z 0 z_ (n UJ z 0 1— U W 0 (n + to rn 0'- fx U Q • (n 0 SHEET 7 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 20, 2015 - 2.39pm User: eg File: N:\if\Drawings\CV-DCN-TYP-SECT.dwg SPOFN HOSPITAL 112' EXISTING R.O.W. 22' 34' 17' g NATURAL- GROUND --- -----iaTerw- PROP. SIDEWALK WIDTH VARIES (SEE PLANS) 1% MIN. 2% MAX. 5' SIDEWALK — C L 11.8' TRAVEL LANE 6" CURB & GUTTER BACK TO BACK 10.1' TRAVEL LANE EXIST. HMAC 12.1' TRAVEL LANE 6" REVERSE CURB & GUTTER EXIST. 8" WATERLINE (TO BE ABANDONED) 12" 2'-0" 6" CURB & GUTTER 0 ©©0 2% MIN. 4% MAX. COMPACTED BACKFILL MATERIAL BEHIND CURB & GUTTER TO 95% STD. PROCTOR DENSITY 0 0 0 DETAIL SCALE: N.T.S. 0 EXIST. BASE EXIST. SUBBASE 13' LANDSCAPED MEDIAN f 34.2' 8.8' EXIST. AEP CONDUIT (TO BE REMOVED) 12.1' TRAVEL LANE BACK TO BACK 6" REVERSE CURB & GUTTER 10' TRAVEL LANE EXIST. HMAC 12.1' TRAVEL LANE 6" CURB & GUTTER EXISTING ROADWAY SECTION C0 STA. 28+00 SCALE: 1"=5' 112' R.O.W. EXIST. BASE EXIST. SUBBASE EXIST. TEL CONDUIT (TO REMAIN) 7.4' SIDEWALK 1.4 J1 -- (1 MARINA DRi SOL EXIST TEL CONDUIT (TO REMAIN) EXIST. 12" WATERLINE (TO BE ABANDONED) NATURAL GROUND LEGEND; 0 2" HMACP (TYPE D) • TACK COAT (SUBSIDIARY TO HMAC BID ITEM) O3 3 1/2" HMACP (TYPE B) O ONE COURSE SURFACE TREATMENT UNDERSEAL (ASPHALT BINDER & AGGREGATE) O5 PRIME COAT (MC -30) (0.15 GAL/SY) © 9" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A. GRADE 1-2) COMPACTED TO 98% MODIFIED PROCTOR DENSITY (ASTM 01557) TO WITHIN ±2% OF OPTIMUM MOISTURE CONTENT (2 LIFTS. EA. LIFT NOT TO EXCEED 6") O7 TENSAR TX -5 GEOGRID (LAYED DIRECTLY OVER COMPACTED SUBGRADE) 8O 12" COMPACTED SUBGRADE COMPACTED TO 98% STANDARD PROCTOR DENSITY (ASTM 1)698) BETWEEN 0 AND +3% OF OPTIMUM MOISTURE CONTENT O9 BACKFILL MATERIAL FROM STREET EXCAVATION TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY 10 LANDSCAPED MEDIAN (REFER TO LANDSCAPE/IRRIGATION SHEETS) 62' 50' 23.5' 38.5' 38.5' 11.5' 15.5' SPOON HOSPITAL o EXIST. GROUND 8' WALK 2' , 5' 11' REFER TO DET. 1/81 (TYPICAL) EXIST. 8" WATERLINE (TO BE ABANDONED IN PLACE & FILLED W/GROUT) 1% MIN. 2% MAX. BIKE LANE - 6" CURB & GUTTER TRAVEL LANE 00 000 TRAVEL LANE V 6" CURB TYPE B 2X MIN. 4% MAX 15' LANDSCAPED MEDIAN 7.5' 2' , 11' 11' 5' 9' 2.5' 7.5' 12 12 TRAVEL LANE -6" CURB TYPE B 2% MIN. 4% MAX. TRAVEL LANE 00 000 PROP. 12" PVC WATERLINE) 0 0 0 63 lee BIKE LANE 6" CURB & GUTTER HEAVY DUTY WALK WITH FOOTER & RAIL 1% MIN. 2% MAX. 0 "EXIST. AEP CONDUIT (TO BE REMOVED) PAVEMENT MARKING (TYPICAL) PROPOSED ROADWAY SECTION © STA. 28+00 SCALE: 1"=5' O PROP. 2" M.I.S. CONDUIT EXIST. MIS CONDUIT • MARNA DRi SOL EXIST. GROUND gaRgrmfmr EXIST. TEL CONDUIT (TO REMAIN) EXIST. 12" WATERLINE (TO BE ABANDONED IN PLACE & FILLED W/GROUT) DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 �LL r m 14 REVISION NO. 111.1 Ylp�m W= ° mho H� LLaNY CV N„I; m o lbzOC0 0 vox m`0na L. DESCRIPTION 0 o a2 0O U 0 (n O 111j(10111h(0LXU U f- o0 y_ >.- 1'- a U o m La a REVISION NO. r� N 0 N 0 z 0 W m CC 0 0 0 Z 1 L WD m U 0 0 Z 0) 0 J (f) W Z 0 O U d 0 (Wj) 0 3 0 0 0 N a� U Q Z a F (1) _0 X a W0 SHEET 8 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT 1 E12093 Date: Sep 08, 2015 - 3'33pm User: bj File: N:\iF\Drawings\CV-DCN-TYP-SECT.dwg 112' EXISTING R.O.W. 21.9' 44' BPOHN HOSPITAL PROP. SIDEWALK WIDTH VARIES (SEE PLANS) 16.9' NATURAL GROUND � 1% MIN. 2% MAX. COMPACTED BACKFILL MATERIAL BEHIND CURB & CUTTER TO 95% STD. PROCTOR DENSITY SPOHN HOSPITAL EXIST. GROUND 5' SIDEWALK 11.6' TRAVEL LANE 6" CURB & GUTTER L__— BACK TO BACK 10.2' TRAVEL LANE 10.1' TRAVEL LANE EXIST. HMAC 12.1' LEFT TURN LANE 6" REVERSE CURB & GUTTER - EXIST. 8" WATERLINE (TO BE ABANDONED) 12" 2'-0" 6" CURB & GUTTER 0 000 N 2% MIN. 4% MAX sterssaita /////////r_///./////////// k IPIIAIr I1I(5I 0 0 0 DETAIL aD SCALE: N.T.S. 0 EXIST. BASE EXIST. SUBBASE 35' 3' CONC. r MEDIAN ---1 r --- 11.9' TRAVEL LANE 6" REVERSE CURB & GUTTER BACK TO BACK 10' TRAVEL LANE EXIST. HMAC 13.1' TRAVEL LANE 6" CURB & GUTTER EXISTING ROADWAY SECTION © STA. 33+00 SCALE: 1"=5' 112' R.O.W. EXIST. BASE - EXIST. SUBBASE 8.1' fi EXIST. MIS CONDUIT NATURAL GROUND '--EXIST. TEL CONDUIT (TO REMAIN) LEGEND; 0 0 00 0 0 0 10 2" HMACP (TYPE 0) TACK COAT (SUBSIDIARY TO HMAC BID ITEM) 3 1/2" HMACP (TYPE B) ONE COURSE SURFACE TREATMENT UNDERSEAL (ASPHALT BINDER & AGGREGATE) PRIME COAT (MC -30) (0.15 GAL/SY) 9" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MODIFIED PROCTOR DENSITY (ASTM 01557) TO WITHIN ±2% OF OPTIMUM MOISTURE CONTENT (2 LIFTS. EA. LIFT NOT TO EXCEED 6") TENSAR TX -5 GEOGRID (LAVED DIRECTLY OVER COMPACTED SUBGRADE) 12" COMPACTED SUBGRADE COMPACTED TO 98% STANDARD PROCTOR DENSITY (ASTM D698) BETWEEN 0 AND +3% OF OPTIMUM MOISTURE CONTENT BACKFILL MATERIAL FROM STREET EXCAVATION COMPACTED TO 95% STANDARD PROCTOR DENSITY 4" THICK COLORED CONCRETE MEDIAN. REFER TO SIDEWALK DETAILS FOR EXPANSION JOINT MATERIAL AND SPACING REQUIREMENTS. SEE TECHNICAL SPECIFICATION 028680. 67.5' 50' 23.5' 38.5' OCEAN DR. 38.5' 11.5' 15.5' O 8' WALK REFER TODET. 1/9 -\.. (TYPICAL) 4 1% MIN. 2% MAX. • /Y1 EXIST. 8" WATERLINE (TO BE ABANDONED IN PLACE & FILLED W/GROUT) • 5' BIKE LANE 6" CURB & GUTTER 11' TRAVEL LANE 00000 11' TRAVEL LANE v 11' LEFT TURN LANE 1.5' 2' 4' 2' 1 1' O 6" CURB TYPE B 25 MIN. 45 MAX. CONC. MEDIAN 2 12 Emazrastafff 0 TRAVEL LANE 6" CURB TYPE B 2X MIN. 45 MAX. i 11' TRAVEL LANE i1 00000 ,,,,,,_ 1 PROP. 12" PVC- WATERUNE 0 0 0 64 PAVEMENT MARKING (TYPICAL) 0 PROPOSED ROADWAY SECTION © STA. 33+00 SCALE: 1"=5' 0 00 5' 2' BIKE LANE 6" CURB & GUTTER 9. 2.5' HEAVY DUTY WALK WITH FOOTER & RAIL 1% MIN. 25 MAX. PROP. 12" PVC WATERLINE- PROP. 2" M.I.S. CONDUIT 0 EXIST. GROUND EXIST. TEL CONDUIT (TO REMAIN) EXIST. MIS CONDUIT CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m w REVISION NO. DESCRIPTION rz U Q U 0 >- 1- 1n E 0 01 0 CL 0 N Xo 0 Ql E L 0 0 0 m REVISION NO. 0 N 0 z 0 W m 00 0 Z W m 0 0 LOUISIANA TO 0 V) 0 3- 0 0 0 Z 0 X W V) z 0 1- 0 W 0 c0 V / r J 0 In 0 Q Q V) 0 0 L.L SHEET 9 of 1 90 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 08, 2015 - 3:33pm User: bj File: N:\if\Drawings\CV-OCN-TYP-SECT.dwg PROP. SIDEWALK WIDTH VARIES (SEE PLANS) 100' EXISTING R.O.W. 7� 7.7' NATURAL GROUND ner-- 1% MIN. 2% MAX. LJ 33.9' 12.9' TRAVEL LANE 6" CURB & BACK OF CURB TO EDGE OF CONC. 10' TRAVEL LANE EXIST. HMAC 11' TRAVEL LANE f � 13.2' CONCRETE MEDIAN 34.3' 10.9' 12.8' TRAVEL LANE EDGE OF CONC. TO BACK OF CURB GUTTER EXIST. HMAC L ========== --------- ---------- ----------- `EXIST. A.E.P. CONC. DUCT BANK (TO REMAIN) 12" 2,-0" 6" CURB & GUTTER 0 ©© 0 A-�.114AAA������� COMPACTED BACKFILL MATERIAL BEHIND CURB & GUTTER TO 95% STD. PROCTOR DENSITY EXIST. GROUND r 2% MIN. 4% MAX. I�II�IL' I=III=R 0 0 0 DETAIL SCALE: N.T.S. 0 EXIST. 6"-8"t CONCRETE BASE (TO BE REMOVED) 10.2' TRAVEL LANE 11.3' TRAVEL LANE 6.7' 4.2' 6" CURB & GUTTER EXIST. 6"-8"± CONCRETE BASE (TO BE REMOVED) EXISTING ROADWAY SECTION © STA. 44+80 SCALE: 1".,5' NOTE: AN ESTIMATED 6" TO 8" THICK CONCRETE BASE LAYER EXISTS ON OCEAN DRIVE BETWEEN BUFORD ST. AND CRAIG ST. AS SHOWN IN THE EXISTING ROADWAY CROSS SECTION AND ON BORING LOG B-12 IN THE CONTRACT DOCUMENTS. REMOVAL AND DISPOSAL OF THIS CONCRETE BASE LAYER WILL BE CONSIDERED SUBSIDIARY TO THE ITEMS FOR "CLEAR RIGHT OF WAY" AND "STREET EXCAVATION". 100' R.O.W. 'L EXIST. A.E.P. CONC. DUCT BANK (TO REMAIN) EXIST. MIS CONDUIT EXIST. 8" WATERLINE (TO BE ABANDONED) WALK i `EXIST. TEL DUCT BANK (TO REMAIN) NATURAL GROUND LEGEND; 0 2" HMACP (TYPE D) O2 TACK COAT (SUBSIDIARY TO HMAC BID ITEM) O3 3 1/2" HMACP (TYPE 8) • ONE COURSE SURFACE TREATMENT UNDERSEAL (ASPHALT BINDER & AGGREGATE) OS PRIME COAT (MC -30) (0.15 GAL/SY) © 9" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MODIFIED PROCTOR DENSITY (ASTM 01557) TO WITHIN ±2% OF OPTIMUM MOISTURE CONTENT (2 LIFTS, EA. LIFT NOT TO EXCEED 6") O7 TENSAR TX -5 GEOGRID (LAYED DIRECTLY OVER COMPACTED SUBGRADE) 80 12" COMPACTED SUBGRADE COMPACTED TO 98% STANDARD PROCTOR DENSITY (ASTM D698) BETWEEN 0 AND +3% OF OPTIMUM MOISTURE CONTENT 10 BACKFILL MATERIAL FROM STREET EXCAVATION TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY LANDSCAPED MEDIAN (REFER TO LANDSCAPE/IRRIGATION SHEETS) 50' 50' 10' 40' 1 37' 13' 0.5' 1.5' f 8' WALK 2' 5' 11' 11' 2' 15' / 2' 11' 11' 5' 2' 9' 4' W/ 6" CURB REFER TO DET. 1/10 I. (TYPICAL) 1% MIN. 2% MAX. 1 •• ri ��---- BIKE LANE 6" CURB & GUTTER TRAVEL LANE 00©O© TRAVEL LANE 6" CURB TYPE B 1% MIN. 4% MAX. LANDSCAPED MEDIAN 9' 12 `EXIST. A.E.P. CONC. DUCT BANK (TO REMAIN) O 0 O 67 0 PROP. BASEUNE 6' 12 TRAVEL LANE 6" CURB TYPE B 5% MMAX TRAVEL LANE 00000 BIKE LANE 6" CURB GUTTER HEAVY DUTY WALK WITH FOOTER & RAIL PAVEMENT MARKING (TYPICAL) 000 PROP. 8" PVC WATERLINE PROPOSED ROADWAY SECTION © STA. 44+80 SCALE: 1 "=5' • 1% MIN. 2% MAX. r� Lx'I PROP. 2" M.I.S. CONDUIT CONC. DUCT BANK (TO REMAIN) EXIST. MIS CONDUIT -W- EXIST. TEL DUCT BANK (TO REMAIN) EXIST. 8" WATERLINE (TO BE ABANDONED IN PLACE & FILLED W/GROUT) EXIST. GROUND CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION r z 0 DESCRIPTION 4- >- "C) - U 01 0 0 0 0 N 01- >'‹ X O N E 0 0 a� 0 REVISION NO. W 0 z UJ U 0 N 0 N 0 z 0 0 0 Li. CO LOUISIANA TO SHEET 10 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 08, 2015 - 3.33pm User: bj File: N:\iF\Drawings\CV-DCN-TYP-SECT.dwg Dote: Aug 20, 2015 - 239pe User: eg File: N:\if\Drawings\CV-UCN-OA-DEMO.dwg 0 a cc 4) 0 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER "CLEAR RIGHT—OF—WAY AND "STREET EXCAVATION" STATION ASPHALT PAVEMENT (S.Y.) HEADER CURB OR CURB & GUTTER (L.F.) SIDEWALK S F (S.F.) CONCRETE PAVEMENT (S.Y.)(EA.) R.C. PIPE OR C.M. PIPE (L,F.) STORM MANHOLE (EA.) CURB INLET OR GRATE INLET TRAFFIC SIGNAL BOX/POLE (EA) RELOCATE CONC. DRIVEWAY OR PLANTER (S.F.) SANITARY SEWER MANHOLE (EA.) SAN. SEWER LINES (LF.) FIRE HYDRANT ASSEMBLY (EA.) •TP/PP (EW-) •GUY WIRE (EA.) •LIGHT POLE/EJB (EA.) SPRINKLER (EA.) SIGN (EA.) TREE (�) WATER LINES (L.F.) WATER OR GAS METER (�) WATER OR GAS VALVE (�) ELECT.FENCE CONDUIT (LF.) WOOD W/�� (LF.) tE 0F� Tf1� : * �\** NICHOLAS A. CECAVA Ii 97391 ,. I s4i o,,4147r 41- Freese and Niall s,flnc 5" Texas Registered Engineering Firm F-2144 15" 18" 21 • 24• `' 4. OR 60" 2.5'112' RCB 4'X4' RCB B• 10• 6" 8" 10" 16" 4+67.41 - 48+67.98 36,891 16,936 4+95 RT 1 5+14 RT 1 5+32 LT 1 5+34 RT 1 5+38 RT 1 5+55 RT 1 rjI NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - C361) 561-6501 5+75 RT 1 5+75 - 42+78 LT/RT 3750 5+94 LT 1 6+03 LT 6+09 LT 1 6+47 LT 1 6+50.91 - 48+67.98 35,719 m 6+54 RT 1 6+62 RT 1 6+71 LT 1 6+75 RT 1 w a z 0 01 0 6+75 - 10+03 LT 330 1 6+75 - 6+93 LT 57 6+79 LT 1 6+93 LT 1 6+93 - 7+30 LT 50 • CITY of CORPUS CHRISTI TEXAS Department of Capital Programs K 7+00 - 7+03 LT 25 0 7+00 - 10+21 LT 328 03 7+00 LT O 7+02 - 7+10 LT 9 BY I DESCRIPTION 1- 7+07 LT 1 1 7+07 LT 1 N 7+14 LT 1 1 1 7+26 LT 1 -1 7+30 LT 1 1 7+45 LT/RT 1 7+54 RT 1 C 7+78 LT 311 8+42 LT 1 g8+78 LT 229 8 8+94 RT 1 9+39 RT 1 9+45 LT 270 9+77 LT 9+93 LT OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) DEMOLITION/REMOVAL SUMMARY 9+94 LT 1 9+97 LT 1 9+97 - 10+t0 LT 36 1 10+03 RT 1 10+03 - 10+10 RT/LT 66 10+03 - 10+48 RT 69 10+10 LT 1 10+10 - 10+12 LT 36 10+10 - 10+27 LT 19 10+21 LT w as 10+21 LT 40 10+21 - 10+29 LT 33 10+24 RT 1 10+29 LT 1 0 z z o m 10+41 LT/RT 1 1 10+43 RT 10+51 RT . 2 10+98 RT 1 11+24 LT/RT 1 1 VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. TOTAL THIS SHEET: 36891 16,936 35,719 0 561 102 0 0 0 0 0 4 2 2 810 0 0 0 2 •0 •0 •6 16 5 4 0 107 328 0 3 3 3750 0 NOTE: *DENOTES TELEPHONE POLES, POWER POLES W/GUY WIRE, AND AT&T CAN PEDESTALS TO BE REMOVED BY OTHERS. NOTE: THIS SUMMARY IS FOR THE CONTRACTOR'S INFORMATION THIS HT -OF WWWOR SHAS INDICATEDBOTBE HERWISE. AIRYTO5"CLRI SHEET 1 1 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 GONLY. Dote: Aug 20, 2015 - 239pe User: eg File: N:\if\Drawings\CV-UCN-OA-DEMO.dwg Date: Aug 20, 2015 - 2:39pn User: eg File: N:\if\Drawings\CV-OCN-0A-0EMD.dwg DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER "CLEAR RIGHT—OF—WAY" AND "STREET EXCAVATION" STATION ASPHALT PAVEMENT (S.Y.) CURB & GUTTER (LF.) SIDEWALK (S.F.) CONCRETE PAVEMENT (S.Y.)54" R.C. PIPE OR C.M. PIPE (L'F ) STORM MANHOLE (EA.) CURB INLET OR GRATE INLET (EA.) TRAFFIC SIGNAL BOX/POLE (EA.) RELOCATE DRIVEWAY OR PLANTER SANITARY EWER MAS.F.) NHOLE ) SAN. SEWER UNES (LF.) FIRE HYDRANT ASSEMBLYEM •TP/PP (EA.) •GLIY WIRE (EA.) 'LIGHT POLE/EJB(�. SPRINKLER (EA.) SIGN (EA.) TREE (EA.) WATER LINES (LF.)CONC. WATER OR GAS WATER OR GAS( VALVE ELECT. CONDUIT WOOD FENCE W/POST *OTFIIFREESE .:::‘. .r7 'iNICHOLS j,5 A. CECAVA80�i�7391 �: 160 N. Corpus C Blvd. Suite �jp,; 4%r1600N Corpus Christi. Texas �CENS;.�� 78401-3717 Phone - (361) 561-6500 fls Fax - (361) 561-6501 q/ Freese and Nie n . h/ Texas Registered Engineers g Firm F-2144 15" 18" 21" 24" OR 60" 2.5'X2' RCB 4'X4' RCB B' 10" 6" 8" 10" 16" METER (EA.) 11+54 LT 419 11+69 RT 1 11+82 RT 12+11 LT 12+18 LT 353 12+27 LT 1 12+34 RT 1 12+40 RT 1 12+67 LT 13+13 LT 1 13+17 LT 13+27 - 13+39 LT 36 1 13+28 LT 1 13+43 LT 13+50 LT 1 1 13+67 LT 1 13+71 - 15+50 LT 180 1 14+63 - 14+63 LT/RT 78 1 1 14+73 LT 1 w o 16+20 LT1 16+53 LT 1 16+62 - 16+65 LT 1 1 1 16+63 - 17+24 LT 87 O z Vi CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 0 16+76 RT 1 O 16+86 - 16+92 LT 38 1 16+92 - 16+92 LT/RT m 120 2 17+16 RT 2 BY 1 DESCRIPTION 17+24 - 17+27 LT/RT 791 2 1 17+26 RT 1 to 17+26 - 17+61 LT 49 O 17+64 RT 1 1 -I 18+07 LT 322 1 18+76 LT 296 18+84 RT OC 19+29 LT 2 19+48 LT 308 1 g19+63 LT/RT 1 1 LT 19+95 LT 278 20+53 RT 1 20+62 LT 1 20+80 LT 1 20+88 LT 1 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) DEMOLITION/REMOVAL SUMMARY 20+93 - 21+09 LT 17 1 1 21+01 - 21+04 LT 38 21+03 LT 39 1 21+09 - 21+28 LT/RT 65 1 1 1 1 21+19 LT 1 21+19 - 21+45 LT/RT 1 112 1 21+20 - 22+85 LT 168 21+89 1 22+40 LT 2 1 1 22+55 RT w 0 22+62 LT/RT 2 22+62 - 22+85 LT/RT 88 1 22+75 RT 22+91 LT 1 o Z z0 N 22+85 - 25+07 RT 221 23+30 RT 1 23+45 LT 567 23+89 LT 507 23+92 LT 1 VERIFY SCALE Bar Is one inch on original 0 1 drawing. If not one Inch on 24+54 LT 1 24+74 RT 1 24+80 - 24+89 LT 2 24+94 LT 24+97 - 25+07 RT 98 1 24+89 - 25+51 LT 1181 2 25+06 LT 3 25+07 - 27+07 RT 200 SHEET 1 2 of 1 9 0 25+10 - 25+38 LT 110 25+32 - 25+46 LT 61 RECORD DRAWING NO. STI - 883 25+43 RT 1 TOTAL THIS SHEET: 0 0 0 0 847 87 286 278 0 98 0 8 11 8 3050 2 112 0 2 •0 •3 •7 7 10 10 36 197 61 0 4 10 0 0 NOTE: *DENOTES TELEPHONE POLES, POWER POLES W/GUY WIRE, AT&T CATV PEDESTALS TO BE REMOVED BY OTHERS. NOTE: THIS SUMMARY IS FOR THE CONTRACTOR'S INFORMATION ONLY. THIS WORK SHALL BE SUBSIDAIRY TO CLEAR RIGHT -OF WAY" UNLESS INDICATED OTHERWISE. CITY PROJECT E12093 - AND Date: Aug 20, 2015 - 2:39pn User: eg File: N:\if\Drawings\CV-OCN-0A-0EMD.dwg ate: Aug 20, 2015 - 2L40pn User: eg File: N:\if\Drawings\CV-DCN-DA-DEMO.dwg DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER "CLEAR RIGHT—OF—WAY" AND "STREET EXCAVATION" STATION ASPHALT PAVEMENT HEADER CURB OR GUTTER (LF.) (S.fJ CONCRETE(LF.) PAVEMENT (S.Y.) R.C. PIPE OR C.N. PIPE STORM MANHOLE CURB INLET INLET ) TRAFFIC SIGNAL BO( LE RELOCATE CONCSIDEWALK DRIVEWAY OR PLANTER SANffARY SEWER MANHOLE (EA.) SAN. SEWER UNES (LF.) FIRE'LIGHT HYDRANT ASSEMBLY (EA.) •TP/PP (EA.) •GUY WIRE (EA) POLE/EJB((� SPRINKLER (EL) SIGN (EA) TREE (Ek) WATER LINES (L.f ) WATER OR GAS METER WATER OR GAS �V ) VE ELECT. C ` ;R WOOD FENCE W/POST (LF.) OF.. 1 -y�PtE,.....;..... =. r NICHOLAS 4. CECAVA O, 97391 W: �I NIcEN5;0r� J -'sk4 n,►7nm ►s ,Tonos RegFieesreedaEndgiNnieer•nsFr F-2144 15' 18' 21' 24' 54' OR 60 2.5'X2' RCB 4'X4'(S.F.) RCB 8' 10' 6' 8' 10" 16' 25+46 LT 1 25+51 - 25+58 LT 3 1 1 25+52 RT 1 25+80 LT 1 25+86 LT 1 26+01 LT 1 26+06 LT 26+47 LT 1 r-� NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 26+90 RT 1 26+92 RT 27+06 RT 27+07 - 27+16 LT/RT 78 1 2 27+07 - 27+17 RT/LT 27+22 LT 1 m 27+29 LT 27+32 - 31+78 LT 446 27+46 RT 1 27+73 - 30+40 RT 267 La c 27+96 LT 1 28+31 LT 2 28+37 LT 28+38 LT 1 DESCRIPTION 'REVISION NO. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 0 28+63 LT 1 0z 28+83 RT 1 D 28+97 LT 1 CO 29+09 LT 1 r0 30+46 RT 1 RT 1 a30+73 30+78 LT 1 30+84 LT 1 9 30+86 LT 1 1 30+93 RT 1 31+03 RT 1044 fY 31+06 LT 1 1 31+11 LT 1 ZC a 31+34 RT I LJ O 31+49 RT 1 0 31+49 - 31+53 LT 68 1 31+52 LT 31+59 RT 1 31+68 RT 1 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) DEMOLITION/REMOVAL SUMMARY 31+72 LT 1 1 1 31+75 LT 1 31+76 LT/RT 1 1 31+79 RT 1 31+85 - 42+72 RT 1060 32+36 RT 1 1 > m 33+35 RT 1 33+47 LT 1 33+92 LT 1 34+12 LT 1 W a 0 34+35 LT 743 34+48 RT 34+72 LT d Z o 01 34+73 - 34+73 LT 57 34+93 LT 269 - 35+22 RT 1 35+31 RT 1 0 ----1 drawing. If not one Inch on this sheet, adjust scale. 35+47 LT 1 35+78 LT 359 36+19 LT 865 36+37 LT 36+43 LT 1 36+67 LT 1 36+81 LT 36+97 LT 1 SHEET 1 3 of 1 90 37+02 37+47 RT 54 1 1 37+03 RT 1 RECORD DRAWING NO. SIR - 883 37+12 RT - 1 TOTAL THIS SHEET: 0 0 0 0 132 0 0 0 0 0 0 2 3 12 3280 0 0 0 3 •0 •0 •13 11 3 9 57 446 0 68 7 8 0 1327 NOTE *DENOTES TELEPHONE POLES, POWER POLES W/GUY WIRE, CATV PEDESTALS TO BE REMOVED BY OTHERS. NOTE: THIS SUMMARY IS FOR THE CONTRACTOR'S INFORMATION THIS WORK SHALL BE SUBSIDAIRY TO "CLEAR -OF WAY' UNLESS INDICATED OTHERWISE. CITY PROJECT f E12093 AND AT&T ONLY. RIGHT ate: Aug 20, 2015 - 2L40pn User: eg File: N:\if\Drawings\CV-DCN-DA-DEMO.dwg Dote: Aug 20, 2015 - 2,40pm User: eg File: N:\if\Drawings\CV-OCN-DA-DEMD.dwg ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER "CLEAR RIGHT—OF—WAY" AND "STREET EXCAVATION" DESCRIPTION 1 CONSULTANT'S SHEET No. FNA. PROJECT: COR13155 STATION ASPHALT PAVEMENT (S.Y.) HEADER CURB OR CURB & GUTTER (LF.) SIDEWALK (S.F.) CONCRETE PAVEMENT (5.Y.) R.C. PIPE OR C.M. PIPE (L.F.) STORM (EA.) CURB INLET OR GRATE INLET (EA.) TRAFFIC SIGNAL BOX/POLEP (EA.) RELOCATE CONC. DRIVEWAY OR ANTER (S.F.) SANITARY' SEWER MANHOLE (EA.) SEWER LINES (LF.) FIRE HYDRANT ASSEMBLY (EA.) ••TP/PP (EA.) •GUY WIRE (EA.) *LIGHT POLE/EJB (EA.) SPRINKLER (EA.) SIGN (EA.) TREE (�) WATER LINES (L.F) WATER OR GAS WATER OR GAS VALVE (EA.) ELECT, CONDUIT (LF.) WOOD FENCE W/�E (LF,) kp1�fsOp, 1 .... f\.. FREESE yr \ ' r �'NICHOLS�"��▪ / /NICHOl15 A. CEGVA% I., 97391 ▪ : 800 N. Shoreline Blvd. Suite �jI ''.4, ipr 1600N Corpus Christi, Texas ��Fs ENS .. ,� 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 9 �? f'S Freese and Nicri Inc. Texas Registered Engineering Firm F-2144 15" 18" 21" 24" 54" OR 60" 2.5'X2' RCB 4'X4'MANHOLE RCB 8" 10" 6" 8" 10" 16" METER (EA.) 37+17 - 37+44 LT 53 1 1 37+31 LT 2 37+36 - 37+47 RT 45 1 37+39 LT 1 37+41 - 38+15 RT 70 1 37+42 LT 1 37+50 LT 2 37+46 - 37+73 LT/RT 100 1 37+77 - 37+87 RT/LT 100 34 1 37+83 RT 1 37+87 RT 1 37+93 LT 1 1 38+00 LT 2 38+29 RT 1 38+40 RT 1 38+49 RT 1 38+59 LT 1 m 39+09 LT 305 39+93 RT 2 40+08 LT 1 40+47 RT 1 w 0 40+50 LT 1 40+50 - 40+50 LT 50 40+58 LT 689 40+83 LT 1 o Z a-i i CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 041+00 LT 1CZ 0 41Ls.+15 LT 478 m 41+35 LT 1 0 41+51 LT 1 DESCRIPTION [ I- 42+10 LT 419 i42+79 LT 1 N 42+91 RT 1 C 42+94 - 47+37 RT 443 -1 43+13 LT 1 2 1 43+15 LT 1 1 43+18 - 43+62 LT 55 0: 43+57 RT 1 43+62 - 44+45 LT 90 Z0 Q 43+68 - 48+68 LT/RT 3700 1 1 0 43+71 LT 1 43+76 RT 30 43+87 RT 1 44+16 LT , 1 44+25 LT 1 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) DEMOLITION/REMOVAL SUMMARY O 44+38 RT 1 44+81 LT 1 44+71 RT 1 45+33 RT 1 45+85 LT 1 46+00 LT 1 46+04 LT 1 46+44 LT 1 46+60 LT 1 46+80 RT 1 W 0 46+84 RT 1 47+14 LT 1 47+15 LT 2 47+16 RT 1 z ZO 0: 47+24 - 47+28 LT 4 47+26 LT 1 47+28 - 48+59 LT 2 130 47+29 RT 1 47+32 LT 1 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 47+32 - 47+39 RT/LT 113 47+35 RT 1 47+45 - 47+53 LT 38 1 47+54 RT 1 47+53 - 48+01 LT 48 1 47+81 LT/RT 597 1 47+83 LT 1 48+09 RT 1 TOTAL THIS SHEET: 0 0 0 3700 306 48 0 0 100 0 45 3 4 13 2518 2 4 130 3 1 2 15 5 5 3 50 213 34 0 8 8 0 443 RECORD DRAWING NO. SIR - 883 GRAND TOTALS: 36,891 16,936 35,719 3700 1846 237 286 278 100 98 45 17 20 35 9658 4 116 130 10 1 5 41 39 23 26 143 963 423 68 22 29 3750 1770 NOTE: *DENOTES TELEPHONE POLES, POWER POLES W/GUY WIRE, AND AT&T CAN PEDESTALS TO BE REMOVED 8Y OTHERS. NOTE: THIS SUMMARY IS FOR THE CONTRACTOR'S INFORMATION THIS WORK SHALL BE SUBSIDAIRY TO "CLEAR WAY" UNLESS INDICATED OTHERWISE. CITY PROJECT E12093 ONLY. RIGHT-OF Dote: Aug 20, 2015 - 2,40pm User: eg File: N:\if\Drawings\CV-OCN-DA-DEMD.dwg CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 CONTROL POINT 114 CONTROL POINT 115 CONTROL POINT 112 N=17171198.89 E= 1342951.02 CONTROL POINT 113 15+00 OCEAN OR N35'57'00"W 916.61' CONTROL POINT 111 N=17170932.47 E= 1343177.13 COLEPARK CONTROL POINT /10 COLEPARK CONTROL POINT 19 N=17172375.41 E= 1342186.58 N=17170463.33 E= 1343641.29 Wj W0 _, WV' cE as co Maw wqd N t 1. i p • N ^� 11. NUS 1 v o O O m. X 0. % PROJECT ALIGNMENT/CONTROL POINT PLAN SCALE: 1-=100' REFER TO SHEETS 27 & 28 FOR CONTROL POINT DATA INFORMATION. 1 / I/=� N (1 C1 2 0 U li N III :4„!2 Ili 0 U I. ° C U E E i U o CONTROL POINT 116 SPOHNHOSPITAL CONTROL POINT /6 PROP. BASELINE' CONTROL POINT 15 CONTROL POINT /4 CONTROL POINT 13 30+00 '="-1688.73'- N19'04'44'W 1688.73'- 35+00 40+00 CONTROL POINT 12 N=17173971.38 E= 1341634.58 MAR/NADEL SOL N=17174197.59 1 IE= 1341579.12 N=17174412.60 E= 1341597.71 1 PROJECT ALIGNMENT/CONTROL POINT PLAN SCALE: 1"= 100' EMER4LDBEACNNOTEL 'o CURVE TABLE CURVE 9 P.C. STATION P.I. STATION C1 C2 C3 C4 6+59.95 19+26.34 41+06.75 43+39.99 8+35.18 21+73.97 42+23.70 44+48.85 P.T. STATION A 10+09.73 24+18.02 43+39.99 45+56.43 8'44'37" 16'52'16- 10'36'17" 15'08'30" RADIUS TANGENT LENGTH 2292.00' 1669.78' 1260.16' 819.02' 175.23' 247.63' 116.95' 108.86' 349.77' 491.68' 233.24' 216.44' N=17174845.63 E= 1341693.801 0 50' 100' 200' SCALE IN FEET PROJECT ALIGNMENT -CONTROL POINT SHEET 15 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Dote: Aug 20, 2015 - 2:40pn User: eg File: N:\if\Drawings\CV-DCN-PL-ALIGNMENT(01).dwg F GUY WIRE MH© MH® MH© MH® SN SPK. TPED C) WV� FH_o_ ELI LPA MHO PPS 30.78DW J FGFND ELECTRICAL JUNCTION BOX ELECTRICAL MANHOLE STORM WATER MANHOLE COMMUNICATIONS MANHOLE SANITARY MANHOLE SIGN SPRINKLER TELEPHONE PEDESTAL TREE TRAFFIC SIGNAL WATER METER WATER VALVE FIRE HYDRANT TRAFFIC SIGNAL BOX LIGHT POLE MANHOLE POWER POLE 28.99SW - OVERHEAD - �- GAS LINE - WOOD FENCE FENCE -•- WATER LINE - � FIBER OPTIC CABLE Y.R. = YARD REQUIREMENT U.E. = UTILITY EASEMENT D.E. = DRAINAGE EASEMENT SIDE CONCRETE DRIVEWAY 27.81DW VN 27.95T 27.57G 29.22 28.46T 27.98G WALK I 27.777 26.71G N W 26.56T 26.15G iIlL CURB INLET NH RIM ELEV=26.10 NW(12") FL=19.70 SIDEWALK BRICK FENCE CONTROL POINT #12 26.98DW CONCRETE DRIVEWAY 26.73DW BRICK FENCE 27.03SW /-25.6NG 122.0NG / 22.8NG-\ SPK* / CURB I LET Mit SPK RIM E5 V=25. N(15") FL=1906 SE(17r) FL=i .15 / 5' 1,�G ILA 25.94T 25.56G CURB INLET MH RIM ELEV=26.12 NW(12-) FL=20.78 26.21T 25.68G 22.2NG-\ MH 26.12T SPK 1 `26.6110 rDROP INLET (NO ACCESS) POSSIBLE 27.1 OT 26.61G 7.02T 6.59G SPK 27.09SW SIDEWALK MH SLATE !STEPS 27.27SW 24.ONG-\ / 15" OR 18" r26.0NG PEBBLE CURB INLET MH RAMP CUFIb & RIM ELEV=26.20 - GUTTER / 24 8NG E(151 FL=21.46 ..2704SW ON EWA 26.ONG \Z W • SIDEWALK UJF-ALC 26.21S L r s SANITARY MH RIM ELEV=30.76 N(8') FL=29.15 SW(8") FL=28.96 CURB INLET MH RIM ELEV=26.08 NE(72') FL=17.65 SE(12') FL=19.69 SW(72) FL=17.56 28.9NG S PEBBLE RAMP 30.7NG-\ 28.93SW SLATE STEPS 31.4NG. RIGHT LANE [ MUST TURD _ RIGHT SPK SN SPK SPK SPK SPKSPK SPK SPK SPK CURB & GUTTER URB & GUTTER 27.30T 26.84G CURB & GUTTER 29.95T 28.97P / 'RAMP \ F ��� 2691T26.38T \.5602 26.207 CURB INLET MH • S' �sr_ 25.95P RIM ELEV=27.14 STORM �E R MH N(12") FL=19.94 RI =25.88 �•11 x9.75 R.C.B N(15") F�r�f-�� SIDEWALK ZW CURB & GUTTER 28.61G T \ 29.05T EDGE OF \ 28.84P PAVEMENT 1 +00 \ 28.6NG. LP. - SPK AEP .4 SPX BASELINE PALM TREE .80'0_ - 7-27.2NG PALM TREE .90'0 PALM TREE PALM TREE .89'0 1.11'0 `28.2NG _ _ _ PALM TREE LPyfr}`--{--AEP'--- - 7950 26.35T 25.89G CURB • MH LEV=26.13 E(24") FL=20.20 SW(L5Y)-FL=20.28 (24') FL=20.23 26.53T 24"51 LET MH RIM ELEV=26.16 N(15") F =21:06 27.33T E(241-FL=HAS DEBRIS27.13G 111(241 FL=20.88 > i / PALM TBE -MIS-95'0 26.4NG-' PALM TREE .86'0 SPK 27.6NG� 2-7.8NG-_.. -- LP _ FIBEB-OPT12 ------ BOX (MIS)_ - _, _ - INLET - 29.ONGJ 24"ST - PALM TREE 1.05'0 -PAL-M-TREE SPK 26.9NGJ • ISLAND SPK I 8.20 \ MH FL=18.33 'SIZE TAKEN FROM OCEAN DRIVE STREET IMPROVEMENT TRA FIC - DRAWINGS, 1967. PALM TREE SIG AL .95'0 TRDL 2+00 - BOX I PALM TRE FLM TREE 1.02'0 25.6N ,vp' FIBER BOX J VALVE". �PTIC 25.9NG (MIS) PALM TREE -\ PALM TREE -C) PALM TREE I 1.18'0 ,-„ ° 1'02 0 I PALM TREE SPK 118'0 I 25.ONG� I SN .LP 28.341 28.16P ��p�� CURB & (/4ar/i+• DE GUTT AEP - - - CU' NL RIM ELEV=24.98 I N(1 ) FL=20.04 S(1_52f..=19.95 ICUR: INLET MH RI, 24.93P CURB INLET M - E 6.66 C7 7 FL=21.71 =22.1126.77T 6.38G 25.9NG_\ EDGE OF PAVEMENT PALM TREE - .92'0� 4+02 PALM TREE eALEE\ .95'0 1.18'0 ` LP 9 -�} 1.02'0 SPK SPK° PALM TREE I PALM TREE .92'0 PALM TREE 1.02'0 PALM TREE 1.05'0 26.73T 26.45P CURB Sr GUTTER 26.5NG\ SN SIDEWALK 28.17SW SIDEWALK 27.4NG SP 27.55T 27.31P 27.211 26.82G 26.82549 27.43T 27.08P THIS TOPOGRAPHIC MAP WAS PREPARED FOR DESIGN PURPOSES ONLY. This map was prepared without the benefit of a current title commitment. 25.29SW This surveyor has made no investigation or independent search far easements of record. encumbrances. restrictive covenonts, ownership of title evidence or any other facts that an accurate title seorch moy disclose Right-of-way lines are approximate and not based on a boundary survey performed on the ground. 27.885W 0 CURB & GUTTER 20 40 SIDEWALK 60 IBM IM SCALE: 1" = 20' .7,-03BULLSETE 226 Enterprise Parkway Supe 114 Corpus Chdsx Bx 22405 Tel: (3611 432-3[09 Fac 18ee1896-7686 9BPLS FIRM REGISTRA1105 NO. 101341110 BULLSEVE PROJECT /P3142 CONSULTANT'S SHEET No. FNI P t' ECT: COR131.55 m lal 0 REVISION NO. DESCRIPTION REVISION NO. 0 z O , E D o 0 LJ_ W m O 0 z (J7 5 O J z 0 >- 2 a_ 0 EL 0 z_ (n X w O O SHEET 16 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT I E12093 Date: Aug 28, 2015 - 4.10pm User: eg File: N:\if\Drawings\HULLSEYE_TDPD\SIGNED-SEALED TOPO ACAD FILES\VOIDED 8-27-150ceanDr_topo_FINAL.dwg CONCRETE DRIVEWAY OAK TRE 1.12'0 SIDEWALK STEPS STOP SIGN I I I CONCRETE I 'I DRIVEWAY I I 32.42T I i:03 1 'I 31HEARING 1 I IMPAIRED PGALM TREE CHILDREN PLAYING N N I. 1 I WATCH 32.62 31.62 I I 11 NEIBORHOOD ` °• 32.ONG 32.1 NG_\ 31.03SW PALM TREE 1.05'0 PAL 1.08' CONC. WALL OAK TREE 1.08'0 CURB INLET MH RIM ELEV=32.23 NW(12") FL=27.7 33.43SW SIDEWALK STORM SEWER MH RIM ELEV=31.71 SW(18") FL=26.85-I WOODEN (•DEBRIS) - I PAVERS FENCE W/ BRICK BRICK NW(15") FL=27.20 CONC. NE(18") FL=26.99 TREE COLUMNS 32�9NG� 5(15") FL=27.18 32.77FNC I ` 31.99DW 32.27DW 32.46DW 32.53DW ` 32.52DW � I I$-, 32.1 STEPSI OAK TR .80'0 � I 31.8�EE 227 /111 31.26P 3ZZZ222.13T 1 31.96DW •® SIDEWALK CURB INLET MH RIM ELEV=32.24 SE(12") FL=27.81 31.947 31.57G 32.30SW RIGHT LANE 33.2NG MUST TURN SIDEWALK 31.21T TORM SEWER MH I 30.790 RIM ELEV= / 1 SW 18") FL=26.19 y I NW(15") FL=26.21 ro NE(18") FL=7618 31.91T 31.69P STORM SEWER MH RIM ELEV=32.26 S 24 FL=26.01 W(18") FL=26.16 N 18" FL=25.89 31.697 31.27G CURB INLET MH RIM ELEV=31.65 SE(15") FL=26.70 32.31T CONCRETE DRIVEWAY PEBBLE ARCH -DRIVEWAY CONCRETE DRIVEWAY PEBBLE ARCH -DRIVEWAY CURB & GUTTER CONCRETE DRIVEWAY 32.25T 31.83G 32.02P 32.83T 33.00T 32.69P SPK _ _ -_ SPK _ -L} - PALM TREE - -I •95.10 PALM TREE - --1.05'0 PALM TREE J -83'x' 131.2NG I PALM TREE .95'0 PALM TREE .83'0 SPK SPK CONTROL - -MIS POINT #11 L/.�+ -18"ST PALM TPFc� l X37 4NC 8+00 .99'0 F-_ 33.4NG 32.73T BASELINE ELEC. BOX PALM TREE 90'0 31.82T 31.56P CURB CURB & GUTTER 32.297 31.86G EDGE OF PAVEMENT PALM TREE 1.05'0 CURB INLET MH RIM ELEV=32.56 S(15") FL=27.61 32.68T 32.20G PALM TREE-' SPK .83'0 30.82T 30.50P 32.08T 31.65G 32.04T 31.59G / 30.911 30.49 32.051 / / 30.09T 29.62 31.77SW SIDEWALK 32.12SW 31.2NG ONTROL POINT #10 31.05SW SN COLE PARK SIGN `30.17T 30.507-" 29.74G 30.04G rPLANTER] 30.27SW 0 20 40 0 0 .+. 1 W z J U 1- cQ 60 SCALE: 1" = 20' ULM 226 Enterprise Pa:ks.Y5u9e 114 Capes Christ 1x 78405 TeL 13811452.3009 fax7I8891 8 9 6788 6 MRS RRM REG61RAIIO1 90.10134100 SULLSEYE PROJECT jP3142 CONSULTANT'S SHEET No. FNI PROJEC •: 13155 W 0 Id DESCRIPTION REVISION NO. N 0 N 0 Z O h E 0 0 0 Z L.J W m 0 0 Q z N 0 J z 0 >- 2 11 CD O CL O I- O 0 Q 0 H 0 0 0 + Z C0 1- Q X � LLJ � SHEET 17 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 28, 2015 - 5.00pn User: eg File: N:\if\Drawings\BULLSEYE_TOPO\SIGNED-SEALED TOPO ACAD FILES\OceanDr_topo_FINAL-CG.ciwg O O CONCRETE DRIVEWAY SIDEWALK 32.88DW CURB & GUTTER -12'W 35.1 NG.\ 33.03DW SK 33.34DW 33.037 32.59G 33.587 33.27P 00 SPK LP :F- 1.IJ 34.0NG-, PALM TREE 33.68T .86'0 33.44P C cQ PALM TREE 1.18'0 12+00 AEP + - 33.9' pyy CONC./BRICK SPK ° RETAINING WALL SPK SN 33.09T 32.67G SN' U SPRINKLER VALVE 34.0NG CONCRETE DRIVEWAY HOUSE SIDEWALK BRICK RETAINING WALL 33.65SW STOP SIGN SPK IL 1 SN SIDEWALK 33.28T 32.83G OCEAN DZ SPK - MIS PALM TREE .83'0 732.90T 32.43G PALM TREE 1.53'0 PALM TREE 1.15'0 CURB & GUTTER -MIS /33.40T 32.93G 13+00 Ewy 1 33.92T \33.430 .537 3333.04G IWv WVCp L _ RAMP RA PEBBLE PEBBLE MP SIDEWALK 1 I SIDEWALK SN NEIBORHOOD WATCH 33.68SW 33.62T 33.17G BRICK FENCE COVERED W/SHRUB 12'W 34.447 34.1 IP SIDEWALK BRICK STAIRS W/GATE 34.73SW BRICK FENCE COVERED W/SHRUB 34.49SW CURB & -15"ST - MH 34.167 GUTTER 33.70G URB INLET MH RIM ELEV=33.76 N(12") FL=30.15 STORM SEWER MH RIM ELEV=33.99 NE(12') FL=29.66 E(181 FL=29.56 S(151 FL=29.6734.98T 34.67P LP BASELINE OCEAN D. 33.69T 33.21G NO PARKING MIS - IT --MIS --b1H-SL-V-L------------------- -MIS - 33.05SW 33.33SW SIDEWALK SPRINKLE VAULT LP4} `31.2NG -31.5NG N SIDEWALK `33.77SW COLE PARK SIGN �32.2NG ABOVE GROUND VALVES SPRINKLER VAULT 01 CURB INLET MH RIM ELEV=33.86 NE(151 FL=29.30 SW(15") FL=29.16 CONC. PAD BENCH & TRASH CAN 0 MATCHLINE STA. 15+50 20 40 60 SCALE: 1" = 20' BULLSTIE 226 EMapis. Parkway 00110 114 Corpus Clvh61X 98405 Tel:1361)4523039 Fox 18981896-2686 TSP15 ARM REGIS164110N 60.10134100 6ULLSEYE PROJECT P3142 CONSULTANT'S SHEET No. FNI PROJE T: C0R13155 H DESCRIPTION 3- REVISION NO. 0 0 e o' n 4d `os0 v o o`a r.,_ 3 2 C C O N 0 0 Z O CO 0 0 Z D W CO U 0 0 Z 0 J Z J � - L(7 >- =a <1(7) O F a 0 0 O 0 + Z (n Q W (n SHEET 1 8 of 1 9 0 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 28, 2015 - 5.01pr1 User: eg File: N:\if\Drawings\BULLSEYE_TOPO\SIGNED-SEALED TOM ACAD FILES\ OceanDr_topo_FINAL-CG.dwg BRICK FENCE COVERED W/SHRUB BRICK WALKWAY BRICK FENCE SIDEWALK 34.62SW 34.39T CURB & 33.91G GUTTER 35.267 34.84PLp CONCRETE PARKING 1 AREA ti 11 4 ▪ 34.45T ▪ 33.92G URB INLET MH ELEV=34.16 E(15") FL=30.58 \ 34.26T \ 33.88G PED. XING r fWARNING 1 y 33.81T .. 33.77P CONCRETE DRIVEWAY NEIBORH00D WATCH NO TRUCKS 34. CURB INLET MH RIM ELEV=34.20 N(12") FL=30.97 E(12") FL=30.68 34.27SW PEBBLE METAL WALK FENCE 34.62DW BRICK/ METAL FENCE CO ° ASPHALT BRICK DRIVE FENCE BRICK FENCE CURB 35.16DW 34.53DW 34.81 DW 34.66DW 35.02DW 35.98DW 34.75DW 34.41T RAMP wv wviyi PEBBLE 34.04G RAMP MJ 5"ST ORM SEWER MH RIM E EV=34.48 N(18" FL=30.27- S(18" FL=30.28 W(15 I FL=30.38 34.32T 34.55T 33.89G 34.086 SIDEWALK -STORM SEWER MH RIM ELEV=34.14 FL=30.24 S(15") FL=30.29 W(15") FL=30.60 CONCRETE DRIVEWAY -12"W 34.69T SPEED 34.24G LIMIT 35 _ CONCRETE -34.87T CONCRETE DRIVEWAY 34.43G DRIVEWAY 35.41T 35.19P 17+00 18+00 35.497 35.42T 35.10P / I ID -L 33.58G CONTROL POINT 9 35.21P LPA - 20- �AEP - - CURB INLET My - RIM ELEV=34.33 SW(12") FL=31.11 35.267 34.98P 35.557 35.29P 34.30T 33.83G -MH- - MIS ° SPK 34.41SW RAMP 33.55S 33.7NGJ m PED. XING ARNING 33.97T 33.52GPED. XING SIGN \-34.4NG CONC. SPRINKLER/ PEDESTAL VALVE "-34.2NG - MIS `34.68T `34.93T / 34.21G / 34.41G NO TRUCK SN `34.6NG "-34.6NG -SPIE- - - -FOC- 4.O5SW 32.0NG 34.11T 33.63G SIDEWALK 33.32SW MONUMENT 33.60T 33.14G 33.41T 2.98G 33.63SW COLE PARK ----_„P SIGN PARK----_„i PEBBLE 33.89T 33.41G IISN MONUMENT LP 0 20 40 60 SCALE: 1" = 20' MISER 226 EMaa6e Parkway S:Re 116 Corpus ChNILI%.70406 Tel: 18 611 4-72-3C09 Fac (888)896.7686 IOPLS FIRM 60081061ION NO. 10134103 eULLSEYE PROJECT /P3142 CONSULTANT'S SHEET No. FNI R13155 co I- REVISION NO. DESCRIPTION rz 0 0 01 0 0 0 (n O Mill CQc°) h 0 W � U 1- ° 4 E 0 0 O 1- 0, U o m REVISION NO. N 0 N 0 z 0 W m CC 0 0 Z L.L D W CO U 0 0 1- z (_1) 5 0 J SHEET 19 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 28, 2015 - 5:01pw User: eg File: N:\if\Drawings\BULLSEYE_TDPO\SIGNED-SEALED TOPO ACAD FILES \OceanDr_topoFINAL-CG.dwg PEBBLE WALKWAY 35 5458 CONCRETE DRIVEWAY SIDEWALK STORM SEWER MH RIM ELEV=35.05 N(15") FL=31.23 E(211 FL=28.94 S(15") FL=31.24 W(18") FL=29.05 35.501 CURB INLET MH SOME DEBRI RIM ELEV=34.94 E(12") FL=31.48 NW(12") FL=31.63 7G SANITARY SEWER MH RIM ELEV=34.85 E(81 FL=32.36 1W(8") FL=32.45 CURB INLET MH RIM ELEV=35.01 E(12") FL=31.46 • Y NO PARKING (WOOD FENCE 5,625W 35.361 SIDEWALK 34,930 WOOD 35 72SLLEW ( w4ffi' 3510SIDEW5WK- D2AIN CURB INLET MH RIM ELEV=35.10 E(151 FL=30.33 SIDEWALK 35.60SW /SIDEWALK E DRIVEWAY 36.460W 35.7212W 35.4SSW 35.58T 35.03G 34.31T \ CURB & 34.95G GUTTER—STORM SEWER MH RIM ELEV=35.53 —E(127 FL=29.79 5(15") FL=28.63 35.761 \ W 15" _ 35.52P 23+0Q- BASELINE 001 / 4.y4G ATERLINE 35.741 35.492 CURB & GUTTER 35.557 35.06G -MIS ELEC. BOX 334:11p5.191 _[lH .FOC--' _ .= MIS_. _ CURB INLET MH 0 MIS. \.35.216G -FOC - —M 351N RSEWER MH RIM IM ELEV=35.46 Ft1� B, NE(8") FL=32.57 is ss SE(4") FL=32.96 \ W(8') FL=32.54 RIM ELEV=34.85 W(12") FL=30.14 ELEC. BOX SN 33.837 NO PARKING O O N tn W z 2 U 1- 0 20 40 60 INN SCALE: 1" = 20' ULISEYE 226 Entaahe PaMwy860e 114 Ca1Pw CNML1X 984a5 Tel: 19611452" 2009 rm: (889) 8964686 18P1S HRM 900IS1RR8JN NO. 101341W RULLSETE PROJECT #P31 42 CONSULTANT'S SHEET No. FNI •'��:3155 O z 0 DESCRIPTION 1- 01 Fe 2 2 0 U a (/) O am) a_ 0 III i U I— ° O `,1-)E >- 0 CL U o REVISION NO 0 0 Wt .E 477 o o '515_4 _ra c 40 o ' 88 C W 3 4p d' O N O 0 z 0 LTJ Cto 0 C 0 Z L1 W CO U O O 1Z () 5 0 Z O < O CL. >- 2 • d � Q (n tz O O O d O 0 O o + Z O — N 1— N • wN SHEET 20 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 28, 2015 - 5:Olpn User: eg File: N:\iF\Drawings\BULLSEYE_TOPO\SIGNED-SEALED TOPO ACAD FILES \OceanDr_topo_FINAL-CG.dwg � 36.470W 35.570W SIDEWALK CURB INLET MH RIM ELEV=35.73 N(15") FL=30.58 E(12") FL=30.45 _ PED. XING WARNING CONC, 36.3NG SIDEWALK 35.84SW -----\-35.75T o 35.26G T N I -- N W Z >T FV- OGElN DZ CURB & GUTTER 042rAN Dz 35.85T 35.41G 36.767 36.43P / 38. T 34 9C/ // �M 35.85T 36.39G/\53qq,//,4T 35.41G/ /7 RAMP RAMP o' y/ N I STORM SEWER MH / RIM ELEV=36.58 RAMP E(21 FL=22.43 W(21") FL=22.38 W 18" FL=29.87 IPK 9PK $PK / SPK CURB INLET MH RIM ELEV=35.86 S(12") FL=31.19 d SN SPK�� SN CONC. SLAB £37.10NG n CONTROL POINT I7I PALM TRE 1.50'0 K XING 36.21SW SIGNAL .02T .81P 36.26T 35.85G PALM TREE 1.27'0 -6"G PALM TREE CONC. VAULT W/4"&10" PIPE I / 1 / I / I I 1 I I / 579 1 12"W 36.58SW ...> �� SPK BRICK /_ PALM TREE FENCE / 1.08'0 I SPK 36.9NG tl GV SIDEWALK SPK" 2 MOTREE CURB & GUTTER PALM TREE 1.34'0 CURB 87 GUTTER PALM TREE 1.05'0 CURB CURB INLET M14 RIM ELEV=36.70 ' E(15") FL=32.09 DRAIN 36.82T 36.42G GAS LINE 1 EDGE OF PAVEMENT 37.75T 37.48P ELEC. 80X SPK SPK ELEC. BOX 36.9 T 36.59P AEP 25+00 -35.107 TRAFFIC SIGNAL ~� CONTROL BOX 63(5:9T 36G 35.697 35.23G CURB m 6 36.94T 36.70P 26+00 STORM SEWER MH %N(12FL=31.1RIM ELEV=36.49 E(27") FL=22.58 m E(15") FL=31.61 a _N c(24") FL=2Z99- •'r SW(12") FL=31.19 h N W(27") FL=22.49 -15"ST - PALM TREE 27+00 PALM TREtf 41 Lp AEP 28+00 SPK COS WM PALM TREE --"31 1.21'0 CURB BASELINE 36.3.T CURB & „rSTORM S•WER MH " W RIM ELEV,3237.06 S(18") FU -31.60 1O CURB INLET MH�" W(15") F1=31.84 RIM ELEV=36.73 1 W(12") FL=32.13 1 I 1 37.70T 37.46P 37.08T 36.65G CURB 29- /t 35.74T CURB P 36.59T 36.14 ��-�"1kw4 --MIS- 36.01 T - 35.55G Co' , - EC 35.43T 34.97G TRAFF. SIGNAL POLE ELEC. / / / / DIRECTION <->- /(�/ CATV /IRAFF. BOX FIBER OPTIC (MIS) ELEC. BOX -35.2NG �35.2NG 37.11SW FIBER OPTIC ELEC. BOX 37.35SW POST FENCE PALM TREE PALM TREE .86'0 12"W TEL -FOC- -J MIS WOODEN GUARD I / // / / / // I / I/ / / / / // /I / / T WATER VAULT PALM TREE .95'0 0 20 40 60 SCALE: 1" = 20' 4 ..,,,s 226 Eterprise Parlmay Suite 114 Ca9us Christ 1X 78405 Tel: (361)452- l Fox (888) 896-7686 IBPISRRM REGIB1RA11011 N0. 10134106 OULLSEYE PROJECT 1P3142 CONSULTANT'S SHEET No. F13155 m 41 0 DESCRIPTION m 41 REVISION NO. LOUISIANA TO Z O 0_ >- N Z Q CL Q (f) 0 O O CL. O O O 0 + _ F- (%) Q X SHEET 21 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E 12093 Dote: Aug 28, 2015 - 5:Olpn User: eg File: N:\iF\Drawings\BULLSEYE_TDPD\SIGNED-SEALED TOPD ACRO FILES \DceanDr_topo_FINAL-CG.dwg 0 0 38.8NG PALM TREE PALM TREE 37.674SW PALM TREE PALM TREE LIGHTS (TYP) 38.6NG PALM TREE PALM TREE CONCRETE / / PAD / 1/ 38.78SW SIDEWALK IC NTROC-POINrR5tNO PARKING PED. XING WARNING - 8"W P CURB & -GUIILR N BRICK PAVERS \-37.48T 37.03G OGtAN DL 38.537 CURB 38.21P MIS / WM 5 TRAFFICPOLE / SIGNAL / / / 37.897 37.400 38.81T / NQ / /Q 38.41P TRAFFIC SIGNAL POLE W z -J 0 1- Q -o 30+00- -AEP ELEC. BOX 38.66T 36.39P OCEAN DA' MIS /-37.687 37.24G FDOF OF PAVEMENT RAMP 37.59T 37.22G TEL MIS / / 31 +00 - 38.88T 38.42P / / BASELINE CONCRETE DRIVEWAY /37.260W SIDEWALK // 37.917 �p/ 37.50G WV SN WV - FHI 238.1NG QS 38.00T 37.57G RAMP PARKING GARAGE TRANCE SIDEWALK WV TRAFFIC SIGNAL POLE 37.79T 37.3RRAMP 38.64T 38.42P / 32+00 37.81 SW BRICK WALL SIGN "CHRISTUS SPOHN" PALM TREE PALM TREE 38.2NG 57.47SWA 8"W PALM TREE .86'0 CONC. VAULT W/4" PIPE CONC. VAULT W/10" PIPE - 1 - PALM TREE -,,,cLI .83'0 CONCRETE SLAB PALM TREE- CURB & GUTTER 37.257 36.82G TRAFFIC LIGHT 37.30DW RAMP TRAFFIC LIGHT -BAMS MIS 38.37T 38.07PCURB 33+00 ELEC. BOX - MIS .75T 8.25P 737.297 36.89G ----MIS EDGE OF `-38.147 PAVEMENT 37.87P 36.76T 36.47G CURB & GUTTER 37.77SW PA EE 1.11'0 37.43SW ELEC. PALM TREE -BOX 1 .95'0 32.42T 31.99P CPL BOX 35.15T 34.68P 35.777 35.44PP MARINA DEL SOL DBIVNWAY35.02T 34.62P PLANTER TBAEFIC_SIGNAL POLE 1 - I� `-36.340W `-37.45DW TE 35 MPH - MIS 0 0 37.37T 36.97P Y y 37.1T PALM TREE SIDEWALK TRAFFIC SIGNAL WOODEN GUARD CONTROL POST FENCE BOX 211.385 PALM TREE PALM TREE 18.3BS 35.7TS PALM TREE 20.605 0 20 40 60 SCALE: 1" = 20' I� 226Emaaso Parkway Suns 114 YL Corpus cl WM 1X 28405 113411402,10 LANCONPRXTINO F=18E818967615 T8P15 RRM REGISIRA1ION NO. 10134100 BULLSEVE PROJECT /P3102 CONSULTANT'S SHEET No. FNI P'0 CT:C0R13155 co 0 DESCRIPTION m a 0 N O N 0 Z 0 W m 0 rx 0 Z 1.1- QD w m 0 0 0 Z (%) 5 0 J ZO <0 a + i`.t' 2Q aL 0O 0E - a 00 0 0 + co - N - (f)• X F - w U) SHEET 22 of 19 0 RECORD DRAWING N0. STR-883 CITY PROJECT / E12093 Date: Aug 28, 2015 - 502pm User: eg File: N:\iF\Drawings\BULLSEYE_TOPD\SIGNED-SEALED TOM ACAD FILES \OceanDr_topo_FINAL-CG.dwg O O vtAe N W z J U 1- ":C 38.00DW 38.45T 38.01P }9.Q1P CONCRETE DRIVEWAY CONCI Tt: CURB DRIVEWAY 36.70DWABANDONED 37.7NG CONTROL POINT #5I 36.74DW SIDEWALK EDGE OF PAVEMENT 37.32T 37.06P 36.45G -00 PALM TREE 36.68T W wv 36.31 G PALM TREE 1.94'0 35+00 36.78T 36.32G 36.67SW �37.370W EMERGENCY ROOM CONCRETE 36.81 DW OCFlN Dt DRIVEWAY 737.86DW 38.61T 38.23P CONCRETE DRIVEWAY 8"W -35.980-36.29SW 37.38T 37.11T 37.15P 36.89P LP �,- +00 36.76SW SN DRIVEWAY / 9 p, h 36.537 / SN / / SN SIDEWALK PALM TREE / .51'0 ELECTRICAL PANEL 36.577 / 3/6.p6G / TOLD POSTS 36.120 FH /cL ��✓ E.R. CHESTE PAIN CENTER 35.830 37.55DW g WM SPK ELEC. BOX CURB INLET MH 37.4NG RIM ELEV=35.89 NE(12") FL=32.58 SPK SPK T ---T SN WMBeWM NO PARKING WM 1SN 36.88DW 36.39T 36.23P ELEC. BOX AEP -37 / 36. 77 • 35/ 5G TRAFFIC / SIGNAL POLE ,3 s7'/ /\ / / •, STORM SET MH 37.43T PALM TREE 37.29P 1.43'0 CURB 737.227 MIS 36.86G OCTAN D� SIDEWALK EDGE OF PAVEMENT CURB BASELINE 37.57T 36.20G IMLLF =e6.40 H P N(181 F1,02343 - 36.49T E(12") F).=31.40 36.30P SW(18") FL=29.38 E(15") L=25.43 SW(15" FL=29.40 I / / ▪ I / I ,5t CURB INLET MB RIM ELEV=35.24 NW(18") FL=30.36 CURB INLET MH / RIM ELEV=36.29 5(151 FL=31.43 ORM SEWER MH RIM ELEV=36.26 E(541 FL=19.45 5E(181 FL=30.96 00(54') FL=19.96 38+00 36.31T 35.89G CURB & GUTTER SIDEWALK 36.53T 36.12G 37.40T 16 9EG 0 0 0, CURBS 39 4i � N TRAFFIC SIGNAL POLE 03 MIS TEL PALM TREE PALM TREE 35.8TS SLOPE TOP SLOPE BOTTOM PALM TREE WOOD GUARD POST FENCE PAL TREE 1.02'0 20.1 BS 9.6BS 1 -MIS---------------- al MIS -1 ia© PALM TREE 1.05'0 34.4TS TRAFFIC SIGNAL CONTROL BOX r I FIBER OPTIC ELEC. BOX 35.2N- GI TELE. RISER ORM SEWER MH RIY EV=35.83 E(? ) .53 W(?") FL=5. 30.3TS 20.9BS JI 1 133.470R is II II II II II II II II II I I I air TRAFFIC • SIGNAL 33.58GIf0 POLE GRAVEL DRIVE TEL 37.19T 36.94P ,,,/_35.81T MIS 36.40G 35.6TS-" 31.585--'1 PALM TREE SIDEWALK 0 20 MA TCHLINE 40 60 SCALE: 1" = 20' ,r4B11118 226 Enlemree PorkwySulle 114 CorpusCMMt1X 78105 Tel: 13611 4523009 Fax (889) 8967686 MKS FIRM REGISTRA110(1 NO.10134100 eULISEYE PROJECT /P3142 CONSULTANT'S SHEET No. FNI P '� •R13155 m LLI REVISION NO. DESCRIPTION 0 REVISION NO. N O N 0 z O M 0.' O D CC 0 Z 1 -i - W CO U O O 1z (n 5 0 J g0 = Q 0 O I - c 0 0 O C� + Z (n Q X 1- W (/) SHEET 23 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Dote: Aug 28, 2015 - 5:02pm User: eg File: NS\if\Drawings \BULLSEYE_TOM \SIGNED -SEALED TOP° ACRD FILES \OceonDr_topaFINAL-CG.dwg /37.4NG 37.28DW PALM TREE 1.21'0 37.8NG PALM TREE .64'0 PALM TREF- SN9 1.27'0 37.02DWSIDEWALK— \CrONTROL POINT ®4 36.315 35.89G DRAIN FULL OF CONCRETE DEBRI Q DRIVEWAY O *ABANDONED 3 EDGE OF PAVEMENT • +00 •1-- Q AEP N MA TCHLINE 36.98T I BRICK SIGN MODERN EXPLORATION /-38.32DW 36.56G 37.17T DRAIN CONCRETE I 36.68G DRIVEWAY I DRAIN SN 37.49DW- WM —42— OCTAN DF. 37.65T 40 37.25G ELEC. BOX L 1- *FULL OF CONCRETE DEBRI DRIVEWAY /37.70T 1 PALM TREE 37.43P I PALM TREE WM6 nn — — AEP — /-38.08DW 37.9638.44TP — �37.65DWWM 37.420 es 37.20T 36.800 DRAIN - 4. -LP 37.257 J 36.85G OC&AN DA 37.857 SPRINKER 36.63P VALVE COVER ,36.74T 36.34G POLE EDGE OF PAVEMENT BASELINE MIS TEL MIS TEL 42 37.477 37.04G MIS — 35.4TS-" 28.9BS-/ PALM TREE PALM TREE .95'0 WOODEN GUARD POST FENCE 35.81's 31.1 N(Y 24.8N0 - PALM TREE .89'0 PALM TREE .95'0 SIDEWAL 16.73TW - PALM TRE 1.02'0 F HEADWALL 37.2TS- 32.6NG, 25.4NG-. 16.83TW 13.96TP 0 0 N W z !Q L 0 20 40 60 SCALE: 1" = 20' BULLS 226 Enterc s°PaMnySute114 Capes Christ 1X)8105 TN: (381) 462-3fI09 Roc (8R IJ 896-7686 1370 FIRM REGLSTRA1ION 190.10134100 9ULLSEYE PROJECT 9P3142 CONSULTAN 'S SHEET No. lir N O co w 0 DESCRIPTION 1- 0 c E 0, 2 0 U LL I(1)) O IIIca. Q hoW,. U 1— 0 so-. C N E > i 1— o Q U o REVISION NO. 0 N 0 0 m 0 Et0 L.L Z D W CO U 0 0 Z 0 J Z 0 r 0 CL+ N >- 2 Q CL Q Cr 0 0� O 0 0 C' + Z G) H N Q W SHEET 24 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT i E12093 Dote: Aug 28, 2015 - 5:02pr1 User: eg File: N:\if\Drawings\BULLSEYE_TDPD\SIGNED-SEALED TOPO ACRD FILES \DceanDr_tapo_FINAL-CG.dwg z® CONCRETE . PEi3BLE / DRIVEWAY 5N� 37 650W� 37 531 CONCRETE DRIVEWAY / 00 514 CURB INLET NH RIM ELEV=36.88 N(15") FL=32.25 37 5NG MN FN WMe i ...cW i1,1� 36'• 8,141 3 .92 37 pBjG 56- GAS LINE 15"sr STOP SIGN BRICK WALKWAY ONG , /NCRETE SIDEWALK - VI 1P1140° 1 `` .� STOP/DO NOT I51 SPI1 16.6‘ MH ENTER 1 1 RIM ELEV=37.22 N(12") FL=31.72 1 1 S(15 )) FL=31.77 1 I I '� LIMITS OF EXIST. I CONCRETE BASE a o S 4 '4 37.89T `a_ I 1 1 37.82P 3601511 5. i 43+0 G 140e 1 31. — i W" 9 CURB CONCRETE PAD - i HANDICAP UNLOADING AREA CURB CURB & GUTTER ENDS 51 4°G 37.89T STOP SIGN 37.29G --4_,-r 1 1 i I RI ELEV=36.45 I NE Y) FL=25.29 FL= 4.i/ MIK 44+00 37.86T 37.67P 35.31T 36.077- 35.60, 37.28T 37.27P WMe SIDEWALK 36.00T 35.83P 45+00 PEBBLE BASELINE � (h 34.93, ELECTRICAL 36.857 BOX TRAFFIC 115 3 MISBOX _ MIS �"GAPG— _66SW- ' G Lam' OLD / ' '• 1EL-oI� IpLANTER CONCRETE •/� ' / I BASE 57.215 / / 26 cfN 22.109N 22.6NG-1 14.48TP CUTRBER& 4tratortzsz GW s8O m 33.55r � P / CURB 'CkUTTER 33.897- 34.00P 4,71sW 31.3 30.0C 3.58T 33.83P — -_019 TEL � #M .3.k3, -7'v HEADWALL ,\ SI0EVI.(LK 22.70TW / 5.41.1G---- 6.839 61P 1 — -10"CI FM 32.97sw 46 M Gl" 23.8NG/ 22.98T ti 0 20 40 60 SCALE: 1" = 20' 4226 Enterprise Folkway Suite 114 BUL Caple CMs8.1X 713405 Lex 9w �v ixa Tel: 136114524009 Fax pm) 896-7686 TBPLS PRM RE0IIRA1ION 80.10134100 BULLSEYE PROJECT 1P3142 CONSULTANT'S SHEET No. F �"' •'�/ `• 5 0 m 0 ci z 0 89 a: DESCRIPTION m REVISION NO. O N 0 z 0 L.rJ CC 0 D CC0 Z W CO U O O Z (1) 5 0 J g0 O Q }- 2 • d < Q(n O 0 a_ 0 0 O (r + ZN — d- N Q W &) SHEET 25 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 28, 2015 - 5:02pm User: eg File: N.\if\ Drawings \BULLSEYE_TOPO\SIGNED-SEALED TDPD ACAD FILES \OceanDr_topo_FINAL-CG.dwg \\ \ CURB' INLET MH E(15') FL=29.20 IM LEV=35.28 \ r1 i STORM SEWER MH RIM EL= E((F 21') L=21.221.21 SW(151 FL=24.53 W(21') FL=24.01 NW(18') FL=24.33 CONCRETE DRIVEWAY \ \ \ \ \ \ \ \ \ \ \ GUTTER \ \ \ \ \ N 1 c� .7°2637T 25.7,8P \ SIDEWALK CURB & 29.60SW TRAFFIC SIGNAL BOX 26.28G 1 RAM9 ELECTRICAL SANITARI1 SEWER MH BOX RIM ELE\(=26.07 NW(81 F1L=19.84 5(6') FL= 22.07 26.50T- N 26.34P 00 47+00 (� ) 26.54T J' 26.41P BASELINE J 29.63T 29.64P ELECTRICAL BOX 25.757 25.39G SIDEWALK �\ V1 080 TRAFFIC SIGNAL POLE ‘76.10 23. SW _ , 8"SS RAMP I ELECTRIbAL BOX 1 18"ST M,S RAMP STORM SEWER MH RIM ELEV=25.29 N(21') FL=16.91 W(21") FL=17.24 EXIST. CONCRETE BASE SANITARY SEWER MH RIM ELEV=20.35 NW(81 FL=16.42 NE(•) *CLOGGED SE(8') FL=16.58 - AEP _-`�--TB SS to 23.01T 22.66G 48+00 CURB 'INLET MH RIM E IEV=22.57 NW(18') FL=14.84 SE(181) FL=15.03 sa0REMATER Z® 1 ELECTRICAL 1 [BOX 49+00 N I 24.43T RA4P 1 BOX t02G 21.66T 1 TRAFFICA RAMP 21.48G Raw `'i G` 30 1 3SW 22.98714 SHORE) N MIS! CURB & GUTTER 3.251W 26.19TW TRAFFIC SIGNAL POLE F'r 24.58T 24.06G 8.81T 18.380 ii CONCRETE O 21.54T 21.06G FIBER TRAFFIC OPTIC SIGNAL BOX POLE ISLAND 18.548T 16.04G SIDEWALK 50+00 0 20 40 60 NM NM MIN SCALE: 1" = 20' MISER 226 Enterprtre Parkway Stile 114 Cvpe,CMsM.TL]8405 Tel: 138114523009 Roc 18881896)686 RIM RCM REGISTRATION NO. 10134100 BULLSEVE PROJECT IP3142 CONSULT 1 i . EET No. 'E :CDR 0. 0 m 0 0 z 0 DESCRIPTION 1-- 2 0 1n E 0 0 0 0 REVISION NO. N 0 N 0 z 0 M 0 fX 0 Z L3_. D W m 0 0 0 1- Q z 5 0 J z 0 0 �z = W < O 0 0 0 0 a + 0 (9 Zrn N X W SHEET 26 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 28, 2015 - 582pn User: eg File: N:\if\Drawings\BULLSEYE_TOPD\SIGNED-SEALED TOPO ACAD FILES\OceanDr_topo_FINAL-CG.dwg • • J 'a / / I' Z9 PALMZ� 1.27'0 REE BRICKMODERNIGN SOL, EXPLD nnN CON> - ET No. OCEAN DE II' ' Nr� wo •i' _ , / . a co w: g♦ g0.1 r / / h / IIIIM'k•8 TS Spy - - - '�' 0 s 39. SIDEWALK 7i SN WMe ^ 12. qillIllIl pd I� CONTROL POINT 40 N =17174291.40 E =1341532.35 STA.44+30.76(47.73LT)EL =37.48 S3 ' WMeWV WNW It 11- ''W Dd 0 / IX1 ��ll�� %�/ /`� CONTROL POINT I2 N =17174636.95 E =1341368.24 STA,47+25.75(272.62LT) CONTROL POINT /4 N =17173856.32 E =1341622.08 EL STA.40+02.10(49 43LT) PALM TREE .64'0 CONCRETE DRIVEWAY rjIiNICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone — (361) 561-6500 Fox — (361) 561-6501 SIDEWALK • LP 44O h O !J L '\ / • \ 00 If I USN COWAN BE EDGE OF SP SNS PLANTER S• j \ WM e d M GP ASN / CONCRETE• / DRIVEWAY - - PAVEMENT 40+00 �..� WM ee 41+00 ----;;e LP TPALM TREE > PALM TREE EDGE OF PAVEMENT /M i, PRIMARY CONTROL POINT NO. 2 - 5/8" IRON ROD 50' NORTHWEST OF THE INTERSECTION OF BUFORD ST. & 20 FEET OCEAN DR PRIMARY CONTROL POINT NO. 3 - 5/8' IRON ROD 100' NORTH OF THE INTERSECTION OF CRAIG ST &i" = 20 FEET OCEAN DML PRIMARY CONTROL POINT NO. 4 - 5/8' IRON ROD 240' NORTHWEST OF THE INTERSECTION OF MORGANIAYE. & FEET OCEAN Di% ii),2/0 2® / / � SIDEWALK / 4 p4 e N/ W ® MH !;I /SPK ` WM SN a PK SNq z z N CITY of CORPUS CHRISTI TEXAS Department of Engineering Services CONTROL POINT #5 N =17173394.29 E =1341781.50 FI e37,50 DESCRIPTION PALM TREE TREE SN,� •J•g T3' 70.45' WV % RAMP PALM TREE 1.N STA.35+13.34 49.79LTf _ MH FH. , V� h 9• • CONTRO�2P POINT 7 EN =1342086.36 EL =36.86 SIDEWALK 28.67' \ I 4.55' - - - \\� GM SPK PALM TREE 1.50'0 SPK SIDEWALK- CONCRETE CONCRETE CONCRETE DRIVEWAY DRIVEWAY DRIVEWAY (ENDS) NDB ///---EDGE OF / PAVEMENT ! 'SND& CONTROL POINT I6 N =17172948.68 E =1341937.64 EL =38.41 STA.30+41.17(47.88LT) RAMP M7iG'&AN D8. PALM TREE 1.34'0 30+00 I P j}. 2) 31 +00 WM LP 36+00 WV 35+00 .#. � I EDGE OF PAVEMENT �___ OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) PROJECT CONTROL POINTS 1EDGE OF PALM TREE PALM TREE PAVEMENT 1.430 1.94'0- # ')) 25+00 � MH m 26+00 -'-I- L� Hca 1" = 20 FEET PRIORY CONTROL POINT N0. 5 - 5/8" IRON ROD 370' NORTHWEST OF THE INTERSECTION OF ELIZABETH ST. & OCEAN DR. 1" = 20 FEET PRIMARY CONTROL POINT NO 6 - 5/8' IRON ROD 205' SOUTH OF THE INTERSECTION OF ELIZABETH ST. & OCEAN DR. 1" = 20 FEET PRIMARY CONTROL POINT NO. 7 - 5/8" IRON ROD 50' NORTHWEST OF THE INTERSECTION OF AYERS ST. & OCEAN DR. } le 1. COORDINATES AND ELEVATIONS ARE BASED ON A GPS SURVEY, TEXAS COORDINATE SYSTEM OF 1983 (NAD83) & NAVD 88),SOUTH ZONE (4205) AND REFERENCED TO CITY OF CORPUS CHRISTI PROJECT #E651 1 MAP. 2. THIS TOPOGRAPHIC MAP WAS PREPARED FOR DESIGN PURPOSES ONLY. 3. THE UNIT OF MEASURE IS U.S. SURVEY FOOT. 4. RIGHT-OF-WAY LINES ARE APPROXIMATE AND ARE NOT BASED ON A BOUNDARY SURVEY PERFORMED ON THE GROUND. o 20 40 60 � LP i 16+00 J` _ SPK - - - 21+00 M� PK _ - _- - .. 4- 'SP I- L _ c D% SPK° SPK° - - - - _1fJp TPED • `$ -- - - MHS ..- -�� - - r OCEAN MI CONTROL POINT /9 N =17171693.20 E =1342655.87 EL =33.69 VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. STA.15+83.16(51.26RT)Ilk 7 92 _ - - - SIDEWALK 'SN SN CONTROL POINT Ie N =17172093.86 E =1342381.57 EL =35.14 STA.20+73.87(58.14RT) hi' - .� SHEET 27 of 190 RECORD DRAWING NO. STR-883 SCALE: 1" = 20' 225 Enterprise PorkwaySulte11x MISER CMPUS Christi TX 98405 Tel (3611 x663086 LAxO 9uxverix° Id:f c. 36111452- 6 °°°•^°r IBPLS FIRM REGISIRAIION NO. 101111C0 BULLSEYE PROJECT NP31. 1" = 20 FEET PRIMARY CONTROL POINT NO 9 - 5/8. IRON ROD 115' SOUTHEAST OF THE INTERSECTION OF DEL MAR ST. & OCEAN 1 " = 20 FEET PRIIARY CONTROL POINT N0. 8 - 5/8' IRON ROD 90' EAST OF THE INTERSECTION OF COLE ST. & OCEAN CITY PROJECT / E12093 Dote: Aug 28, 2015 - 4:51 gm User: eg File: N:\it\Drowings\BULLSEYE_TOPO\SIGNED-SEALED TOPO ACAD FILES\OceonDr_cntrl.dwg PRINTED HALF-SIZE 10+00 11+00 SPK EDGE OF PAVEMENT PALM TREE 1.05'0 PALM TREE .86'0 SPK PALM TREE .95'0 SPK SPK PALM TREE 1.05'0 SIDEWALK PALM TREE .95'0 PALM TREE .92'0 PALM TREE .83'0 PALM TREE) .99'O �fC.l P EEJ BRICK WALL CONTROL POINT 112 N =17170585.64 E =1343380.92 EL =26.44 STA.2+69.23(97.07LTZ D CONCRETE DRIVEWAY PALM TREE 1.02'0 4.34' CONTROL POINT 110 N =17171294.56 E =1342953.60 EL =31.73 STA.10+85.66(58.25RT) PALM TREE SPK .83'0 CONTROL POINT 111 N =17170938.19 E =1343176.79 EL =31.39 STA.6+64.27(3.77RT) WV SIDEWALK EDGE OF PAVEMENT CONTROL POINT #14 N =17170301.28 E =1342726.44 EL =29.31 CONTROL POINT #15 N =17172377.52 E =1341666.65 EL =36.63 EDGE OF PAVEMENT DRIVEWAY CONTROL POINT 113 N =17170482.77 E =1343634.46 EL =30.60 STA.0+18.62(8.82RT) 148 LOUISIANA AVE. NOT TO SCALE PRIMARY CONTROL POINT NO. 15 - 5/8" IRON ROD AT THE INTERSECDON OF 2ND STREET & AYERS STREET CONTROL POINT #16 N =17174598.08 E =1340977.52 EL =36.42 1. COORDINATES AND ELEVATIONS ARE BASED ON A GPS SURVEY, TEXAS COORDINATE SYSTEM OF 1983 (NAD83) & NAVD 88),SOUTH ZONE (4205) AND REFERENCED TO CITY OF CORPUS CHRISTI PROJECT 1E6511 MAP. 2. THIS TOPOGRAPHIC MAP WAS PREPARED FOR DESIGN PURPOSES ONLY. 3. THE UNIT OF MEASURE IS U.S. SURVEY FOOT. 4. RIGHT-OF-WAY LINES ARE APPROXIMATE AND ARE NOT BASED ON A BOUNDARY SURVEY PERFORMED ON THE GROUND. 0 NOT TO SCALE PRIMARY CONTROL POINT N0. 16 - 5/8" IRON ROD AT THE INTERSECTION OF BUFORD STREET AND SECOND STREET 20 40 60 SCALE: 1" = 20' UL120EYE 226 Enterprise Parkway Sul. 114 Corpus Chr6M, 1X.]8405 Tel:1361) 4523009 Fac (880)896-7686 TBPIS FIRM REGLSIRAl10N NO.10134100 BULLSEYE PROJECT /P3142 Dote: Aug 28, 2015 - 4:51pm User: ug File: N:\if\Drawings\BULLSEYE_TOPO\SIGNED-SEALED TOPO ACAD FILES\OceonDr_cntrl.dwg SHEET 28 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 PRINTED HALF-SIZE W^ 1P- ' � � � . ,..rrrIV1III111re ",,,,,,I, 111111111 -"„ l"//// DESCRIPTION CONSULTANT'S SHEET No. .111 -- o ' SANIAFEI. - 11 a' zIlIlIlIl!! I, -j 01 • � o�, 9 C/P I ►moi� . --„-- ineein!IIItpqII-iiit , �� 11ill I, r...//�//.,,, ,/ `/ , �PtE OF 41111 e; NICHOLAS A. CECAVA %'' 97391 s: •• Freese and als,Irr/ Texos Registered Engineering Firm F-2144 ...:`...•,..02 --lr//��� — o , ” cIP c + 11111411116 � I , _8 - .. 3RD ST.- / ---- - - . �� ..1100111111 I. 1 •0- r� 1t Ii /i.//�i;' 11kiIIIkiIII iIIIIiIdd IiIij/b$ . Ill.�� ow.....____ .6" ACP -1 c:'. 111111111111 /- ; II 1O�1>•�._ -- • I r, . 2ND ST. ../ /1,.,,, , •___-8"CIP- '1l /l �z. .6 •... . nl - --8- CIP- --8" i l • 1 •1 0.Udie 2ND ST. CIP----•'"�' �6, �1�\ • ic,p V. 1 • tit ill Iiii 1 I LIIIIIIIIPON 'sssw II rm 2NICHOL FREESE S 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texos 78401-3717 Phone - <361) 561-6500 Fax - <361) 561-6501 , To, ,'��,/L� 11� V2 //"/1 / / 1111/// X11111 Q. U I Z 1 1Wt*�'$ �-- BACP----8' ACPBACP-- -8' ACP-- P- ••.,• / I I �_---12�4CP• %, --1 I� a l e+ I 1 I •PCP- - 1 a a 40p m \\ 1. �_�2 • To 1 r •--- ND� i____2" ACP.- - NTLI . yo� # 1 r Re 01• I '_ GFA V • 'b+a�� N.„,„ \ . . f." I/ COLE PARK z ET) w di4fN CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 1 .6 \ // ` / • DESCRIPTION EXISTING BASEMAP LEGEND ce-'� A WATERLINE 29 29 SCALE: 1'=200' NOTE: — — — — WATERLINE MAIN FOR REFERENCE USE ONLY. CONTRACTOR SHALL VERIFY UTILITY LOCATIONS PRIOR TO COMMENCEMENT OF ANY CONSTRUCTION ACTIVITIES. X WATER VALVE -I- FIRE HYDRANT .. .....,!�! "1:- vaIIIR,"IIiIiIiIIIf•IIIIIIIIII iIIIIIIIiI"mIIIIi'II/////fW � I-1 r••o� 1*00rr�� /,/�/////��_�tr/' I/l/r1 11//11/1 II/iiiii �� r r- _ 1 1 _s o �� 1 • -- --10 VCP-- --6 VCP - • • -O a-�'- 3RD ST. / 6111111111111111 li O�- I -'b _ rrr -_ / o- --6" VCP • / '• 1111111111 11111111 1111114 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) EXISTING WATERLINE AND WASTEWATER BASEMAPS • 1 a II• rte','--O �t ``/I�•1 1i,,,,,•)-I.iii.} 1 -- 112ND L�a ST. ,„,I, 5111111114U11111!'iI/////fj' ,/l _r�� 1 -m-m ti 1tQ moil. • `/�'i i i i t`8-- �/ill i"i,iss• lli ' O *ti$fl- i�1IllV1111111 i i1i ',l,,,',i//1i1i111////1 111111111Alli 1 ' I B.� OCEAN DR. •• b "Ala b I 111111.1 1w r // 8, / c� b • ill / y • 1. rt �' b lO1rrpit.AF 1 g It r OGS /'' r ' /.0' // COLE PARK I`� I e.'r I �b �cI �,o, oR A • e< d t'cF`•iiiti PFM. NFII VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. OCOLE PARK LIFT STA SHEET 29 of 190 e EXISTING WASTEWATER BASEMAP LEGEND RECORD DRAWING NO. ST R -883 SCALE: 1”=200' 29 29 NOTE: FOR REFERENCE USE ONLY. — — — — WASTEWATER MAIN � � \\ 0 100' 200' 400' I CONTRACTOR SHALL VERIFY UTILITY LOCATIONS PRIOR TO COMMENCEMENT OF ANY CONSTRUCTION WASTEWATER MANHOLE CRY PROJECT ' E12093 SCALE IN FEET ACTIVITIES. Date: Aug 20, 2015 - 2.40pr. User: eg File: N.\if\Drawings \CV-ALL-DA-V-WW.dwg �- --� \II DESCRIPTION 1 CONSULTANT'S SHEET No. FNISpNSE i 12" 11111111111111111111111",„,1,,,,,,, �.,,,�,,,'' ,Il,",I/ . �,,,,,ro'''',"'' -- 1 -- 5 18".——¢p�r �.1 .27 J•„3RDST. %%%UIII!!IIIJIIIIIflhIIJIIIIII,II,7,/I/,j,,,,!////////14//////////r9 M1E OF `44 y"* •ti/ * •.// S let •N CHOLAS A. CECAVA i VV: 97391 4s1 Vsi:IE Freese and Nic 'III • S Texas Registered Engineer. g FI F-2144 Imo- k\ _30 .s� -y; •> i 1 k , s • V\\.�111116 ; .�:.>�!e- ,�; re;l r r 1, 111///f� 11"IIIIIIIIIIi7///////t'dh/////�., ;� * , 4 \111111111111C ill 11 410.11 .48"-- 1 --;N . \\ -�:I1 / ‘ ' 2ND 8T.T • `�•\ 11111,E 9 / ,�/ III f 15” 2ND ST. .•.,, N 1�hja; ®• a :/ is 1 v r g, 1mi, rik 1 111liti111 1, 411 FREESE �I NICNOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 vwis e , 1i�:b /' �ifi/////////, 6-8111111. 1 -- �' •" �� �•- � -is"---- _ • _ OCEAN DR. • t5" [• Tc Ill,Illi S• 10111•11 ar, pR// C4''0?„I/,- 1' • OCTAN 6< 1 / to . Pi' 1 , • 1 �O CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 5 IQ A EXISTING STORM WATER BASEMAP LEGEND 30 30 SCALE: 1"=200' — RCP OR CMP STORM WATER MAIN NEL— All1111111 FOR USE ONLY. CE VERIFY UTILITY LOCATIONS PRIOR TO COMMENCEMENT OF ANY CONSTRUCTION ACTMTIES. O STORM WATER MANHOLE HOLE I O I STORM WATER INLET ❑ STORM WATER GRATE INLET 00011111 . 'iuo i Iiir \ „. ., At ws �- \ m N -:. gAN'fAFE a .. 2.14 '', 'i ''J," ' li t ws-a wsL"II/IIiiiiii' '•�'/� N 3RD ST: 3 101. Cc co 3RDST. 4 1 _r� __-r2"---� ��I..%� 111111 ��{ i // ijd��-WS-- OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) EXISTING STORM WATER AND GAS LINE BASEMAPS . •"• .. <" ws I� illi L J •,• -_4"ws— i rr11F, 2ND ST. CO / / I I IIIIIIIII,„ 1.• —• ST.ORO '' - 2 _ W O Q/ 2ND ?^i/', lig tel �. / / / ' II3 I 8111 lll 'i/i' N 2 ws Z �. �. 3 —. ,if --- - WS_ If i / /��2 / / i RN iv N �! - J ° All .. OCEAN DR. /2" • 2 WS 111 - i ' • bill � SO IIIS1 O SOO 11111 i 11111 pR. WS N 1 F<� 3 SHO 11E11 ,„„,.. V1SiloF // 10,,„„ \\ 1 ii_ VERIFY SCALE Bar is one Inch on original 0 i drawing. If not one Inch on this sheet, adjust scale. 1 1 e EXISTING GAS LINE BASEMAP SHEET 30 of 190 30 30 SCALE: 1"=200' LEGEND RECORD DRAWING NO. SIR -883 1141E: FOR REFERENCE USE ONLY. GAS MAIN 0 SCOL 200' 400' CONTRACTOR SHALL VERIFY UTILITY LOCATIONS PRIOR TO COMMENCEMENT OF ANY CONSTRUCTION 0 GAS VALVE CITY PROJECT / E12093 SCALE IN FEET \ ACTIVITIES. ate: Aug 20, 2015 - 2,40pm User: eg File: N:\If\Drawings\CV-ALL-OA-STORM-GAS.dwg NOTES;M Elit 1 1 / // u // / S� 3 .pK / K / DESCRIPTION CONSULTANT'S SHEET No. fNI PROJECT: COR13155 _ N ... N� S+ W. +��'' ,�;t �,� io n' �Iw+S 11� f••, 111 * 1�,""` S - 4 E 41341 �ll 4`- '%, a g 1061%�� S o WVt% y .s c 1 to z�" � ! C l oW . r�y-�' /' R $ >._„fi� g .' ••,� 1. CONTRACTOR SHALL INSTALL WATER SERVICE AND EXTEND AND CONNECT TO EXISTING WATER �r �r5N METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED p DURING THE PLACEMENT OF PROPOSED WATERLINE. (w 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. \ / 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2-LAYERS OF l� / / Lrd / / / Ilk', / / / W •PK / / J / 2-1TA 4+47.0 BEND,(95.1. 2-12" 45' DI. MJ. 1-12" TIE-IN CONNECTION 1'-12" GATE VALVE W/ BOX & COVER ' ��'` 8-MIL POLYETHYLENE AND RESTRAINED WITH MEGA-LUG JOINT RESTRAINT OR APPROVED EQUAL. V / O 4. REFER TO SHEET & 4I FOR WATERLINE CONNECTION DETAILS. 5. REFER TO SHEET 44 & 15 FOR WATERLINE LATERAL PROFILES. / / l V 161 L.F. OF EXIST. 12" ACP WATERLINE TO BE 6. REFER TO SHEET 45 FOR WASTEWATER LATERAL PROFILES. I 7. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. / / / STA 4+31.83 (95.0' LT) BEGIN ASPHALT PAVEMENT Sp ABANDONED IN PLACE AND FILLED W/ GROUT STA 5+88.43 (75.3' LT) ASPHALT PAVEMENT IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET f FOR REQUIREMENTS. a / REPAIR SPK\- 0 REFER TO NOTE 7 & 8 END REPAIR 8. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE 15 IN PLACE & HAS BEEN ACCEPTED FOR USE. S \ 1 / --- N q \\ J _ R.Q.w. / / _y _rn-. - I . 12"W i I _ EXIST. m' S\D��K SNQ � ��_ co LINE _ —e_- SIDEWALK EESE rI NIFRCHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - C361) 561-6500 Fax - (361) 561-6501 / STA 4+40.51 (96.0' LT) _- �, ' �_ 12"w • . I. Iyl CONNECT TO EXIST. 12" AC _ �� '�-. '^ '_�� . EXIST. C & G WATERLINE AT EXIST. WYE PROP. 1211 x 164' PVC WATERUNE IST. C & G TO REMNN -- J"-- .�12"W / ASPHALT PAVEMENT REPAIR I / OCEANDR/l/E ,\ (TYPE 1) (70 S.Y.) / ' " / / REFER TO DET. 3/83 ] SPK ,SST _ ------��I 1 / / °'t .� _24=ST ' LE \ _ ._1 _ 1 /�Kl °-7T- __ - SPK SPK / -� - 11 N / / ,Da ZS / m SPK° �\ \ 11. 1 M4 / O \ q 1 0 I x+00 2+00 I ¢ 3+00 0 _S - - - -WMA \'-5'P`K° 1� /i -_ j' - _ _ _ ._ _ MIS .......... - - - ----24"ST- ._ LP I /------ / ----------MIS----------- L-._ - - '. 0 \._.+ ------- s a --MIS---_ a I SPK ° ° K SPK ° ° I ill K ° MH ';... `✓-15"ST -- - a SPK SP tpK SPK ��f SP r 4+00 I 5+00 I Q (� 6+ `-�' O O - 4- Cfl Q 4i CITY of CORPUS CHRISTI TEXAS Department of Capital Programs DESCRIPTION -i +— —F-I —F F- 1---•' - '- —I— —1 SPK S° v I SPK {� I I S� ('7 I"i PROP. BASELINE I '\ Q SPK ° SPK ° y^� Pte---.a. _. ._ _ .... AEP- _. _ i.-J - - _ _ LES. (n LIJ _ 'AEP- AEP SPK I I � — -. , \ \ SN SN W M -Nig SN 9' I 1 I I I OCEAN DR/VE -------- OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) WATER AND WASTEWATER PLAN AND PROFILE STA. 0+00 TO STA. 6+00 dSN T� 1 _.__._.. I I I - A WATER AND WASTEWATER PLAN 0 20' 40' 0 4' 8' 31 36 31 SCALE: 1'-20' HORZ. SCALE IN FEET SCALE IN FEET 1"- 2' VERT. HORIZONTAL VERTICAL 36• 3232 . • EXIST. LEFT R.O.W. EXIST. LEFT OF CURB____ -� — — _, T = = PROP. TOP OF CURB (RT) ,� EXIST. RIGHT R.O.W. —: �' • --e----• 12" 1.0.P...26.45• ' • ��_ —• — — l 12 PROP. WATERUNE PVC VERIFY SCALE Bar Is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 24 • __ ye-—' --- .,.._ y / -r -' _ 12" T.O.P.= 24.11 _ ............. 24 20 • • • r �� _ EXIST. 12' AC WATERLINE • 20 6 1w.g... • • l W • a 4 16 SHEET 31 of 190 RECORD DRAWING NO. STR-883 12'...,^.. • : • • • #.....1 S'2 11 g^� Wz : Y. • • 12 CITY PROJECT / E12093 0+50 1+00 2+00 3+00 4+00 5+00 6+00 Date: Sep 23, 2015 - 4:43pm User: bj File: N.\if\Drawings \CV-DCN-PP-WTR(01).dwg STA 7+02.89 (81.8' LT) 1-6" TIE-IN CONNECTION TO EXIST. 6" PVC WATERLINE 1-8"x6" REDUCER, DI. 2-8" 45' BENDS, DI. MJ. (ROTATED) 3 L.F.•-6.0 PVC WATERLINE 49 L.E.-8"0 WATERLINE ~EXIST. R.O.W. " ♦ EXIST. SIDEWALK s � m PROP. 12"0 x 112'J WATERLINE STA 6+50.83 (58.9' LT) 1-12" 45' BEND• DI. MJ. SOUTHERN SE I 1 I _ I io 1 1 V P lo N I J 1(,) ATLANTIC 37: I IIa 2" GAS LINE TO BE ADJUSTED OR RELOCATED BY OTHERS 509 L.F. OF' EXIST. 12" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 H ^Sj EXIST. R.O.W M3 N 12 "W • --0o-1 INVF N co I2-12" 45' BENDSI- I 4-12" 45' BENDS SPAS - AEP - -SRIF- 34 5T - STA 6+63.75 (41.5' LT) 1-12" 45' BEND, 01. MJ. Q 0 LP4• STA 7+33.20 (31.9' LT) 1-F.H. ASSEMBLY (TYPE 1) STA. 8+25.00 PROP. 1 1/2" WATER SERVICE LINE OCEANDR. PROP. 12"0 x 321' WATERLINE 1 /1"cr 8+00 9+00 ❑ T - -MIS - MIS - -11 +00 - r-- STA 7+01.63 (36.0' LT)._ 1-12"x8" TEE, DI. MJ. 1-12" GATE VALVE W/ BOX & COVER 1-8" GATE VALVE W/ BOX & COVER PEP AEP - - MIS • --10+00 mint.) MMC*- - STA 8+25.00 (12.0' LT) WATER METER M-1 FOR IRRIGATION (TO BE INSTALLED BY CITY) PROP. BASELINE OCEANDR. -4- I=I r STA 10+22.44 (78.0' LT) 1-6" TIE-IN CONNECTION TO EXIST. 6" PVC WATERLINE 1-8"4" REDUCER, 01. 2-8. 45° BENDS DI. MJ (ROTATED) 3 L.F.•-6"0 PVC WATERLINE 62.5 L.F.-8"0 WATERLINE REMOVE EXISTING FH. ASSEMBLY 2-12" 45' BENDS] PROP. 12"0 x 82' WATERLINE 11, STA 10+18.45 (15.0' LT) 1-12"x8" TEE, DI. MJ. 1-12" GATE VALVE W/ BOX & COVER 1-8" GATE VALVE W/ BOX & COVER - B MIS STA 10+52.69 (15.0' LT) 1-F.H. ASSEMBLY (TYPE 1) 44 EXIST. R.O.W COLE PARK WATER AND WASTEWATER PLAN SCALE: 0 20' 40' 0 4' 8' SCALE IN FEET HORIZONTAL SCALE IN FEET VERTICAL NOTES; EXIST. R.O.W 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET 1 & 3 FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F -t0 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE.: TO BE ABANDONED AFTER PROP. WATERUNE 15 IN PLACE & HAS BEEN ACCEPTED FOR USE. 0 0 + MATCHLINE STA. 44 40 36 32 28 24 20 16 EXIST. LEFT TOR? OF CURB 12" T.O.P.- 27.76 / PROP. 18" R.C.P. (LT) \ PROP. TOP OF CURB (LT)-\ EXIST. LEFT R.O.W. T.O.P.- 28.08 PROP. TOP OF CURB (RT) 01- • 12" T.O.P.- 27.54 . . T.O.P.- 28.50 •`EXIST. 2" GAS (LT) 12" T.O.P.- 26.45 • 58 L.F.-12" D.I. WATERLINE • • 12" T.O.P.- 24.87 112 -.. -.. -- -i--.. -.. _... -..-..- -.. �..,....,..... - ....J: r•. -.. -_ _ r PROP. 18" R.C.P. (LT) PROP. 12" PVC WATERLINE EXIST. RIGHT R.O.W. : T.O.P.= 28.68 12" T.O.P.= 28.54 12 WZ nm.. z 'MCO N• V N N > N STA. 8+25.00 z 60 L.F.-12" D.I. WATERUNE EXIST. AEP (LT) T.O.P.- 29.30 12" T.O.P.- 25.47 PROP. TOP OF CURB (RT) PROP. TOP OF CURB (LT) 12" T.O.P.- 28.32 40 36 32 12" T.O.P.- 28.63 EXIST. AEP (LT) T.O.P.= 29.29 28 24 20 f N O• • 0• N m•r f •••m O•it of z j N rj, vi AY..Q N N I`- N N• • 1/1 N• 1�- Vl 16 12 6+00 7+00 8+00 9+00 10+00 11+00 z 0. ce 0J 0. 1_ to EO 0, 2 ° U Ct.: (n " QC X L ISI aW"-- (..3 I- ° E. O E • 0) • 0 F-- a U o ce 0 0 � U o oho o a o g o C - � o oM. " � a U Ol O VI - C N 3 C p aar V - N K >0 N O N z O > CO E O li z W CO U O O I-- z 5 O J O (X 0 F- + O F- < it N c) C) O Z ~ aQ0 Z O o + CL--ILJ UP 60 SHEET 32 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT rt E12093 Date: Sep 23, 2015 - 4•43pn User: Uj File: N:\iF\Drawings \CV-OCN-PP-WTR(01 .dwg MATCHLINE NOTES; SPK SPK STA 13+25.83 (57.1' LT) 1•-F.H. ASSEMBLY (TYPE SPK NAPLES ST" ( STA 13+25.83 (67.0' LT) 1»-6" TIE-IN CONNECTION TO EXIST. 6" PVC WATERLINE 1»•8"x6" REDUCER, DI., MJ 3 L.F.•-6b PVC WATERLINE 50 L.F."•8"0 PVC WATERLINE OCEAN DRIVE PROP. 12"0 x 226' PVC WATERLINE 450 L.F. OF EXIST. 12" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT •00= '12+00— REFER TO NOTE 5 & 6 REMOVE EXISTING FH. ASSEMBLY R.O.W. LINE 15"ST- 2-12" 45• BENDS' 2-12" 45• BENDS cN 13+00 1 LP I,y 14+00 OCEANDR/VE STA 13+25.83 (15.0' LT) 1,-12"xB" TEE, DI. MJ. 1"•12" GATE VALVE W/ BOX & COVER 1-8" GATE VALVE W/ BOX & COVER AEP PROP. BASELINE 15+00 PROP. 12"0 x 224 WATERLINE MIS MIS IS- = MIS = _ - ------ _ _--_—.MIS — 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDMDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET 92 & }3 FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS. REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE 15 IN PLACE & HAS BEEN ACCEPTED FOR USE. 44 40 36 1 x x WATER AND WASTEWATER PLAN SCALE: 0 I 20' 40' 0 SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL 4' 8' 4"IRR - — MATCHLINE STA. CONSULTANT'S SHEET Na. kFNI PROJECT: COR 13155 tg re 44 40 EXIST. LEFT R.O.W.= PROP. TOP OF CURB (LT) PROP. TOP OF CURB 32• 12" T.O.P.= 28.63 • ... .. 1, %mad 11 •A•.•44.1.....!RIR 1• -. EXIST. • RIGHT •R,O.W:•' PROP. TOP OF CURB (RT)-� • PROP. 24" R.C.P. (LT) • T.O.P.= 28.90 12" T.O.P.= 30.09 12" T.O.P.= 30.15 36 32 12" T.O.P.= 30.18 24 20 16 54 L.F.-12" D,I. WATERUNE 12" T.O.P.= 25.15 12 2 11+00 12+00 13+00 W (n N N 0 '0 14+00 ID F < 15+00 28 24 20 16 12 15+50 0 0 O N 0 Z 0 jm E 0 cr 0 0 Z 1.1- W m 0 LOUISIANA TO O LC) CC W + ,, Q • J < 0 o • O 0z Z Q 0 <Z 0 a � Q SHEET 33 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E 12093 Dote: Sep 23, 2015 - 444pn User: bj File: NI\if\Drawings \CV-DCN-PP-WTR(01).dwg 0 1f') U) MATCHLINE ST NOTES; DEL MAR BLVD. STA 16+86.41 (61.4' LT) 1 -•F.H. ASSEMBLY (TYPE 1) 4-•8" 45' BENDS -15"ST - STA 16+82.72 (78.6' LT) 1-.8" TIE-IN CONNECTION TO EXIST. 8" CIP WATERLINE 1-•8" 45' BEND, DI. NJ. 66 L.F.-•8"0 WATERLINE REMOVE EXISTING FH. ASSEMBLY STA B LT) TEE, 01. MJ. 1-12" 8 1-•8" GATE VALVE W/ BOX & COVER 15 ST CO ° R.O.W. LINE - r PROP. 12"0 x 147' / PVC WATERLINE 16+00; STA 16+86.41 (15.0' LT)� 1'-12"x8" TEE, DI. MJ. 1-•12" GATE VALVE W/ BOX & COVER 1-•8" GATE VALVE W/ BOX & COVER AEP - PROP. 8"O x 83' PVC WATERLINE STA 16+97.35 (41.6' RT) 1-•8" 45' BEND, DI. MJ. MIS 17+00 4•-12" 45' BENDS STA 17+04.01 (48.3' RT) 1-,8" 45' BEND, 01. MJ. 1" 452 L.F. OF EXIST. 12 ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT -7) REFER TO NOTE 5 & 6 PROP. BASELINE 18+00 PROP. 12"O x 304' WATERLINE OCEANDR/VE REMOVE EXISTING WATER METER VAULT AND PIPING MIS 6•• INSTALL 4" PVC DRAIN PIPE. CONNECT PVC PIPE FROM WATER VAULT TO BACK OF INLET. FOC- - - - STA 17+17.38 (48.3' RT) 1,-F.H. ASSEMBLY (TYPE 1) 1-•8"X6" REDUCER DI. MJ. 20 L.F.-•6"O PVC WATERLINE PARK ENTRANCE 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET & 43 FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. 44 40 STA 17+67.30 (44.1' RT) 2-6" 45' BENDS, DI. MJ. 1-6" TIE-IN CONNECTION 18 L.F.-•6"O PVC WATERLINE I STA 17+46.93 (49.5' RT) PROP. 4" WATER METER ASSEMBLY. WATER METER PROVIDED AND INSTALLED BY THE CITY WATER DEPT. REFER TO SHEET 43 FOR DETAILS WATER AND WASTEWATER PLAN SCALE: 0 20' 40' 0 _4' 8' SCALE IN FEET 1 SCALE IN FEET HORIZONTAL VERTICAL OCEAN DR/VE SN P Efl SN V FOC \-R.O.W. LINE 'r- -FOC- STA WATE FOR (TO BY 1 0 0 0 N F -- (n z -1 0 1- Q 44 40 36 32 28 24 EXIST.. LEFT R.O.W EXIST. RIGHT R.O.W. PROP. TOP OF CURB (RT) 36 12" T.O.P.= 30.25 12" T.O.P.= 30.18 EXIST. 8" WATERLINE (LT)' T.O.P.= 31.25 EXIST. 8" WATERLINE (RT) T.O.P.= 30.70 12" T.O.P.= 30.27 59 L.F.-12" D.I. WATERLINE PROP. 18" R.C.P. (LT) T.O.P.= 30.49 J 12" T.O.P.= 30.67 PROP. TOP OF CURB (LT) (PROP. 12" PVC WATERLINE 12" T.O.P.= 30.74 12" T.O.P.= 27.28 32 28 24 20 16 12 20 w (A w "I 0 N 0, 0•(-1 z o m + in n N z"^ w a o� z,.i a 0 m Co 16 12 15+50 16+00 17+00 18+00 19+00 20+00 z 0 8. cr U CONSULTANT'S SHEET No. FNI PROJECT: COR13155 rn a iP E 0 1T 0 0 0 U 0 0) E 0 0 8) 0 cc 0 CY 0 N 0 z 0 EE 0 j o crO LJ_ W 07 U 0 LOUISIANA TO O 0 W QO J WW F- O F- <0 0 0 z ~ Z < O < z `n Q L ) LLJ 0- Q F- U) SHEET 34 of 190 RECORD DRAWING NO, STR-883 CITY PROJECT / E12093 Date: Sep 23, 2015 - 4:45pn User:bj File: N:\if\Drawings \CV-DCN-PP-WTR(01).deg O O N STA 21+01.65 (85.4' LT) 1-8" TIE-IN CONNECTION TO EXIST. 8" AC WATERLINE 2-8" 45' BENDS. DI. MJ. (ROTATED) 60 L.F.--8"0 WATERLINE 2-8" 45' BENDS 1-20' JOINT OF 8"O C-900 DR18 CENTERED ON WATERLINE STA 20+98.17 (31.5' LT) 112"x8" TEE, DI. MJ. 1-12" GATE VALVE W/ BOX & COVER 1-8" GATE VALVE W/ 80X & COVER COLE ST. I I I a REMOVE EXIST. M.H. PROP. 8"0 x 4' WASTEWATER LINE (C-900 DR 18) FOR CONNECTION REFER TO DETAIL 6/47 WWMH-1 4'0 FIBERGLASS M.H. (TYPE 'C') STA. 21+18.51 (79.2' LT) RIM= 34.65 8"(SW) FL = 32.38 8"(NE) FL = 32.37 REFER TO DETAIL 4/47 _ REMOVE EXISTING FH. ASSEMBLY 2"G _ STA 21+50.39 (31.5' LT) 1•-F.H. ASSEMBLY (TYPE 1) 412 L.F. OF EXIST. 12" ACP WATERLINE TO 8E ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 &.W, LINE 12"W 1- 4-12" 45' BENDS 1 PROP. 12"0 x 106' STA 20+87.24 (31.5' LT) PVC WATERLINE 1"12" 45' BEND, DI. MJ. 1-20' JOINT OF 12"0� D.I. WATERLINE CENTERED ON WASTEWATER LINE STA 20+71.03 (15.0' LT) 1-12" 45' BEND, DI. MJ. 1 (n z J S F- F-- NOTES; SP 21+00 STA. 20+30.00 PROP. 1" WATER SERVICE LINE LATERAL "A" PROP. 8"0 x 125' WASTEWATER LINE C-900 DR 18 (ENCASED IN CLASS 'B' CONCRETE) REFER TO DETAIL 3/47 PROP. BASELINE 1 SEE PROFILE "A" SHEET 46 WWMH-2 4'0 FIBERGLASS M.H. (TYPE 'C') STA. 21+22.11 (47.9' RT) RIM= 35.60 8"(SW) FL=32.81 4"(NE) EL = 32.73 REFER TO DETAIL 4/47 PROP. 12"0 x 308' WATERLINE REMOVE EXIST. 8" VCP (150 LF) REMOVE EXIST. SAN. SEWER MANHOLE & 46 L.F. OF 4" F.M. OCEANDR/11r STA 20+30.00 (4.5' LT) WATER METER M-2 FOR IRRIGATION (TO BE INSTALLED BY CITY) 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET 32 & 41 FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE 70 CONFLICTS W/ PROP. IMPROVEMENTS. REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. 48 STA 21+22.61 (63.9' RT) 1-4" 45' BEND PROP. 4"0 x 35 PVC FORCE MAIN Lil z Q STA 21+11.89 (74.7' RT) 1-4" 11.25' BEND 00 0 75 L.F. OF EXIST. 8" VCP WASTEWATER LINE & MH TO BE ABANDONED IN PLACE AND FILLED W/GROUT M.H REFER TO NOTE E3 ON SHT. 4 WATER AND WASTEWATER PLAN SCALE: 20' 40' 0 SCALE IN FEET HORIZONTAL 4' 8' SCALE IN FEET VERTICAL r 44 40 36 32 48 44 12" T.O.P.= 30.77 EXIST. LEFT R.O.W. LATERAL 'A' PROP. 8 WASTEWATER (LT) 7.0.P.- 33.22 40 PROP. TOP OF CURB (RT) EXIST. 8" WASTEWATER (LT) T.O.P.= 33.06 EXIST. AEP (LT) T.O.P.= 32.31 EXIST. RIGHT '.ter-•*-�F •�ir►e:tix+a• PROP. TOP OF CURB (LT) 28 24 12" T.O.P.= 30.74 EXIST. TELEPHONE (LT) T.O.P.= 32.30 PROP. T.O.P.= 16" R.C.P. LT) 30.36 12" T.O.P.- 2 .53 IPROP. 12" PVC WATERLINE 12" T.O.P.= 30.87 12" T.O.P.= 30.21 20 16 08 a m PROP. 18" R.C.P. (LT) T.O.P.= 31.78 12" T.O.P.= 30.94 tiT,W MONK 75 L.F.-12" D.I. WATERLINE PROP. 20' JOINT OF 12': D.I. PIPE CENTERED BELOW PROP. 8"f WASTEWATER LINE 57 L.F.-12" D.I. WATERLINE 36 32 28 W =.11=. µ . Q D�... r D + m..0..1 .0 W 1 N -NfVIt6N N U) } 24 412 �.�••mo6 r..• Y.. H N M N N t 20 H 16 20+00 21+00 22+00 23+00 24+00 CONSULTANT'S SHEET No. ONI PROJECT: C0R131155 jai K_ t a: V V1 0. N 0 N 00 p cc O < _� N LLI m W V- O E < n- (f) z O �pLL0 a D 0z LL) co zQO 0 < 0 00 z 0 LAJ d � Q (T) LOUT SHEET 35 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 4:45pm User: bj File: N:\if\Drawings \CV-DCN-PP-WTR(01).dwg 0 O N MATCHLINE STA 48 00 STA 25+45.82 (106.3' LT) I -12"x10" REDUCER DI, MJ 1.-10" TIE-IN CONNECTION TO EXIST. 10" ACP WATERLINE 75 L.F.-12"0 WATERUNE 2^•12" 45' BENDS CITY PROJECT IE13092 AYERS ST. - OCEAN DR. TO ALAMEDA ST. REMOVE EXISTING FH. ASSEMBLY WM S SFA 25+37.53 (31.5' LT) 1-12"x12" TEE, DI. MJ. 2-12" GATE VALVE W/ BOX & COVER PROP. 12"0 x 139' \ / PVC WATERLINEci I I / 25+00 1:. t LI NOTES; \\ 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERUNE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EOUAL. 4. REFER TO SHEET .},Z & la FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERUNE 5 REQUIRED DUE TO CONFUCTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. , -�- - PARKACCESSRD. O 8 E 00 332 L.F. OF EXIST. 12" ACP WATERUNE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 OCE4NDRIVE STA 25+87.21 (31.5' LT) 1 •-F.H. ASSEMBLY (TYPE 1) 6"G STA 27+38.77 (31.5LT) 1=12"x6" TEE, DI. MJ. 1-12" GATE VALVE W/ BOX & COVER 1»6" GATE VALVE W/BOX & COVER 1-6" TIE-IN CONNECTION 1-6" 11.25' BEND 21-L.F. 6" PVC WATERLINE EXIST. VAULT V 168 L.F. OF EXIST. 8" _ ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT STA 28+41.06 (31.5' LT) 1'-12"x12" TEE, DI. MJ. 2-12" GATE VALVE W/ BOX & COVER REFER TO NOTE 5 & 6 STA 28+88.51 (31.5' LT) 1•-F.H. ASSEMBLY (TYPE 1) PROP. 12"0 x 59' PVC WATERLINE - PROP. 12"0 x 30 WATERLINE OCEAN DRIVE V V' PROP. BASELINE 258 L.F. OF EXIST. 12" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 -27+00 IMM G - FOC - - Cf STA 28+35.00 (4.5' LT) WATER METER M-3 FOR IRRIGATION (TO BE INSTALLED BY CITY) PROP. 12"0 x 63' PVC WATERLINE SEE PROFILE SHEET 44 PROP. 1" WATER SERVICE LINE 28+00= - 29 - - SBK STA 28+55.54 (31.5' RT) 1•-F.H. ASSEMBLY (TYPE 1) STA 28+41.06 (31.5' RT) 1.-12"x12" TEE, DI. MJ. 112"x8" REDUCER DI, MJ. 1•-12" GATE VALVE W/BOX & COVER 12"yY,�,., R.O.W. LINE WATER AND WASTEWATER PLAN SCALE:0 20' 40' 0 4' 8' 1 I 1 1 SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL / I/ I 11 /I I EXISTING 8" FIRE LINE TO REMAIN 7; it% EXISTING FIRE/SERVICE LINE VAULT TO REMAIN PROP. 12"0 x 59 PVC WATERLINE 0 STA 28+41.06 (47.7' RT) 1.-43" 45° BEND DI, MJ 1-8" GATE VALVE W/ BOX & COVER PROP. 8"0 x 31' PVC WATERLINE STA 28+34.56 (54.2' RT) 1,-8" 45° BEND DI, MJ STA 28+29.56 (54.2' RT) 1.8" TIE-IN CONNECTION 44 40 36 48 44 -PROP. TOP OF CURB (RT) 40 PROP. TOP OF CURB (RT) • EXIST. LEFT R.O.W. EXIST. 12" WATERLINE (LT) ABANDONED IN PLACE T.O.P.= 33.44 32 28 24 20 12" T.O.P.= 31,43 PROP. TOP OF CURB (LT) PROP. 12" PVC WATERLINE EXIST. RIGHT R.O.W. PROP, TOP OF CURB (LT) • PROP. 16" R.C.P. (LT) - --- T.O.P.= 33.52 12" T.O.P.= 32.81 • • • 12" T.O.P.= 32.31 EXIST. 6" GASLINE (LT) T.O.P.= 33.49 12" T.O.P.= 32.68 (LT) 12" T.O.P.= 32.00 (RF) 12" T.O.P.= 32.86 (LT)1 12" T.O.P.= 32.51 (RT)= 57 L.F.-12" D.I. WATERUNE PROP. 48" R.C.P. (LT) T.O.P.= 25.27 • 16 K + N STA. 25+87.21 F.H. ASSEMBLY 'PROP. 12" PVC WATERLINE (LT) PROP. 12 PVC WATERLINE cr LV G : r Y ^ Z 1G CO m + CO I++� N N N LO Ifl N : N N M 36 32 28 24 20 16 24+00 25+00 26+00 27+00 28+00 29+00 4 CONSULTANT'S SHEET No. a V w 00 E O O U Ii 01 IOIL Ih5pW U I- ° 9- C o N >- a F- 2 U o 0 N O p W + O Q J (Ni Wm 1_0Q o Q fa_ N Z 0O �p00 D 0Z L±J m Z < o < 0 00 fig+ LJJ F- CI - Q H Ln LOUISIANA SHEET 36 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 23, 2015 - 4:46pr1 User: bj File: N:\if\Drawings \CV-DCN-PP-VTR(01).8wg 0 0 N MATCHLINE STA NOTES' O -00 0 - 30+00= _ s) 31+00 500 L.F. OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 STA 31+43.86 (31.5' LT) 1'-12"x12" TEE, DI. MJ. 1.-16"x12" REDUCER, DI. MJ. 2-12" GATE VALVE W/ 80X & COVER PROP. 12"0 x 244' PVC WATERUNE R" ELWABETHST. -R-AEP - ' •AEP - // w L MI TEL - - a e / 383 L.F. OF EXIST. 12 ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT / REFER TO NOTE 5 & 6 / OCEAN DRIVE STA 31+48.86 (71.0' LT) 1-16" TIE-IN CONNECTION TO EXIST. 16" PVC WATERLINE 2^•16" 45' BENDS, DI. MJ. 43 L.F.-16"6 PVC WATERLINE REMOVE EXISTING FH. ASSEMBLY STA 32+09.07 (31.5' LT) 1. F.H. ASSEMBLY (TYPE 1) - STA 31+54.25 (31.5' RT) 1-F.H. ASSEMBLY (TYPE 1) 0 32+00 PROP. 12'0 x 256' PVC WATERLINE PROP. BASELINE EXIST. WATER VAULTS vl STA 33+46.37 (31.5 LT) 1-12"x8" TEE. DI. MJ. 1-8" GATE VALVE W/ BOX & COVER 1-12" GATE VALVE W/ BOX & COVER 1-8" TIE-IN CONNECTION _--- 34• L.F.•-8"0 PVC WATERLINE _ - _.. LP OCEAN DR/VE SL PROP. 12"0 x 500' WATERLINE 4-12" 45' BENDS 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL 8E DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET 42 & 43 FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE 15 IN PLACE & HAS BEEN ACCEPTED FOR USE. 'rr MARINA DEL SOL DR/VE v©���� RO.W. UNE - REMOVE EXISTING / FF_ ASSEMBLY WATER AND WASTEWATER PLAN SCALE:0 20' 40' 0 4' 8' I 1 1 SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL 48 0 0 + 1 - Ln W z J 0 48 44 44 40 36 EXiST:'LEFT' R:O:W. EXIST. MIS CONDUIT (LT) T.O.P.= 34.65 • PROP. TOP OF CURB (LT) 40 PROP. TOP OF CURB (RT) _" o 32 EXIST. MIS CONDUIT (RT) T.O.P.= 34.46 - -• -. - -PROP. TOP OF CURB (LT) jig T,O.P.- 33.49 (RT) IMP. 12" PVC WATERUNE (RT)i••` EXIST. MIS CONDUIT (RT)-- . T,O.P.= 34.53 12" T.O.P.= 32.86 (LT) . 12" T.O.P.= 34.16 (RT) EXIST. AEP (LT) :T.O.P.= 34.69 EXIST. MIS CONDUIT (LT) T.O.P.= 34.45 EXIST. RIGHT R:O.W. - PROP. 18" R.C.P. (RT) 12" T.O.P.= 33.29 (RT) T.O.P.= 33.44 S 12" T.O.P. 33.46 (RT) • .1*. 12" T.O.P.= 32.91 (LT) 36 32 28 24 20 16 EXIST. AEP (RT) T.O.P.= 34.57 12" T.O.P.= 33.44 (LT) 59 L.F.-12" D.I. WATERLINE PROP. 12" PVC WATERLINE (LT) EXIST. AEP (LT) T.O.P.= 34.68 PROP. 12" PVC WATERLINE (LT)) Z to N N 12" T.O.P.= 33.41 (RT) 12" T.O.P.= 30.23 (RT) 28 24 12' 45' BEND 20 16 29+00 30+00 31+00 32+00 33+00 34+00 8 0. g 91 rc 0 0 c ms V m W U to La >o O N 0 Z O ? co CC O Ct 0 Li Z D W m V O O z 1--- (f) V ) 5 O J 0 0 + d Q W 0 < 0- (n D 0 Z I__ 0 < Q 0 Z cr) H!Z Q N SHEET 37 of 190 RECORD DRAWING NO. ST -883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 4,46pn User: bj File: N:\if\Drawings \CV-DCN-PP-WTR<01).deg 4-12" 45" BENDS PROP. 8"0 x 100'I PVC WATERLINE J 38+0 0 0 M 1- U) tJ z J S U a 48 NOTES; 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDMDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET 42 & Aa FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE 15 REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. 41) •00 500 L.F. OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 J Z,- //--R.O.W. LINE Nan CITY PROJECT 1E13090 MORGAN AVE. - OCEAN DR. TO STAPLES ST. STA 37+86.57 (31.5' LT) 1-.12"x12" TEE, DI. MJ. 2-12" GATE VALVE W/ 80X & COVER 4-12" 45' BENDS 1,/ ti / • l I`Q MORGANAI/E, STA 37+85.25 (80.2' LT) 1-10" TIE-IN CONNECTION 1-12"x10" REDUCER DI, MJ TO EXIST. 10" CIP WATERLINE 2-12" 45' BENDS, DI. MJ. (ROTATED) 51 L.F.'-12"0 WATERLINE REMOVE EXISTING FH. ASSEMBLY STA 38+00.00 (31.5' LT) 1,-12"x12" TEE, DI. MJ. � 2"•12" GATE VALVE _ W/ BOX & COVER 1--12"x8" REDUCER, DI, MJ. 3WM -Wh0- I STA 34+67.47 (31.5' LT) 1..F.H. ASSEMBLY (TYPE 1) STA 34+60.00 (4.5' RT) WATER METER M-4 FOR IRRIGATION (TO BE INSTALLED BY CIN) OCEAN DR/VE PROP. 12"0 x 400' WATERLINE STA 36+94.32 (31.5' LT) 1.-F.H. ASSEMBLY (TYPE 1) --A 35+00- 36+00 -,37+ -PROP. BASEUNE 1 <7. / 98 L.F. OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 STA 34+44.90 (31.5' RT) 1 ASSEMBLY (TYPE 1) STA. 34+60.00 PROP. 1" WATER SERVICE UNE OCEANDR/VE PROP. 12"0 x 382' WATERLINE 14-12" 45' BENDS / M -- 1 1 1 1 1 1 STA 37+95.99 (31.5' RT) 1-12" 45' BEND, 01. MJ. PROP. 12"0 x 79' PVC WATERLINE I SEE PROFILE SHEET 44 ,- 39 \5 STA 38+00.00 (27.5' RT) 1 -12" 45' BEND, DI. MJ. / / / / / / / // / / / / / / / / / / / / / / / // / / / / / / / / / / / / / / / / / / / / / / / 1 / / / / / / MIS -- Sit r M7• • R.O.W. UNE // / / /A/e' / / / M11 WATER AND WASTEWATER PLAN SCALE: 0 20' 40' 0 3' 6' SCALE IN FEET VERTICAL SCALE IN FEET HORIZONTAL 9 II III I 1.11 , STA 37+73.14 (31.5' RT) 1»12"x8" TEE, DI. MJ. 1.8" GATE VALVE W/ BOX & COVER 1,-12" GATE VALVE W/BOX & COVER STA 37+77.30 (48.6' RT) 1-8" TIE-IN CONNECTION TO EXIST. 8" ACP WATERLINE 2-8" 45' BENDS, DI. MJ. 20 L.F.-8"0 PVC WATERLINE 44 40 32 28 V1 + M 0 -- w...v CO a z m 0 m 0 m b z MATCHLINE STA. 39+00 48 44 EXIST. LEFT R.O.W. PROP. TOP OF CURB (RT) PROP. TOP OF CURB (LT) 0-....., _..-...-............. -. _. _. -. _• . . _. .x-12" T.O.P.= 33.29 (RT) 24 20 16 PROP. 12" PVC WATERLINE (RT) PROP. 12" PVC WATERUNE (LT) EXIST. RIGHT R.OW.� EXIST. 8" WATERLINE (RT) T.O.P.= 32.86 PROP. 18" R.C.P. (LT) T.0 P.= 31.10 12" T.O.P.= 32.40 (LT) '•'•' 12" T.O.P.= 32.41 (RT) 67 L.F.- 12" D.I. WATER UNE (RT) PROP. 18" R.C.P. (RT) T.O.P.= 31.61 12" T.O.P.= 32.40 (LT) 12" T.O.P.= 31.34 (RT) EX ST. 8" WATERLINE (LT) T.Q.P.= 33.20 40 PROP. TOP OF CURB (LT) 12" T.O.P.= 32.33 (RT).,,. ._ 12" T.O.P.= 32.30 (LT) 12" T.O.P.= 27.89 (LT) 12" T.O.P,= 26.94 (RT) . 60 L.F.-12" D I WATERLINE (LT) 8" T.O.P.= 32.11 (LT) 8" T.O.P.= 32.32 (LT) 48 LF. -12" D.I. WATERLINE (LT) PROP. 8" PVC WATERLINE (LT) 36 32 28 PROP. 6'x6' R.C.B. .- 17.77 (LT) O or M' 41 ffi tt re 8 b • N 0... M. ....I.. Y. M. N <...M PROP. 6'x6' R.C.B.. FL= 17.55 (RT) 0 m '0 ~ J Cnn W� NN 24 p. aai "O., ' CQpj,..O ,�0 m'+"m'++lJ'�R' S. 19 N N 20 16 34+00 35+00 36+00 37+00 38+00 39+00 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 LL N o: O 0 M LLJ 0 z L u U O O CV 0 z 0 CC) 0 cr 0 Li D CO LOUISIANA TO 0 0 LJJ + L_JOQ < 0 • o 0z~ z<0 < z 0 J j_ d 1.0 a • Ln SHEET 38 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 4.47pn User: bj File: NAif\Drawings \CV-DCN-PP-WTR(01).dwg 0 0 tr) 0 Ld z _J 0 1 - NOTES; 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2- LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET la & la FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFUCTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. 48 44 WATER AND WASTEWATER PLAN SCALE: 0 20 40' 0 4' 8' SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL 48 44 40 6 40 EXIST. LEFT R.O.W. PROP. TOP OF CURB (RT) 32 28 — — r-\ 8" T.O.P.- 32.32 24 EXIBT. RIGHT' 'R.O.W: 36 PROP. TOP OF CURB (LT) PROP. 8' PVC WATERLINE 8" T.O.P.- 33.22 32 28 24 20 16 1. 0 a, 1.7 .46 tn t 20 16 39+00 40+00 41+00 42+00 DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 0 REVISION NO. DESCRIPTION 0 REVISION NO. 0, >0 0 z C.) 0 0 0 CO 0 0 Li CO LOUISIANA TO 0 0 LL1 + uj LL < 0- 0 0 Z Z < 0 < 0 cc < Li] 1— 0- (1 SHEET 39 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date, Sep 23, 2015 - 4:48pm User: bj File: NI: \ if \ Drawings \ CV-CICN-PP-WTR(00.dwg 304 LJ.OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE STA 39+97.41 (31.5 LT) AND FILLED W/ GROUT 1n.F.H. ASSEMBLY (TYPE 1) REFER TO NOTE 5 & 6 R.O.W. LINE --N---- N' grci , _ 0 0 / _ / ire, ,,,, ... - -IMP- '''' -.'r -"' '-' '''' - - I,' 110.11111.1 ';';'°1747-45-1rk:17-7R:'rri.":7:71;;773 1 f li WAIIIILNIFAIIILL r•-• 1PROP. 80 x 3037 PVC WATERLINE OCEAN DRIVE ( el C 00 ,i • 401-00 -.------- __.--:---- — — 4, --- — _... — 41 +Acy _ __ __...... ._.... - - — 4--• -, — -0-------- — 9 -' ------- _ --1-- ,_ - - < LPD ----- I-- _ __ V PROP. BASELINE LL OCE4N DR/VE Z .2.3 X C.) 1- •a . mit• . ,. 118.44NA • • • '-___ ,_. _ NW ..x1INLEMOL.T. _ 'Mir +sr _ _ SN TN ,jt;' =• • R.O.W. LINE 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2- LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET la & la FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFUCTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. 48 44 WATER AND WASTEWATER PLAN SCALE: 0 20 40' 0 4' 8' SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL 48 44 40 6 40 EXIST. LEFT R.O.W. PROP. TOP OF CURB (RT) 32 28 — — r-\ 8" T.O.P.- 32.32 24 EXIBT. RIGHT' 'R.O.W: 36 PROP. TOP OF CURB (LT) PROP. 8' PVC WATERLINE 8" T.O.P.- 33.22 32 28 24 20 16 1. 0 a, 1.7 .46 tn t 20 16 39+00 40+00 41+00 42+00 DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 0 REVISION NO. DESCRIPTION 0 REVISION NO. 0, >0 0 z C.) 0 0 0 CO 0 0 Li CO LOUISIANA TO 0 0 LL1 + uj LL < 0- 0 0 Z Z < 0 < 0 cc < Li] 1— 0- (1 SHEET 39 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date, Sep 23, 2015 - 4:48pm User: bj File: NI: \ if \ Drawings \ CV-CICN-PP-WTR(00.dwg NOTES; 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE A5 PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET A2, & },,1 FOR WATERLINE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. STA 42+91.46 (45.5' LT) 1-F.H. ASSEMBLY (TYPE 1) REMOVE EXISTING FH. ASSEMBLY 208.5 L.F. OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT REFER TO NOTE 5 & 6 CRA/G SL STA 43+85.55 (90.3' LT) 1-8" TIE-IN CONNECTION TO EXIST. 8" ACP WATERLINE' g.031•1N/ EXIST. 8" ACP WATERLINE TO REMAIN ooEAN pRIVE STA 43+76.75 (87.0' LT) 1-8" 45' BEND DI., MJ. (ROTATED) STA 43+66.41 (64.2' LT) 1-8" 45" BEND 01.. MJ. (ROTATED) STA 43+30.21 (52.1' LT) 1-8"x8" TEE, DI. MJ. 2-8" GATE VALVES W/ BOX & COVER STA 43+34.09 (30.0' LT) 1-8" 11.25" BEND DI., MJ. 0 z 0 0 PROP. 8"11 x 77' PVC WATERLINE SEE PROFILE SHEET 44 43+00 - STA 43+32.96 (24.4' RT) 1-8"48" TEE, DI. MJ. 2-8" GATE VALVES W/ BOX & COVER STA 44+25.00 (3.0' RT) WATER METER M-5 FOR IRRIGATION (TO BE INSTALLED BY CITY) 44 40 CAUTION; 6" GAS LINE TO BE ADJUSTED OR RELOCATED BY OTHERS STA. 44+25.00 PROP. 1" WATER SERVICE UNE STA 44+35.87 (30.0' RT) 1-F.H. ASSEMBLY (TYPE 1) STA 43+33.01 (49.3' RT) 1-8" 11E -IN CONNECTION TO EXIST. 8" ACP WATERLINE 26 L.F.-8" PVC WATERLINE 1 \\ABANDONED WATERVAULT WATER AND WASTEWATER PLAN SCALE: 0 20' 40' 0 4' 8' I 1 SCALE IN FEET HORIZONTAL SCALE IN FEET VERTICAL R.O.W. LINE REMOVE EXISTING 252 L.F. OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE A140 FILLED W/ GROUT REFER TO NOTE 5 & 6 H 36 32 PROP. TOP OF CURB (LT) EXIST. LEFT R.O.W. 0 0 44 EXIST. AEP `: (LT) T.O.P.= 34.36 EXIST. AEP (LT) T.O.P.= 34.39 8" T.O.P.= 33.71 (LT) PROP. 18" R.C.P. (LT) T.O.P.= 33.79 �. 28 8" T.O.P.= 33.61 (LT) EXIST. TELEPHONE (LT): T.O.P.= 34.31 8" T.O.P.= 33.22 (LT) 40 PROP. TOP OF CURB (LT); 8� T.O.P.= 33.75 (LT) 8" T.O.P.= 33.77 (LT) 24 20 16 'PROP. 8" PVC WATERLINE (LT) EXIST. 6" GASLINE (LT) T.O.P.= 34.28 • 8" T.O.P.= 32.20 (RT) EXIST. AEP (RT) T.O.P.= 31,00 EXIST; 8" WATERLINE 8" T.O.P.= 30.58 (LT) Ia EXISf. RIGHT R.O.W. 8" T.O.P.= 31.32 (RT) 36 • PROP. TOP OF CURB (RT •' "" . -•• 8" T.O.P.= 25.85 (RT).. 46 L.F.-8" DJ. WATERLINE (LT) EXIST. AEP (RT) T.0 P.= 26.54 PROP. 8" PVC WATERLINE (RT) • 32 28 24 12 F.F{. ASSEMBLY g // H 0 2 r r 2 r 20 2 lm , JJIII 0 2 r lo i 42+00 43+00 44+00 45+00 16 12 46+00 0. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 t. ��\\\\1 E S�}f � � �I. On ' o Nv /�Yy ow a V 0 `O r U (n E 0 171 0 0 0 .a O U O N E 0 m z -01 o cv 0 o� m ±.1 _ >0 0 0 N 0 0 W + O Q _J `t W - LLLJ - O Q co cn Q Q EL Z o 0 • 0 < D ▪ 0 Z LI CO Z Q 0 U < 0 00 ��+ N Q a -• c (- (n LOUIS] SHEET 40 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 23, 2015 - 4:48pm User: bj File: NAIF\Drawings \CV -DCN- PP- WTR(01).dwg 40 STA 47+39.53 (65.4' LT) 1-8" TIE-IN CONNECTION TO EXIST. 8" ACP WATERLINE STA 47+21.04 (51.6' LT) CONNECT TO EXIST. 6" UNE INSTALL 6" CLEANOUT FL= 22.10± PROP. 6'0 x 29' PVC WASTEWATER LINE C-900 DR1S I R.O.W. UNE WWMH-3 4'0 FIBERGLASS M.H. (TYPE •C') STA. 47+37.61 (27.5' LT) RIM= 25.50 6"(W) FL = 17.82 8"(N) (. = 18.13 1 1 � 1 BUFORD ST" 1 1 a. i 1-20' JOINT OF 8"0 C-900 DR18 CENTERED ON WATERLINE mi N REMOVE EXIST. WASTEWATER UNE (132 LF) PROP. 8"0 x 25' PVC WASTEWATER LINE C-900 DR18 (ENCASED N CLASS '8' CONCRETE) - -18 ST 47+00' `PROP. BASELINE PROP. 8"0 x 146' PVC WATERLINE 242 L.F. OF EXIST. 8" ACP WATERLINE TO BE ABANDONED IN PLACE AND FILLED W/ GROUT SEE LATERAL 8 PROFILE SHEET 46 /1/ ///// /I/ //// ///// STA 47+53.12 (17.5' LT) 1-8" 11.25' BEND, D1, MJ PROP. 8"0 x 101 PVC WATERLINE REFER TO NOTE 5 & 6 STA 47+40.27 (30.0' RT) 1-F.H. ASSEMBLY (TYPE 1) C� R.O.W. LINE 48+00 /1/ //// ///// LATERAL "B" PROP. 8"0 x 78' PVC WASTEWATER LINE C-900 DR I8 WWMH-5 4'0 FIBERGLASS M.H. (TYPE 'C') STA. 48+59.13 (45.8' LT) RIM= 20.35 81SE) FL - 16.42 8"(N) FL = 16.42 REFER TO DETAIL 4/47 PROP. 8"0 x 8' PVC WASTEWATER LINE C-900 DR18 - 8"SS - _ - - 18"ST - - - LATERAL "8" PROP. 8"0 x 26' PVC 4 WASTEWATER LINE C-900 DR18 (ENCASED N CLASS 'B' CONCRETE) REFER TO DETAIL 3/47 SHOREL/NE BLVD. 49+00 50+00 STA 47+53.12 (22.5' RT) 1-.8" 45' BEND, DI, MJ 1-8" GATE VALVE W/ BOX & COVER STA 47+45.78 (30.0RT) 1-8" 45' BEND, 01, MJ REMOVE EXISTING FH. ASSEMBLY EMERALD BE4CHHOTEL WATER AND WASTEWATER PLAN SCALE: 0 20' 40' 0 4' SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL ASPHALT PAVEMENT REPAIR (TYPE 1) (110 S.Y.) REFER TO DETAIL 3/83 WWMH-4 4'0 FIBERGLASS M.H. (TYPE 'C') STA. 48+40.85 (27.5' LT) RIM= 20.91 8"(S) FL = 17.29 8"(NW) FL = 17.37 REFER TO DETAIL 4/47 NOTES; SHOREL/NEBLVD. 1. CONTRACTOR SHALL INSTALL WATER SERVICES AND EXTEND AND CONNECT TO EXISTING WATER METER. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING THE PLACEMENT OF PROPOSED WATERLINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. ALL WATER MAIN VALVES AND FITTINGS TO BE DUCTILE IRON AND WRAPPED WITH 2 -LAYERS OF 8 -MIL POLYETHYLENE AND RESTRAINED WITH MEGA -LUG JOINT RESTRAINT OR APPROVED EQUAL. 4. REFER TO SHEET 1 & 4,T FOR WATERUNE CONNECTION DETAILS. 5. WHERE REMOVAL OF EXIST. AC WATERLINE IS REQUIRED DUE TO CONFLICTS W/ PROP. IMPROVEMENTS, REFER TO NOTE F-10 ON SHEET 4 FOR REQUIREMENTS. 6. EXIST. WATERLINE TO BE ABANDONED AFTER PROP. WATERLINE IS IN PLACE & HAS BEEN ACCEPTED FOR USE. 40 36 32 28 ) 36 32 24 20 PROP. TOP OF CURB (LT) EXIST. LEFT R.O.W. 8' T.O.P.= 25.85 (RT) , Lam` +•.te a _' 28 EXIST. MIS CONDUIT (RT)-\\ T.O.P.= 23.20 PROP. 8" PVC WATERLINE (RT) • PROP. TOP OF CURB (RT) EXIST. 8" WATERLINE (RT) ABANDONED IN PLACE T.O.P.= 22.31 • 8" T.O.P.= 18.77 (RT) ) PROP. TOP OF CURB (LT) • EXIT. RIGHT R.O.W. 16 24 20 16 ) 12 SEE W.W. LATERAL B PROFILE SHEET 46 12 4 x•• x IX IX n ) 8 4 46+00 47+00 48+00 49+00 50+00 50+50 CONSULTANT'S SHEET No. a (r) 0E E 0 0 a 0 U "4-3 0 2) E 0 D_ (1) 0 N O N 0 Li J o QRZ LJJ CO W W I-0 J CC 0 � Q o d 0 Z ? O Z O W 00 Z < O o Q 0o Wgd F- I- (1) LOUIS! SHEET 41 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 4:49pn User:bJ File: MN' \Drawings\CV-OCN-PP-WTR(01).dwg EXIST. 6" WATERLINE TO REMAIN 14/ O 18" R.C.P. EXIST. 6" WATERLINE TO BE REMOVED PROP. STORMWATER MANHOLE EXIST. 12" WATERLINE TO BE ABANDONDED PROP. 18" R.C.P. I I I 1 i I I I a 1 4- c� l�! I L_T PROP. 8" WATERLINE 1 PROP. 2-12" 45' BENDS I I. 1 1' OCEANDR. PROP. 12" PVC WATERLINE ly k1 PROP. 2-12" / 45' BENDS 15". PROP. 6" WATERLINE TIE-IN CONNECTION 1 II PROP. 8"x6" REDUCER 1-1i PROP. 8" 45' BEND (ROTATED) REMOVE EXIST. F.H. ASSEMBLY PROP. 8" 45' BEND (ROTATED) 12"W PROP. 18" R.C.P. PROP. 2-8" 45' BENDS //- PROP. 8" GATE VALVE / W/ BOX & COVER / PROP. FIRE HYDRANT ASSEMBLY (TYPE 1) /-PROP. 12" GATE VALVE 1 W/ BOX & COVER PROP. 12"x8" TEE 1 PROP. STORMWATER I MANHOLE 1 CAUDEM 2" GASLINE TO BE ADJUSTED OR RELOCATED BY OTHERS e PROP. 24" R.C.P. WATERLINE TIE—IN CONNECTION @ SOUTHERN ST. SCALE: 1" = 10' DEL MARBLVD. 1 EXIST. 8" WATERLINE ,/TO REMAIN PROP. 8" WATERLINE TIE-IN CONNECTION cl 1 PROP. 8" 45' BEND =\ \ \ / 1►4 ' PROP. FIRE HYDRANT J - ASSEMBLY (TYPE 1) PROP. 8' PVC WATERUNE EXIST. 12" WATERLINEN TO BE ABANDONDED - le 1�-REMOVE EXIST. I e F.H. ASSEMBLY EXIST. 8" WATERLINE TO BE REMOVED PROP. 2-8" 45' \BENDS PROP. 18" R.C.P. PROP. 8" D.I. WATERLINE OCEANDR. I/T4 EXIST. 8" WATERLINE I �TO BE REMOVED PROP. 2-8" 45' BENDS _ _15"ST_ PROP. 18" R.C.P.= PROP. 8" GATE VALVE W/ BOX & COVER PROP. STORMWATER MANHOLEI� 1 \- PROP. 12"x8" TEE - `PROP. 12" PVC WATERLINE PROP. 12" GATE VALVE W/ BOX & COVER PROP. 12"x8" TEE PROP. 12" PVC WATERLINE 1 PROP. 8" GATE VALVE W/ BOX & COVER PROP. 8" PVC WATERLINE WATERLINE TIE—IN CONNECTION @ DEL MAR BLVD. SCALE: 1" = 10' EXIST. 6" WATERLINES TO REMAIN CO I '1 I 1 IPROP. 6" WATERLINE Vi NTIE-IN CONNECTION — t -° c 1 IOW1 PROP. 8"x6" REDUCER 'Sys Q I Sj ill PROP. I ' 45' BEND (ROTATED) PROP. 18" R.C.P.- \5 I e !I„1,,,itir PROP. 8” 45' BEND (ROTATED) PROP. 18" R.C.P. I REMOVE EXIST. _ F.H. ASSEMBLY I W • TO BE REMOVED EXIST. 6" WATERLINE IN -N- L L 1 I �PR0P. 8" D.I. WATERLINE OCEANDR. PROP. 12" GATE VALVE IW/ BOX & COVER Oa PROP. 8" GATEI VALVE I I�PROP. 2-12" 45' BENDS W/ BOX & COVER WATERLINE 1 �( ) 1 I1� �) 1 I PROP. 12" PVC- I PROP. 12"x8" TEE PROP. FIRE HYDRANT - WATERLINE PROP. 2-12" 45' BENDS I I IWATERLINE TIE—IN CONNECTION0 ATLANTIC ST. PROP. STORMWATER MANHOLE `i r EXIST. 12" WATERLINE TO BE ABANDONDED SCALE: 1" = 10' U EXIST. 8" WATERLINE TO REMAIN I`I I PROP. 8" WATERLINE h TIE IN IC NNNECTION Q ) O I PROP 2-8" 45' BENDS NJ I - V ,!/ (ROTATED) 11 I •' PROP. 18" R.C.P. 1111111111111•1,1011M 'i MI 11� --rid li Fit, le LAMA 1 I PROP. STORMWATER MANHOLE EXIST. 8" WATERLINE TO BE REMOVED ASSEMBLY (TYPE 1) PROP. 2-8" 45' BEN PROP. 12" PVC WATERLINE PROP, WASTEWATER UNE PROP. WASTEWATER 1 MANHOLE PROP. 8" PVC WATERLINE1)14 It II I I I PROP. 36" R.C.P PROP. 12" 45' BEND REMOVE EXIST. F.H. ASSEMBLY \ EXIST. 2" WATERLINE TO BE ABANDONDED PROP. 8" GATE VALVE W/ BOX & COVER 14 PROP, 2-12" 45' BENDS PROP. 12"x8" TEE PROP. 12" GATE VALVE I W/ BOX & COVER I I I I1 PROP. WASTEWATER LINE PROP. 12" PVC WATERLINE 1• IMP PROP. 2-12" 45' BENDS PROP. 1-20' SECTION OF 12" D.I. PIPE CENTERED UNDER PROP. WASTEWATER UNE WATERLINE TIE—IN CONNECTION @ COLE ST. SCALE: 1' = 10' EXIST. 6" WATERLINE TO REMAIN .01 / PROP. FIRE HYDRANT /ASSEMBLY (TYPE 1) U a NAPLES ST" 1 PROP. 6" WATERLINE TIE-IN CONNECTION PROP. 8"x6" RI D I CER • \ 1 II I N IQQ • 1 REMOVE EXIST. F.H. ASSEMBLY - EXIST 6" WATERLINE TO BE ABANDONED VIV — PROP. 8" PVC WATERLINE PROP. 8" GATE VALVE W/ BOX & COVER OCEAN DR. n 12 EXIST. 12" WATERLINE TO BE ABANDONDED PROP. 12" GATE VALVE W/ BOX & COVER PROP. 18" R.C.P. PROP. STORMWATER MANHOLE C PROP. 12"x8" TEE PROP. 12" PVC WATERLINE fj WATERLINE TIE—IN CONNECTION @ NAPLES ST. SCALE: 1" = 10' / / N _�•I � l PROP. 72" R.C.P. / :�\6� ,/ /PROP. 10" WATERLINE tir / / TIE-IN CONNECTION , PROP. t2"x10" REDUCER PROP. 24" R.C.P. e :. / 12" 45' BENDS PROP./�/ 11 T PROP. 12" D.I. �� �, ®/ %c� WATERLINE � PROP. . 12" 45' BENDS (ROTATED) OVEASSEMBLY I.iF.H. / 1 l 11 / 1 /.EXIST. 10" WATERLINE TO REMAIN \5 PROP. STORMWATER MANHOLE PROP. 18" R.C.P. / EXIST. 10" WATERLINE TO BE ABANDONED PROP. 72" R.C.P.-. PROP. 12" PVC WATERLINE / / I EXIST. 12" WATERLINE TO BE ABANDONDED //PROP. 12" PVC WATERLINE PROP. 12" GATE VALVE W/ BOX & COVER PROP. 12" PVC ". WATERUNE 1111111,_ `-PROP. 12"x12" TEE PROP. 12" GATE VALVE OCEAN DR. W/ BOX & COVER WATERLINE WATERLINE TIE—IN CONNECTION @ AYERS ST. SCALE: 1' = 10' DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 am z 0 DESCRIPTION 0 1— U m E 0 Oi 0 1 O 0 xU w 0 c i 0 CL 0 0 REVISION NO. N 0 N z 0 CC 0 Lt Z WCO U 0 LOUISIANA TO WATERLINE TIE-IN CONNECTIONS (01) SHEET 42 of 1 90 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 16, 2015 - 4:31pm User: bj Ole: N:\iF\Drawings\CV-DCN-DT-WATER TIE01.dwg AEP AEP - EXIST. 16" WATERLINE / �\ TO REMAIN PROP. 16" PVC WATERLINE PROP. 16" 45' BENDS '4 ® /EXIST. 12" WATERLINE TO BE ABANDONDED PROP. 16"x12" REDUCER PROP. 12" PVC PROP. 12" GATE VALVE WATERLINE W/ BOX & COVER TERPROP. 16" WATERLINE TIE-IN CONNECTION ' REMOVE EXIST. F.H. ASSEMBLY 17( a 1EXIS111\5IN T. 16" WATERLINE TO BE ABANDONED 44 / ?� / PROP. STORMWATER MANHOLE PROP. 6'x6' PROP. 12"x12" TEE PROP. 12" GATE VALVE W/ BOX & COVER OCEAN DR WATERLINE TIE—IN CONNECTION ® ELIZABETH ST. SCALE: 1" = 10' R.C.B. / EXIST. 10" WATERLINE TO BE ABANDONED PROP. 12" D.I. / WATERLINE 1 / 1 EXIST. 8" WATERLINE ----I( TO BE ABANDONED PROP. 12" GATE VALVE W/ BOX & COVER I/ // // �EXIST. 10" WATERLINE TO REMAIN /I' PROP. 10" WATERLINE TIE-IN CONNECTION IPROP. 12"x10" REDUCER I 14°PROP. 2-12" 45' BENDS 1101: (ROTATED)REMOE EXIST. AF.H. ASSEMBLY I� IC PROP. 18" R.C.P. `` PROP. 12"x12" TEE EXIST. 12" WATERLINEA TO BE ABANDONDED PROP. 12" PVC-\ WATERLINE / PROP. 2-12" 45' BENDS PROP. 12" GATE VALVE W/ BOX & COVER - I PROP. 12"x12" TEE / /1 PROP. 2.12 45' BENDS PROP. 12" PVC --...„,I WATERLINE WATERLINE TIE—IN MORGAN AVE. SCALE: 1" = 10' PROP. 8" PVCAs WATERLINE PROP. 12"x8" REDUCER PROP. 12" GATE VALVE W/ BOX & COVER OCEAN DR CONNECTION W1 DUCTILE IRON— NRS FLG VALVE (TYP-3) UNIFLANGE (TYP-2)7 IZE By -PASS FLG STRAINER MJ x FLG COUPLING \ / FLG TEE (TYP-2) ai NAMEPLATE INDICATING: MFG: PARKUSA MODEL: DMT -CC DATE MANUFACTURED -GALVANIZED ALL THREAD RETAINER ROD (TYPICAL) L. 18" PLAN VIEW DIMENSIONS MODEL SIZE PASS L1 W1 H1 LLEENGTH ALBS T DMT-CC3 3" 3" 8'-8" 5'-0" 4'-0" 12" 14.000 DMT-CC4 4" 4" 8'-8" 5'-0" 4'-0" 14" 14,000 DMT-CC6 DMT-CC8 6" 8" 6" 8" 8'-8" 13'-0" 5'-0" 7'-0" 4'-0" 5'-0" 18" 20" 14,000 28,000 6" H1 DUCTILE IRON 6" ELEVATION 3' 0" X 5'-0" DOUBLE LEAF ALUMINUM HATCHWAY w/STAIN- LESS STEEL SPRING ASSISTED LIFT W/ DROP HANDLE CAST FLUSH IN CONCRETE LID JOINTS SEALED WATERTIGHT w/ RAMNEK GASKET NOTES: 1. CORE DRILL AND CONNECT 4" PVC PIPE DRAIN TO CURB INLET. 2. PAYMENT FOR DRAIN LINE IS SUBSIDIARY TO VAULT INSTALLATION. Specifications CONCRETE : Class I II concrete with design strength of 4500 PSI at 28 days. Unit is of monolithic construction at floor and first stage of wall with sectional riser to required depth. Gross empty weight of approximately 15,000 pounds. REINFORCEMENT: Grade 60 reinforced. Steel rebar conforming to ASTM A615 on required centers or equal. ALUMINUM HATCH: 1/4" aluminum skid -resistant floor (300 psf) plate, stainless steel tamperproof bolting, spring assisted hinges, & slamlock. Engineering Data Field excavation and preparation shall be completed prior to delivery of assembly. Use dimensional data as shown. Pipe, valves and fittings of the assembly are approved by one or more of the following associations: 964.5 PROJECT: CUSTOMER: ORDER #: PROJ #: DATE: 388.611.7275 www.park-usa.com P K� AR tem razor vTiatelr Cocity./ m Cts �rti/\ate 3" THRU 8" DOMESTIC TURBINE WATER METER ASSEMBLY PM DRN ENG DATE 08/15 DWG. NO. DMT—CC REV. A} DESCRIPTION CONSULTANT'S SHEET No. {NI PROJECT: COR 13155 w 0 0 REVISION NO. DESCRIPTION I_ m E 0 = 0 U N o III 0Q uo IIS off .° ° c O E a, >= o 1_ a U c La 0 0 REVISION NO uJ Z LLl U 0 N 0 CN 0 z 0 CO 0 Ct 0 LL CO LOUISIANA TO "C1 N U) 0 J w Z t� O U z z 0 U z_ LTJ LU z J LTJ >- m W (/) LTJ LTJ LJ SHEET 43 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 5:03pn User: bj File: N+\If\Drowings\CV-DCN-DT-WATER TIEOI.dwg W TER METER ASSEMBLED NRS FL GATE w/S.S. BOLTS AND NUTS VALVE (TYP-3) FLANGED SPOOL (METER SUPPLIED BY CITY)] _ III `1I1 GALV STEEL PIPE 1 MN " SUPPORT (TYP.) �4"1 PVC PIPE DRAIN d r. GRAVEL BEDDING ��a�"' 12"x12" SUMP WITH REQ. FOR DRAINAGE «f�i THIN WALL KNOCK OUT L1 AND CAST IRON GRATE ELEVATION 3' 0" X 5'-0" DOUBLE LEAF ALUMINUM HATCHWAY w/STAIN- LESS STEEL SPRING ASSISTED LIFT W/ DROP HANDLE CAST FLUSH IN CONCRETE LID JOINTS SEALED WATERTIGHT w/ RAMNEK GASKET NOTES: 1. CORE DRILL AND CONNECT 4" PVC PIPE DRAIN TO CURB INLET. 2. PAYMENT FOR DRAIN LINE IS SUBSIDIARY TO VAULT INSTALLATION. Specifications CONCRETE : Class I II concrete with design strength of 4500 PSI at 28 days. Unit is of monolithic construction at floor and first stage of wall with sectional riser to required depth. Gross empty weight of approximately 15,000 pounds. REINFORCEMENT: Grade 60 reinforced. Steel rebar conforming to ASTM A615 on required centers or equal. ALUMINUM HATCH: 1/4" aluminum skid -resistant floor (300 psf) plate, stainless steel tamperproof bolting, spring assisted hinges, & slamlock. Engineering Data Field excavation and preparation shall be completed prior to delivery of assembly. Use dimensional data as shown. Pipe, valves and fittings of the assembly are approved by one or more of the following associations: 964.5 PROJECT: CUSTOMER: ORDER #: PROJ #: DATE: 388.611.7275 www.park-usa.com P K� AR tem razor vTiatelr Cocity./ m Cts �rti/\ate 3" THRU 8" DOMESTIC TURBINE WATER METER ASSEMBLY PM DRN ENG DATE 08/15 DWG. NO. DMT—CC REV. A} DESCRIPTION CONSULTANT'S SHEET No. {NI PROJECT: COR 13155 w 0 0 REVISION NO. DESCRIPTION I_ m E 0 = 0 U N o III 0Q uo IIS off .° ° c O E a, >= o 1_ a U c La 0 0 REVISION NO uJ Z LLl U 0 N 0 CN 0 z 0 CO 0 Ct 0 LL CO LOUISIANA TO "C1 N U) 0 J w Z t� O U z z 0 U z_ LTJ LU z J LTJ >- m W (/) LTJ LTJ LJ SHEET 43 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 5:03pn User: bj File: N+\If\Drowings\CV-DCN-DT-WATER TIEOI.dwg 40 40 40 38 40 38 38 36 34 32 30 28 26 24 36 36 EXIST. PAVEMENT --------- EXIST. PAVEMENT 38 31.5' EXEST. 12" WATERLINE T.O.P.= 33.40 EXIST. TELEPHONE T.O.P.= 34.40 36 EXIT. MIS CONDUIT T.O.P.= 32.90 34 34 EXIST. 12" WATERLINE T.O.P.= 31.02 15 EXIST. AEP T.O.P.= 31.90 EXIST. 8" WATERLINE T.O.P.= 30.80 PROP. 12"x12" TEE 12" T.O.P.= 32.68 32 32 PROP. 12"x8" TEE 8" T.O.P.= 30.25 PROP. 18" R.C.P. V PROP. 8" PVC WATERLINE PROP. 8" 45' BEND 8" T.O.P.= 29.34 EXIST. MIS CONDUI T 0.P.= 30.63 30 EXIST. AEP T.O.P.= 34.90 PROP. 12" GATE VALVE 30 28 28 PROP. 8" GATE VALVE - PROP. 8" 45BEND 8" T.0 P.= 29.13 EXIST 8" WATERLINE 26 26 24 24 WATERLINE LATERAL - STA. 16+97.35 SCALE: 1"=10' HORZ. 1"=2' VERT. PROP. 1" WATER SERVICE LINE PROP. 8" PVC WATERLINE PROP. 12"x8" REDUCER 12" T.O.P.= 31.84 PROP. 12"x12" TEE • 12" T.O.P.= 32.00 el• I. I • • 11111 ii 1111111 LIPROP. 12" PVC WATERUNEI PROP. 8" 5' BEND 34 PROP. 8" TIE-IN CONNECTION 8" T.O.P.= 31.84 32 30 EXIST. 8" WATERLINE 28 26 24 WATERLINE LATERAL - STA. 28+41.04 SCALE: 1"=10' HORZ. 1"= 2' VERT. 40 40 40 40 38 36 38 38 34 32 30 28 26 24 N • /EXIST. PAVEMENT EXIST. PAVEMENT 38 36 36 PROP. 18" R.C.P. 31.5' PROP. 12x12" TEE 12" T.O.P.= 32.33 EXIST. AEP T.O.P.= 33.30 XIST. MIS CONDUIT T.O.P.= 33.47 1.1.101. 'PROP. 12" PVC WATERLINE PROP. 12" 45' BEND 12" T.O.P.= 31.80 52.4 36 34 34 32 32 30 30 -PROP. 12" GATE VALVE PROP. 12" 45" BEND 28 28 26 26 24 24 WATERLINE LATERAL - STA. 38+00 SCALE: 1"=10' HORZ. 1"=2' VERT. PROP. 8"x8" TEE 8" T.O.P.= 33.61 PROP. 8" 11.25' BEND 8" T.O.P.= 33.20 PROP. 8" PVC WATERLINE EXIST. TELEPHONE T.O.P.= 33.60 PROP. 8"x8" TEE 8" T.O.P.= 32.20 PROP. 8" GATE VALVE liwilili 0 34 32 PROP. 8" GATE VALVE PROP. Ir TIE-IN CONNECTION 8" T.O.P.= 31.50 30 EXIST. 8" WATERLINE 28 26 24 WATERLINE LATERAL - STA. 43+30.21 SCALE: 1"=10' HORZ. 1"=2' VERT. CONSULTANT'S SHEET No. t PROJECT: CORI 3155 0 0 z DESCRIPTION o 0 o E >- a_ 0 0 z 8 0 Cc a a CC 0 Z L.LJ CO 0 0 REVISION NO. LOUISIANA TO SHEET 44 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT i E12093 Date: Sep 16, 2015 - 4.32po User: bj File: Ni\if \ Drawings \CV-EICN-LAT-N/TRAwg 30 30 28 28 • 26 • • 26 24 22 EXIST. 8" WATERLINE PROP. 8" TIE-IN CONNECTION 8" T.O.P.= 23.00 EXIST. PAVEMENT 24 20 18 16 EXIST. AEP T.O.P.= 22.60 PROP. 8" 11.25' BEND 8" T.O.P.= 21.32 PROP. 8" 45' BEND 8" T.O.P.= 20.00 PROP. 8" TIE-IN CONNECTION PROP. 8" WASTEWATER P.V.C. EXIST. 8" WASTEWATER T.O.P.= 20.16 14 PROP. 8" GATE VALVE 22 20 PROP. 8" 45' BEND 8" T.O.P.= 18.77 18 16 14 WATERLINE LATERAL - STA. 47+39.53 SCALE: 1"=10' HORZ. 1"=2' VERT. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 m O 0 0 DESCRIPTION m REVISION NO. N 0 N 0 Z 0 w m c a 0 Cr 0 Z L- Q D w CO U 0 LOUISIANA TO 0 SHEET 45 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E 12093 Dote: Sep 16, 2015 - 4,32pm User: bj File: N:\if\Drawings\CV-DCN-LAT-WTR.dwg 42 42 40 40 38 36 34 32 30 28 26 38 3 PROP. 8" x 6' P.V.C. $.111,PON k= 32.38 PROP. 20' SECTION OF 8" PVC PRESSURE PIPE CENTERED OVER PROP. 12" WATERLINE EXIST. 8" WASTEWATER LINE PROP. 18" R.C.P. F.-- EXIST. 12" WATERLINE PROP. 12" WATERUNE EXIST. PAVEMENT PROP:.8" ENCASED S=0.35% x 127:1" P:V.C. N CLASS 'EF CONCRETE EXIST. M.I.S. CONDUIT (TO BE ADJUSTED 1!3Y OTHERS) .= 32.81 PROP. 4' x 16.0' P.V.C. S=2.75% 36 PROP 45 BEND EXIST. 4" FORCEMAIN_\ EXIST. FIBER OPTIC IT.O.P.# 31.50 PROP. 36" R.C.P. IL = 32.86 PROP. 4" x 14.9' P.V.C. S=0.28% EXIST. 11.25' BEND PROP. 4" x P.V.C. S=0.28% 34 32 30 28 26 30 WASTEWATER LATERAL - 'A' PROFILE SCALE: 1".10' HORZ. 1"=2' VERT. 30 28 26 24 22 20 18 16 14 28 PROP. 6" CLEANOUT PROP. 6" 45' BEND 26 EXIST. 6" W.W.L. FLF..22.1.0A EXIST. PAVEMENT 24 EXIST. 8" WATERUNE (Iv—PROP. 8" WATERUNE K. 18.18 k= 18.13 PROP. 8" x 79.8' P.V S=0.81% PROP. 6" x 28.7 P.V.C. S=13.65% E= 17.29 K= 16.42. PROP. 8" 6.0' 6.0' P V.C. SF0,50 PROP. 20 SECTION OF 8- PVC PRESSURE PIPE CENTERED UNDER PROP. 8" WATERLINE PROP. 8" x 23.4' ENCASED IN CLASS 13' cONCIttt 't.O.1119: K. 17.37 .......... PROP. 8" x 25.9' P.V.C. ENCASED W CLASS 'tir CONCRETE .S=3.36% Y 22 20 18 K. 16.42 — 16 EXIST. 8 WASTEWATER LINE 14 13 WASTEWATER LATERAL - 'B' PROFILE 41 46 SCALE: 11"..:;O'vliZRZ. DESCRIPTION 0 z 0 CONSULTANT'S SHEET No. IN1 PROJECT: COR 1 3155 1c6 DESCRIPTION a REVISION NO. —cc 2o c 00 05z .S c 511 —I" — 418 tfl >0 'c -N7 0 (NI 0 0 co co 0 0 ZLi D LJ..1 120 0 LOUISIANA TO SHEET 46 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E 12093 Dote: Sep 16, 2015 - 4.33pm User: bj File: Ni \ if \ Drawings \ CV-UCN-LAT-It/TR.dwg NOTE" NEW WATERLINE W/ ONE 20 -FT. SECTION CENTERED OVER WASTEWATER LINE NEW PVC WASTEWATER PRESSURE PIPE NEW PVC WASTEWATER GRAVITY LINE WASTEWATER LINE THIS ACTIVITY SHALL NOT BE PAID FOR SEPARATE BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROPOSED WATER AND/OR WASTEWATER IMPROVEMENTS. 41 NE ONE 0 -FT. SECTION OF NEW PVC PRESSURE PIPE (150 P.S.I. MIN. PRESSURE RATING) WITH APPROPRIATE ADAPTERS SHALL 8E CENTERED UNDER THE WATERLINE. TYP. PIPE CROSSING DETAIL SCALE: N.T.S. NH ONE 0 -FT. SECTION OF NEW PVC PRESSURE PIPE (150 P.S.I. MIN. PRESSURE RATING) WITH APPROPRIATE ADAPTERS SHALL BE CENTERED OVER THE WATERLINE. NEW PVC WASTEWATER GRAVITY LINE WASTEWATER LINE NEW WATERUNE W/ ONE 20 -FT. SECTION OF DUCTILE IRON PIPE W/ MJ FITTING CENTERED UNDER WASTEWATER LINE 41 Z N 2 WATER NEW PVC WASTEWATER PRESSURE PIPE THI�ACTIVITY SHALL NOT BE PAID FOR SEPARATE BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROPOSED WATER AND/OR WASTEWATER IMPROVEMENTS. TYP. PIPE CROSSING DETAIL SCALE: N.T.S. 41 PROP. ASPHALT PAVEMENT SECTION REFER TO DETAIL 1/6 CLASS B CONC. TO BOTTOM OF COMP. FLEXIBLE BASE 11 CLASS B CONCRETE 5 PROP. 8"0 WASTEWATER LINE (C-900 DR 18) ENCASED IN CLASS B CONCRETE. WASTEWATER LINE CONCRETE ENCASEMENT DETAIL SCALE: N.T.S. 3000 PSI CONCRETE W//4 0 8" 0.C.E.W. DEPTH VARIE CITY STANDARD ROADWAY RING & COVER W/ STAINLESS STEEL FLOW INHIBITOR PROP. ASPHALT PAVEMENT SECTION REFER TO DETAIL 1/6 ............... ..... rn INITIAL BACKFILL -5' TO BE FLOWABLE FILL TO EXCAVATION °' WALL (TYP.) NO. 4 DOWELS X 12” LONG 0 24” MAX. SPACING. CAST IN PLACE CONCRETE BASE SECTION • 555555'5555 55 55555555 ,„,„ „„ „ ..,„„, CONCRETE GROUT (SEE NOTE NO. 8 SHT. 52) PIPE SEAL (SEE DETAIL SHT. 55) 1 COMPACT TOP 6” OF SUBGRADE TO 95% PROCTOR DENSITY ASTM 0-698 AT OPTIMUM MOISTURE CONTENT 41 15 BARS 0 8" 0.C.E.W. MANHOLE 0.D. + 2'-0" OUTLET PIPE (SIZE VARIES) FORM ALL CONCRETE FOUNDATION WORK. DO NOT USE THE EXCAVATION WALL AS A FORM. CRUSHED UMESTONE (TXDOT ITEM 421, GRADE 2, 3, OR 4) BEDDING 8" MIN. DEPTH (REQUIRED WHETHER GROUND -WATER IS PRESENT OR NOT) PROVIDE WHETHER FOUNDATION IS CAST ON GROUND SURFACE OR IN EXCAVATION. FIBERGLASS MANHOLE (TYPE 'C') SCALE: N.T.S. NOTE: FOR ADDTIONAL NOTES AND CALL -OUTS REFER TO WASTEWATER CITY STANDARD DETAILS SHEETS 52-56 PROPOSED SAN. SEWER LINE EXIST. SAN. SEWER LINE CONNECT PROP. PVC SAN. SEWER TO EXIST. V.C. PIPE W/ MISSION RUBBER COMPANY ADAPTER OR APPROVED EQUAL 41 CEMENT STABILIZED SAND (1-1/2 SACKS/CY OF SAND) 2' ON EITHER SIDE OF CONNECTION WASTEWATER LINE CONNECTION TO EXISTING PIPE DETAIL SCALE: N.T.S. CONSULTANT'S SHEET No. PROJECT: COR 131155 m La 0 REVISION NO. DESCRIPTION Ial 0 0 O z z 0 K 0 0w N 0 cV 0 z 0 IX 0 D (Y 0 Z L.I Q D LLJ CO U 0 LOUISIANA TO WATER AND WASTEWATER TYPICAL DETAILS SHEET 47 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Dote: Sep 17, 2015 - 4,05pn User: bj File: N:\if\Drawings\City Sid's \CV-DCN-DT-V-WW.DWG HATERD/STR/BUT/ON 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 I5 PUT INTO SERVICE. THE CONTRACTOR SHALL PROTECT THE EXISTING SYSTEM UNTIL IT IS TAKEN OUT OF SERVICE. 4. THE CONTRACTOR SHALL FURNISH ALL MATERNAL, 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 PERFORM/NG 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 TCEQ & NPDES REGULATIONS. 6. THE CONTRACTOR SHALL RECOVER AND STOCK -PILE AT A LOCATION 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 TIE-INS. CITY WATER DMSION CREWS WILL MAKE TAPS ON CITY MAINS ARRANGED THROUGH WATER DMSION 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 FITTINGS 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. DUCTILE IRON BENDS SHALL BE UTILIZED FOR ANY CHANGES IN ALIGNMENT OR GRADE. 15. IF A WATER LINE IS TO BE ABANDONED, THE CONTRACTOR WILL FILL WITH CONTROLLED LOW STRENGTH MATERIAL, DARAFILL" BRAND OR ENGINEER APPROVED EQUAL, VALVES WILL BE REMOVED OR FILLED AS REQUIRED BY WATER DIVISION INSPECTOR. 16. CONTRACTOR SHALL COORDINATE WITH WATER DMSION 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 IDENTIFICATION 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. 36" SEPARAT/ONOFI;ATERAND WASTEWATER LINES 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 TCEQ 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. CURB & GUTTER PAVED SURFACE BASE MATERIAL SUBGRADE %/, %/4 L SEE NOTES BELOW L WYATERL/NENUN/NUil1 COVER REQUIREMENTS 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. UNPA YEA AREAS PAVED AREAS SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SEE TABLE 2 - ITEM A SEE NOTES BELOW TOP OF WATERUNE TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXIST. (4" MIN. DEPTH) ASPHALT OR CONCRETE PAVEMENT SECTION WATERUNE i R PIPE UNDER CEMENT -STABILIZED SAND (2 SACKS CEMENT/C.Y. OF SAND) COMPACTED TO 95X STD. PROCTOR DENSITY (ASTM 0698) SEE TABLE 2 - ITEM B MAGNETIC WARNING TAPE 12" ABOVE PIPE SAND ENCASE X=8" MIN. FOR PIPES <16" DI. X=12" MIN. FOR PIPES 2 16" DIA. TYP. P/PE TRENCH/NG, BEDDING AND BACKFILL FOR WATERLINE NOT TO SCALE GENERAL NOTES FORBAC/(F/LL 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 PIPET (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF THE FOLLOWING OR A. FOR 12" ABOVE PIPE TO A. FOR 12" ABOVE PIPE TO 3' BELOW REFER TO DESIGN ENGINEER REQUIREMENTS: BOTTOM OF TOPSOIL BOTTOM OF R0.4D BASE: BACKFILL SHALL GRANULAR BACKFILL CONSISTING OF EITHER NATURAL SAND OR SANDY BACKFILL SHALL BE BE SELECT MATERIAL FROM EXCAVATION OR GRAVEL, OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR APPROVED SELECT MATERIAL TO BE IMPORTED MATERIAL IN EITHER GRAVEL. FROM THE EXCAVATION; OR CASE, ALL MATERIAL SHALL MEET THE IMPORTED MATERIAL; ALL TO FOLLOWING: WATER LINES: 1. EXCAVATIONS <20FT. DEEP AND ABOVE WATER TABLE USE BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS ER THAN 2L IN DIAMETTER;; LOOSE LIFTS TO BE PLACED PLP1I8-20 NO CLUMPS > 2" DIA. M4TERLL MEETING THE FOLLOWING CRITERIA. MEETING REQUIREMENTS OF ASTM 02487 FOR: 10" ' MOISTURE 0 TO COMPACT 95X 069898 STD PROCTOR SP GP COMPACT MATERIAL TO 95X SW GW STD. PROCTOR (0698). LOOSE LIFTS OF 10" MAX OR IF SELECT SP -SM GP -GM MATERIAL FROM EXCAVATION DOES NOT SW -SM GW -GM MOISTURE TO BE ADJUSTED MEET REQUIREMENTS. THEN USE CEMENT AND IN ADDITION: TO t 3X OF OPTIMUM. STABILIZED SAND SEE TABLE 2 -ITEM B PASSING 1/2" SIEVE - 100E B. TOPSOIL TO BE PROVIDED BELOW (OR PER DESIGN ENGINEER) PASSING /4 SIEVE - 30X MINIMUM EQUAL OR BETTER THAN 8. FOR 3' BELOW BOTTOM OF ROAD BASE TO PLASTICITY INDEX (PI) - NP TO 10 MAX. EXISTING; AND MATCH BOTTOM OF ROAD BASE: EXISTING TOPSOIL DEPTH. 2. IN DEEP EXCAVATIONS (>20) OR BELOW WATER TABLE, USE COMPACT TO FIX CONFLICT CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION on TO EXISTING ADJACENT BACKFILL SHALL BE CEMENT STABILIZED TOPSOIL. (CONSTRUCTION TO SAND (2 SK/C.Y.) AND SHALL MEET THE A. CONCRETE COARSE AGGREGATE;; TxDOT ITEM 421; GRADE 2, 3 BE PERFORMED BY "DOUBLE FOLLOWING REQUIREMENTS: OR 4. DITCH" METHOD TOP SOIL SALVAGED TO BE PLACED ON SAND GRADATION - TOP) X PASSING /4 55-100 /10 40-100 /40 25-100 /200 10-20 P1 NP -10 (OR AS PER DESIGN ENGINEER) COMPACT TO 95X OF 0698. MOISTURE TO BE ADJUSTED TO (+/-2X) OF OPTIMUM. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 0 0 0 0 o: in Wa MO1. WI :i WV til - Whomaa+ :2:5' LOME raU L L" li aNV wE., AN NII ^ N W �� NV^ I v hi.,,, O O O .0 I pt0ax O ..naw DESCRIPTION m 0 0 UJ 0 z LLJ U O N O N 0 z O m 0 O Li CO LOUISIANA TO SHEET 48 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 20, 2015 - 2:45pm User: eg File: N.\if\Drawings \NEW COCC STD \CDCC STD WATER.dwg SIDEWALK BURY LINE SHALL MATCH N.C.+1 PUMPER CONNECTION A TO FACE CURB 18" TOP OF VALVE BOX SHALL BE SET TO PROPOSED FINISHED GROUND GRADE CURB & CUTTER WRAP BARREL AND ALL DUCTILE IRON FITTINGS AND NIPPLES IN DOUBLE THICKNESS OF 8 MIL. POLYETHYLENE :z — VALVE BOX DO NOT BLOCK BARREL DRAIN HOLES 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; I. 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. F/REHYDRANT ASSEMBLY OETA/L /TYPE 7/ WRAP BARREL AND ALL DUCTILE IRON FITTINGS AND NIPPLES IN DOUBLE THICKNESS OF 8 MIL. POLYETHYLENE DRAINS HOLES 6" MIN. 4" MIN. BRICK OR CONCRETE SUPPORT SHALL BE AT THE BOTTOM OF THE HYDRANT NOT TO SCALE PUMPER CONNECTION TO FACE CURB TOP OF VALVE BOX SHALL BE SET TO PROPOSED FINISHED GROUND GRADE I.—MIN. DRAINAGE BED Ig 40 iMel 6"-90' D. BEND (SW x SW) VALVE BOX i 8x8"x6" D.L TEE (M.J.) OR 6" A5 REQUIRED WATER LINE 6x18" Di. SOLID SWIVEL NIPPLE WATER MAIN (BEHIND HYDRANT) PLACE 2' x 2' x 6" CONCRETE BLOCK. 6" GATE VALVE (M.J.) 6x78 D.I. SOLID SWIVEL NIPPLE * 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. FIRE HYDR4NTASSEMBLYDETA/L /TYPE WATER LINE BEHIND CURB NOT TO SCALE FIRE HYDRANTS; 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 LOCKING 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 LINE WITH NOZZLE. 7. FIRE HYDRANT SHALL BE SET TO MANUFACTURER'S BURY LINE AT PROPOSED/EXIST/NG GRADE PLUS 1' 8. NO TAPS ARE TO BE MADE ON FIRE HYDRANT LEAD PAVED STREET SURFACE 6" MIN. 3000 P57 CONCRETE COLLAR HOT MIX RISER SHALL BE DUCTILE OR CAST IRON OR PVC AS PROVIDED BY MANUFACTURER PLACE 2' x 2' x 6" CONCRETE BLOCK. KAL VEBOXDETA/L PAVEMENT STREET SIDE NOT TO SCALE BOTTOM OF SUBGRADE FINISHED GRADE —\ /ts/A.)'i y/.cs`iic�ii': f 8 1/2" 20" MIN. CEMENT / SAND BACKFILL 1 7/2 SACK / C.Y. 8" PVC PLACE 2' x 2' x 6" CONCRETE BLOCK. 7 7/4" EXTENS/ONDETAIL NOT TO SCALE 10 1/4" —3000 PSI CONC. COLLAR TYPICAL FOR 6" DIA. - 19" FOR 8" DIA.- 23 1/8" FOR 10"DIA. - 27 3/8" FOR 12" DIA.- 30 3/8" VALVE BOXDETAIL NATURAL GROUND NOT TO SCALE ALL VALVES SHALL BE HOUSED IN APPROVED VALVE BOXES CURB AND GUTTER o.9 • 6"x18" D.L SOLID SWIVEL NIPPLE 6" GATE VALVE 6" 90' D.I. BEND (SW x SW) P D.1. M.J. TEE W/ 6" BRANCH FIRE HYDRANT (M.J.) io PUMPER NOZZLE PERPENDICULAR TO CURB - WATER MAIN • SIDEWALK PROPERTY LINE FIRE HYDRANT ASSEMBLYDETA/L /TYPEZ/ NOT TO SCALE NOTCH NOT NOT TO SCALE 7 1/8" TO BE CITY OF CORPUS CHRISTI PATTERN LID DETAIL NOT TO SCALE PICK NOTCH 1/4" R (TYP.) 1/16" DESCRIPTION m 0 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 i DESCRIPTION 0 REVISION NO. N 0 N 0 z 0 fX 0 Z Li LTJ 03 0 0 z (/_) 5 0 J L. 0 N (n --0 mW 9 oa( EE 00 m N C CL Q 0 0 Q oz> Q r o z N D i L1J Q SHEET 49 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 20, 2015 - 2.45pn User: eg File: N:\if\Drawings\NEW MCC STD\COCC STD VATER.dwg STEEL SPACER BODY WELDED STEEL OR CAST POLYETHYLENE RUNNER SUPPORT POLYMER PLASTIC RUNNERS 1 - 1/2" HIGH x 1" WIDE (TYP.) AWE /NSULAT/ONDETA/L NOT TO SCALE CASING PIPE 3 INSULATORS PER JOINT RECOMMENDED n 1‘,./- T CARRIER PIPE V._ I 72' 12' MAX.MA .SPACERS ~ SPACCEERS CASING SPACER SHOULD BE SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF JOINT INSULATOR SPACING RETAIL 2 SEDGE p�E NOT TO SCALE GATE IRE K COPPER'MAIN 2 WATER 4 1ST SPACER �1P•) ' BRAS5 GAP STOP CnP') GORPC19A"" E "P.) COPPER, 1 CASING SPACERS A. ALL CARRIER PIPE IN CASING INSTALLED BY JACKING OR BORING SHALL BE SUPPORTED BY BOLT -ON STYLE CASING SPACERS, AS MANUFACTURED BY ADVANCE PRODUCTS INC. OR ENGINEER APPROVED EQUAL. a 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 15 12 FEET. • COPPER, , X 2 SIZE 22tROpAP pTOR BRASS 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 SOIIYATEA' CONNECTIONS NOT TO SCALE CONTRACTOR TO INSTALL TEST AT 150 PSI FOR 2 HOURS LOCATION OF THE 10' + GAP SHALL BE APPROVED BY THE WATER DMSION 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 SUPPLIED 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 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 (1) INCH SAFETY RELIEF VALVE SET AT THE TEST PRESSURE PLUS TEN POUNDS PER SQUARE INCH AND FURNISHED BY THE CITY (48 HOURS NOTIFICATION). 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 DIVISION INSPECTOR ON DATE & TIME OF TIE-IN. (24 HOURS NOTIFICATION) 3. CONTRACTOR SHALL FURNISH AND INSTALL TAPPING SLEEVE OR SADDLE AND TAPPING GATE VALVE AND VALVE BOX COMPLETE. CITY TO MAKE TAP (72 HOURS NOTIFICATION) DETA/L '21" TEST R/SERASSE4JDLYCONNECT/ON NOT TO SCALE B.O.C. P.C. fB.D.C. P.C. 14 N VALVES SHALL BE INSTALLED AT THE POINT OF CURVATURE (P.C.) OF THE CURB WHENEVER POSSIBLE. TYPICAL VAL VE INSTALLA T/ON ATINTERSECT/ONS 2"x12" BRASS NIPPLE FOR SAMPLES 2" VALVE 12" MIN. 36" MAX. 2" GALV. PIPE 2" COUPLING n NOT TO SCALE 2" BRASSSTREET ELBOW 2" RISER ASSEMBLY NOTE: AFTER BACTERIOLOGICAL SAMPLE PASSES TEST. CONTRACTOR WILL REMOVE RISER ASSEMBLY AND INSTALL 2" BRASS CAP DETA/L "B" TEST RISER ASSEAIBLY NOT TO SCALE FURNISHED AND INSTALLED BY CONTRACTOR EXISTING PIPE WITH LOCKING RING REMOVE ONE JOINT OF EXISTING PIPE AND REPLACE WITH D.L PIPE WITH LOCKING RING 45' BEND D.LP. • 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 DIVISION INSPECTOR DIP • ALL BENDS TO BE MECH. JOINT FITTING SEAL ENDS OF CASING WITH MANUFACTURED CASING END SEAL, SUBJECT TO ENGINEER'S APPROVAL. 2" BRASS CAP WRAP IN PLASTIC 2x12" BRASS NIPPLE 2" BRASS STREET ELBOW M.J. CAP, RING, GASKET, AND HARDWARE 45' BEND D.I.P. • WITH LOCKING RING EXISTING PIPE REMOVE ONE JOINT OF EXISTING PIPE AND REPLACE WITH D.I. PIPE IYATERL/NEADJUSTMENT DETAIL NOT TO SCALE NOTE; SEE /78 UNDER GENERAL NOTES I SECURE WITH APPROPRIATE SIZE ALL -THREADS RODS AT BOTH ENDS OF CASING. C CASING SHALL BE STEEL. TYP/CAL CAS/NG DETAIL NOT TO SCALE 2" BRASSSTREET ELBOW 2"x12" BRASS NIPPLE FOR SAMPLES 2" VALVE 12" MIN. 36" MAX. 2" RISER ASSEMBLY 2' PLUG 2' GALV. PIPE 2" COUPLING 2" TYPE 7C" COPPER NOTE; CONTRACTOR WILL REMOVE RISER ASSEMBLY AND INSTALL 2" BRASS PLUG ON 2"x1" BRASS TEE AFTER SAMPLE PASSES DETAIL "C" TEST RISER ASSE/MIL Y NOT TO SCALE FURNISHED AND INSTALLED BY CONTRACTOR 2"x1" BRASS TEE FOR 7" SERVICE TOLOTS LOTS WRAP IN PLASTIC 2'x72" BRASS NIPPLE 2" BRASS 90,- ELBOW CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION 0 O z 0 DESCRIPTION 0 1— U to E at 0 0 &) 0_ X LJ 1--- (1.) 0I i 0 0)0. 0 w REVISION NO k W z U 0 N 0 N z 0 Ct 0 LI_ LOUISIANA TO a L0. 0 M SHEET 50 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 20, 2015 - 2.45pn User: eg File: NN\if\Drawings\NEW CDCC STD\CDCC STD WATER.dwg CURB AND GUTTER 2' SIDEWALK ONE PIECE SDR9 POLYETHYLENE TYPE K COPPER, 3/4" (CONTINUOUS FROM TUBING OR OR 1 " AS REQUIRED MAIN TO METER) �I �/� 0' - 45' FROM HORIZONTAL 1�0 i� SERVICE .SADDLE -BRASS / BRONZE 1 (USE ON PIA; PIPE) METER BOX (BY CITY) PROPERTY LINE ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) CORPORATION STOP WATER MAIN CURB AND GUTTE SERV/CEWITH S/DEIIw/( NOT TO SCALE 2' ONE PIECE SDR9 POLYETHYLENE TUBING OR AS REQUIRED (CONTINOUS FROM MAIN TO METER) CORPORATION STOP WATER MAIN METER BOX (BY CITY) ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) 0' - 45' FROM HORIZONTAL SERVICE SADDLE -BRASS / BRONZE (USE ON PVC PIPE) SERV/CEW/THOUTSIDEWALK TIED SIDEWALK - CURB AND CUTTER NOT TO SCALE 12" 12" METER BOX (BY CITY) PROPERTY LINE—. CORPORATION STOP WATER MAIN PROPERTY LINE ANGLE METER VALVE 01? BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) 4000) ONE PIECE SDR9 POLYETHYLENE TUBING OR TYPE K COPPER, 3/4" OR 1" AS REQUIRED 0' - 45' FROM HORIZONTAL (CONTINUOUS FROM MAIN TO METER) ti �JrSERVICE SADDLE -BRASS / BRONZE _ (USE ON PVC PIPE) SERV/CEW/THSIDEWALK T/ED TO CURB NOT TO SCALE NOTES; 7. 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, THE 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 2' PROPERTY LINE a of SERVICE TEE f WATER MAIN 45' CURB AND GUTTER METER BOX BY CITY ANGLE METER VALVE 01? BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) ONE PIECE SDR9 POLYETHYLENE TUBING 01? TYPE K COPPER, 3/4" OR 1" AS REQUIRED (CONTINUOUS FROM C- STOP TO METER VALVE) CORPORATION STOP TYPICAL CUL OE -$AC SERV/CE NOT TO SCALE 2" COUPLINGS (COMP. FITTING X MIP) THRUST BLOCK SHALL BE INSTALLED AS DESIGNATED BY WATER DIVISION INSPECTOR. MECHANICAL JOINT RESTRAINT DEVICE "MEGALUG" 012 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 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/ONOETA/L 2" SDR9 POLYETHYLENE TUBING OR TYPE K COPPER NOT TO SCALE ANGLE METER VALVE (COMP FITTING x METER COUPLING NUT) CORPORATION STOP I.P.T. x COMP FITTING (3/4" OR 1") 2" SDR9 POLYETHYLENE TUBING OR TYPE K COPPER SERVICE TEE COMP FITTING x COMP FITTING x I.P.T. (2") (2") (3/4" OR 1" AS REQUIRED) TYPICAL CONNECTION DETAIL NOT TO SCALE l-3/8" 2" 1—j—q).--- 1/4 (TYP.) .— RAISED LETTER "W" NOTE• USED BY CONTRACTOR FOR PRE-SET TAP LOCATION IN NEW SUBDMSION. INSTALL "W" IN CONC. CURB HERE DO R rIN THNOTIS AREAMAK BRASS iY"DETA/L MARKER L OCAT/ON TYPICAL 1" " CURB & LAY -DOWN CURB PRESET SERV/CELINE MARKER DETA/LS NOT TO SCALE SERV/CELINEIL4TER/ALS SERVICE CLAMPS FOR 3/4", 1", 1 1/2" l.P. THREAD TAPS FOR 6" MAINS; 2" LP. THREAD CLAMP TAP CONNECTION ALLOWED FOR 8" AND LARGER MAINS. CORPORATION STOPS 3/4", 1 ", 1 1/2". AND 2" REQUIRED WITH LP. 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 TO 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" METER 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 I, `�.— EARTH 3000 PSI CONCRETE NOTE: DO NOT PLACE BOLLARD IN FRONT OF HOSE OUTLETS BOLLARDDETA/L NOT TO SCALE DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 a N O,Q a.Tt m 0 z 0 DESCRIPTION U) 0 0 O c 0 O N L 0 N 0 m La 0 z Z 0 P:1;; - o o 0 Cry 3 G° co -0 CV 0 CV 0 z 0 ;m IZ' 0 0 Z D W CO 0 0 0 z 5 0 J 0 0 a JIn H O W VI 0 o K Z =0 U � N �I J aQ la 0 Q 0 Q W _ O I— 5 W to U Cr o W F— Z Q SHEET 51 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT 1 E12093 Date: Aug 20, 2015 - 2i45pn User: eg File: N:\iF\Drawings\NEW COCC STD\COCC STD WATER.dwg PROVIDE NEW 30" OPENING RING & COVER. SEE SANITARY SEWER NEW FIBERGLASS MANHOLE CONSTRUCTION: STANDARD DETAILS-SHEET 2 OF 5."0. ALSO PROVIDE STAINLESS site_ (ss) BY I DESCRIPTION 1 CONSULTANT'S SHEET NO. ' i ��tEOF "`ti,-1 of*," e.'kll / ..*Ij � �B M I" • y 1000734p' \�. M.,� "Nag%�%A�!(�/� "� ' INFLOW INHIBffOR. 1. THE CONTRACTOR SHALL VISIT THE SITE. OF THE WORK AND EXAMINE LOCAL CONDITIONS TO BE ENCOUNTERED, TOP SURFACE OF CONC. COLLAR TO BE 1/4"*' IMPROVEMENTS TO BE PROTECTED, PERMITS AND FEES REQUIRED, AND OTHER RESEARCH NECESSARY TO ASSURE BELOW FINISHED ASPM PVM'T. SURFACE. CONTRACTOR UNDERSTANDS THE PROJECT THOROUGHLY AND IS FULLY AWARE OF ALL CONDITIONS AND -� CONSTRAINTS WHICH MAY BE ENCOUNTERED DURING THE COURSE OF CONSTRUCTION. MD.P.E. RINGS FOR HEIGHT ADJUSTMENTS NO SUBSTITUTIONS ALLOWED. i-N. MIN. THROAT OPENING SEE DETAIL LOWER LEFT OF THIS SHT. 3,000 PSI CONCRETE (PROVIDE REBAR RONFORCEMENT 3-14 BARS) NOTE WHEN CONCRETE DEPTH EXCEEDS 12" MIN., 3 14 REBARS WILL BE REQUIRED. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ACQUIRING ANY NECESSARY OFF-SITE LOCATIONS FOR STORAGE OF ALL OF THE PROJECT. t `, ,� __ EQUIPMENT AND MATERIALS REQUIRED FOR THE CONSTRUCTION 4 th_ _ •.. ~ VA IES (12' MIN.) NOTES: 3. ANY SOILS/WATER TABLE INFORMATION INCLUDED IN THE PLANS AND/OR SPECIFICATIONS 1S FOR REFERENCE ONLY. -111 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PERFORMING ANY INVESTIGATION AND/OR RESEARCH NECESSARY TO IDENTIFY EXISTING CONDITIONS THAT MAY IMPACT OR INFLUENCE PROPOSED CONSTRUCTION. I 4. PRIOR TO BEGINNING WORK CONTRACTOR TO PERFORM PRECONSIRUCTTON'EXCAVATION PRIOR TO ANY CONSTRUCTION TO VERIFY THE LOCATION - � 1. PIPE ENTERING A MANHOLE MORE THAN 24" PLACE CONCRETE ABOVE THE INVERT MUST HAVE A DROP CONNECTION. TO TOP OF ABOVE INVERT. (SEE NOTES 9 &10) CORBEL 2. MANHOLE FOUNDATION MAY BE PRE-CAST CITY OF itCORPUS CHRISTI ''T' `',<` J TEXAS o ... , WASTEWATER DEPARTMENT Department of Engineering Services OF EXISTING CONDI110NS OF UNDERGROUND UTILITIES AND/OR SUBSTRUCTURES AND IMMEDIATELY ADVISE CITY ENGINEER OF CONFLICTS. FACTORY -L ON GROUND SURFACE. (PERMISSION/PROCEDURE BONDED JOINT 5. CONTRACTOR SHALL CONDUCT EXCAVATION AND BACKFILL OPERATIONS IN SUCH A MANNER AS TO CAUSE NO DAMAGE I I TO ANY EXISTING UTILITY, NOR IMPACT SAFETY FOR THE PUBLIC DURING AND AFTER CONSTRUCTION SEE NOTE 13 MUST BE SUMITTED TO THE ENGINEER FOR APPROVAL) 3. PROVIDE 2-COATS OF (60 MIL) JEFFCOAT 326 OR APPROVED EQUAL UTILITIES FOUND IN CONDITION OTHER 11-LAN AS SHOWN ON THE DRAWINGS SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER. FOR ALL FINAL BACK-ON NOTE THAT ALL DAMAGE TO UTILITIES SHALL BE RECONSTRUCTED TO THE SATISFACTION OF THE FILL REQUIREMENTS '. .:> SLOPE ALL EXPOSED CONCRETE SURFACES, :: :. :: INCLUDING CORBEL .AREA, •: "r .' ' ,' . r .' ' AND MANHOLE BOTTOM. CITY AND ENGINEER AT CONTRACTOR'S EXPENSE. INITIAL BACKFILL- :- •a";. 1 .. - - 4. FOR BENCH CONSTRUCTION, ANY OVER EXCAVATION ..:-.- 6. PRIOR TO ANY MANHOLE EXCAVATION OR OPENING OF MANHOLE COVERS IN THE ROADWAY PROPER BARRICADING AND 5' TO BE FLOWABLE -r REROUTING SIGNS SHALL BE PLACED TO DIVERT THE TRAFFIC AND PEDESTRIANS IN ACCORDANCE WITH APPROVED TRAFFIC CONTROL PLANS. FILL TO EXCAVATION . K' ` WALL OR FORM -� `•: • � ...:.. 7. ALL CUTS THROUGH EXISTMG ASPHALT AND/OR CONCRETE PAVING SHALL BE SAW CUT UNLESS DIRECTED OTHERWISE {-"r? c•q; BY THE ENGINEER. + SEE PIPE SEAL DETAIL : _� J.' ?'a = ' - .=' `' �.' OF THE WORK SITE MUST BE MECHANICALLY TAMPED I I =III AND PLACED IN 12' LIFT MAX. LAB DENSITY PER UFT TO BE 95X STANDARD PROCTOR DENSITY. ALL FITTINGS SHALL BE PVC SCHEDULE 40 (SOLVENT WELD UP TD 12' DIAMETER). 8. FOR SEWER LINES ENTERING THE MANHOLE, THE INVERT SHALL BE U-SHAPED CONCRETE GROUT TO A MINIMUM DEPTH DOWELS TO BE NO. 4 REBAR X L�'"": :f;`. OF PIPE O.D. THE CORNERS SHALL BE SLOPED TO PREVENT SOLID DEPOSMON. (SLOPE 1"/FOOT) 12" LONGAT 24" O.C. MAX. SPACING24" > ' tJ A DROP CONNECTION SHALL BE PROVIDED FOR SEWER LINES ENTERING THE MANHOLE NO. 5 BARS AT I ^ / UNE / ; ' �;'•r . �� �`• MAX. 9. _ > 8" O.C.E.W.f, i MORE THAN 24" INCHES ABOVE THE MANHOLE INVERT. 3" CLEAR 6"' 10" 10. MANHOLE WALL PENETRATIONS FOR PIPE ABOVE THE FLOWLINE OF THE MANHOLE SHALL BE CORED AND SEALED WITH A WASTEWATER DEPARTMENT APPROVED SEAL GASKET WATER STOP ASSEMBLY.. FORM ALL CONCRETE FOUNDATION WORK. -.. �; , • -::_ •. ;.�.:-..:: «:,- ..� :? : :;1.. c;:,t: •.: - :- DO NOT USE THE EXCAVATITION WALL AS A FORM. CRUSHED STONE (TXDOT 421, GRADE E, lI......l .. 12" SANITARYFIBERGLASS MANHOLE 11. PIPE LAYED ALONG AND THRU THE MANHOLE FLOWUNE MUST HAVE AN APPROVED WW DEPT. SEAL GASKET WATER STOP ASSEMBLY. MIN.EM 3, OR 4)BEDDING 8DEPTH REQUIRED (NO 'DOGHOUSE' ALLOWED) - MANHOLE SHALL BE CORE DRILLED. WHETHER GROUNDWATER IS PRESENT OR NOT! MANHOLE O.D. WITH DROP CONNECTION DETAIL ANIS CAST OGROUND SURFACE OR IN PROVIDE WHETHERDEXCAVATION ATION 12. ALL EXPOSED CONCRETE/GROUT SURFACES WITHIN MANHOLES (INCLUDING MANHOLE INVERT), SHALL BE SEALED WITH 2 COATS OF 60 MILS OND JEFFCOAT 326 EXPDXY OR APPROVED EQUAL. COMPACT TOP 6" OF SUBGRADE _ + 2'-0 NOT TO SCALE 0a 13. INITIAL BACKFILL AROUND ALL MANHOLES SHALL BE MIN. DEPTH FIVE FOOT FLOWABLE FILL (USE DARAFIL" ADDITIVE) (100 PSI MINIMUM COMPRESSIVE TO 955 PROCTOR DENSITY STRENGTH 0 28 DAYS) AND FINAL BACKFILL TO BE CEMENT STABILIZED SAND (HASTY BACKFILL - 1.5 SACKS PORTLAND CEMENT/C.Y. OF SAND). ASTM D-698 AT OPTIMUM MOISTURE CONTENT 14. STAINLESS SIttL (S.S.) INFLOW INHIBITORS SHALL BE PROVIDED FOR ALL MANHOLES. 15. ILsIING OF THE NEW MANHOLE SHALL BE PER CITY STANDARD SPECIFICATIONS DO NOT ALLOW CAST IRON NOTE: FOR ITEMS NOT SHOWN, FOLLOW ALL REQUIREMENTS ABOVE FOR SANITARY FIBERGLASS MANHOLE WITH DROP CONNECTION DETAIL". REQUIRED RING ci z z o 4 16. NO ' DOG HOUSE' TYPE CUTS ALLOWED. ALL OPENINGS MUST BE CORED. FOR 15" AND LARGER OPENING, ALL RING TO SET DIRECTLY ON AND COVER FINISHED GRADE PENETRATIONS MUST BE PRECISELY CUT AS DIRECTED BY THE ENGINEER. FIBERGLASS CONE Xr HDPE ADJUSTMENT RINGS FACTORY BONDED JOINT 17. ALL MANHOLES SHALL BE MADE OF MONOLITHIC FIBERGLASS WITH 0.50' MINIMUM WALL THICKNESS. J� - 18. TRENCH BACKALL/PAVEMENT REPAIRS-SEE TRENCH BACKFILL AND PAVEMENT REPAIR DETAILS (SHEET 5 OF 5). _ 19. ALL MANHOLE RINGS, COVERS AND APPURTENANCES SHALL BE DESIGNED TO MEET AASHTO-M-306. TRAFFIC SHALL BE RESTRICTED FROM MANHOLE FOR 48 HOURS AFTER PLACEMENT OF CONCRETE COLLAR. SEE SHT. 3 of 5. - IN UNE ALSO PROVIDE SUFFICIENT CLEAR OPENING TO ACCOMMODATE A 30" MH LID. SEE NOTE 13 20. CONTRACTOR SHALL ADHERE TO ALL TCEQ REGULATIONS PER 30 TAC CHAPTER 217 AND TEXAS RAILROAD COMMISSION REQUIREMENTS FOR EXCAVATIONS. FOR ALL FINAL BACK- 21. FOR LIFT STATION WEIWELL-INITIAL AND FINAL BACKFILL, FOLLOW THE SAME REQUIREMENTS PER THE MANHOLE INSTALLATION FILL REQUIREMENTS TEE (TYP. _ 1W 1F m 0'4 n m0I/ 0 z Z f+t ' 30 TAC CHAP 217 (TCEQ) MANHOLE INSTALLATION WASTEWA TER STANDARD DETAILS 1 OF 5 SHOWN ON THIS SHEET OR PER THE DESIGN ENGINEER'S REQUIREMENTS. BACKFILL- INITIAL5' I� 22. GROUND WATER ILSIING FOR WELL POINT OPERATIONS. THE CONTRACTOR IS RESPONSIBLE FOR TESTING GROUNDWATER PER THE CONTRACT DOCUMENTS. TO BE FLOWABLE FILL TO EXCAVATION WALL DROP IFIBERGLASS �� PER " ' m .• -'--: ` i PIPE DIA.(r)/DEPTTI (Fr.) MANHOLE DIA. SELECTION MANHOLE RING/COVER NORMAL SIZE TCEQ I REQUIREMENTS 'Il`k < 30" r / <14 FT. DEEP 4 FT. r M.H. JO" 1 m-..- < w" I / > 14 FT DEEP 5 FT r M H 30• ANTI-FLOTATION FLANGE FIBERGLASS MANHOLE THROAT OPENING TO BE 31 3/4" LD. �" r / DEPTH FT r M H 30" NO. 5 BARS AT EAi r NOTE WHERE MULTIPLE PIPE CONNECTIONS OCCUR AM MANHOLE WALL 8" 0.C.E.W. '1 �,# '.• 10 •- FORM ALL CONCRETE FOUNDATION WORK. DO NOT USE THE EXCAVATION WALL AS A FORM. CRUSHED STONE (TXDOT REM 421, GRADE 2, DEPTH (REQUIRED ..4_z_ CUT-OUT NOT EXCEED MANUFACTURER'S RECOMMENDATION. NOR > SHALL BE CUT LEAVING LESS THAN 12• BETWEEN LINES. CUT aAi.>.`r-:6 CAST IN PLACE CONCRETE BASE.};.;�_j> SECTION :'.;:-::" ...D.•� ::'�(�J'(:., _ -., .-<. -. 3" CLEAR II t11-IA�I 12" D MANHOLE O.. ► 3, OR 4)BEDDING 8" MIN. + 2'-0" WHETHER GROUNDWATER IS PRESENT OR NOTA) INSIDE Lt. •, COMPACT TOP 6. OF SUBGRADE PROVIDE WHETHER FOUNDATION IS CAST ON II. MVA1anEevrraM 70 1 I P OF swt BE SHIM LAME ME.ST _ 70 OF MJI. ro wtpx fYl .. DF M.H. TO 955 PROCTOR DENSITY DROP-MANHOLE �STANDARD MANHOLE GROUND SURFACE OR IN EXCAVATION. L/s•• Aft F ASTM D-698 AT OPTIMUM HAINOLE ""N MOISTURE CONTENT arf O slcnall a� LanF9r \ SFA IIIIr PVC =ROW SOH FIC PM SEAL * FIBERGLASS BOTTOM SHALL BE DESIGNED TO WITHSTAND HYDROSTATIC HEAD PRESSURE gAl °'NN7°�sro9WHEN MANHOLE IS COMPLETELY EMPTY, WITH WATER TO GRADE.i¼r PFE ArBOTTOMREINFORCEMENTS AAA '1�r+�y vAav PIM SHALL BE MADE OF NON-CORROSIVE MATERIALS. FIBERGLASS401P.) ENCAPSULATED WOOD OR LUMBER SHALL NOT BE PERMITTED. £ tVNfX7E1E PAD 3 HAMS 1119) - - • Aft O SHEET 52 of 172 AAA �' SEAL No/1s : BELL OF PIPE A \ OF sore NV L'NX. SHALL BE AS SHOWN ON 11E P1A11S L..rs,Ml- M A KM FIBERGLASS MANHOLE WITH MIN, SO TOP OPENING °`�" Z ' 1° GASKET DRAWING NO. S T R - 8 8 3 *RTIENTPPROVEDSELL Y FIBERGLASS WATERTIGHT BOTTOM WITH FIBERGLASSRECORD SANITARY FIBEROLASSMANHOLEwi WITH 313/4- OPENING TYP. SANITARY SEWER STUB-OUT DETAIL PIPE SEAL DETAIL BENCH/INVERT AND FITTING = MANHOLE BOTTOM NOT 70 SALE NOT TO SCALE o NOT TO SCALE TO SCALE NOT TO SCALE rn t CITY PROJECT I/ E12093 ROADWAY MANHOLE RING & COVER NOTES z ff V m W O CONSULTANT'S SHEET NO. • �t@OFTf�\\ �$>1*�t � � *�% I*: -•$ F. BAISH4MI j S , I i 100973 i S 1,\ " ����b��� /`i)n / rQ n L`�1,CS Ja"'i 1. THESE DETAILS SHOW GREY -IRON CASTINGS, FILLETED AT FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COVERS 9. APPLY NON -SEIZE GRAPHITE OR APPROVED EQUAL AROUND ALL MANHOLE OF OTHER CASTINGS SHALL FIT THE RINGS OF THIS SHEET RING & COVER, PRIOR TO INSTALLATION. ANGLES WITH SHARP AND PERFECT ARISES. . 2. CASTING SHALL BE TRUE TO PATTERN, FORM, AND DIMENSIONS, 7. MINIMUM WEIGHTS OF FINISHED CASTINGS : 10. AASHTO-M-306 (LATEST REVISION) PROOF LOAD TESTING IS REQUIRED AND SHALL BE CONDUCTED FREE FROM CRACKS, SPONGINESS AND BLOWHOLES. IN ACCORDANCE WITH SECTION Z.0 (40,000LBS.) AND INSPECTED IN ACCORDANCE A. 2'-0" RING AND COVER a 3'-0" RING AND COVER C. 30" OPENING RING AND COVER WITH SECTION 9.1.1. RESULTS OF THE TEST SHALL BE SUBMITTED TO THE CITY 3. MACHINE SURFACES TO FIELD FIT WHICH WILL NOT RATTLE COVER - 160 LBS. INNER COVER - 160 LBS. COVER - 175 LBS. PRIOR TO INSTALLA77ON. WITH PASSING TRAFFIC LOAD, AND ACCEPT STAINLESS STEEL (S.S.) INFLOW FRAME/RING - 775 LBS OUTER COVER - 232 LBS. F17AME/RING - 125 LBS. INHIBITOR SO THAT INNER LID LS FLUSH WITH OUTER LI0. FRAME/RING - 265 LBS. 11. THE INFLOW INHIBITOR MUST COMPLY WITH CITY STANDARD SPECIFICATION SECTION 027205 FIBERGLASS MANHOLES, 3.D. INFLOW INHIBITORS. THE INFLOW INHIBITOR TETHER IS 3/16" BRAIDED 4. TRAFFIC SHALL BE RESTRICTED FROM M.H. FOR 48 HOURS 8. WHEREVER SANITARY SEWER MANHOLES ARE SUBJECT TO INUNDATION BY STAINLESS STEEL AND IS ATTACHED TO THE INHIBITOR WITH Ax/66 STAINLESS SYEEL RIVET AND I" DIA. AFTER PLACEMENT OF CONCRETE. STORM WATER AND IF SHOWN IN THE PLANS AS A REQUIREMENT, THE BACKUP WASHER. THE TERMINAL END AND EYE ARE MANUFACTORED FROM STAINLESS STEEL. 5. H.D.P.E. MANHOLE HEIGHT ADJUSTMENT RINGS SHALL BE DESIGNED TO SUPPORT MANHOLE COVERS SFIALL HAVE GASKET AND BE BOLTED. THE TETHER IS BOLTED TO THE LIP OF THE FIBERGLASS MANHOLE, NOT TO THE HDPE MANHOLE H-20 REQUIRED TRAFFIC LOADING. WHERE GASKET MANHOLE COVERS ARE REQUIRED FOR MORE THAN THREE ADJUSTMENT RINGS. 6. OTHER CAS77NG PATTERNS FOR RING & COVERS MAY BE SUBMII/LU FOR MANHOLES IN SEQUENCE, ALTERNATE MEANS OF VENTING SHALL BE PROVIDED. APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME AS THE BOLTS SHALL BE STAINLESS STEEL, 1/2 INCH IN DIAMETER, EQUALLY 12. THE MANUFACTURING FACILITIES FOR ALL PROVIDED RING/COVER ASSEMBLIES SHALL MEET OR EXCEED ALL EPA SHOWN ON THIS SHEET AND PROVIDED OTHER CASTINGS SHALL BE SPACED, THREE (3) MINIMUM A SOLID STANDARD COVER WITH A PICK BAR ENVIRONMENTAL STANDARDS AND OSHA SAFETY STANDARDS. CASTINGS SHALL BE MANUFACTURED FROM RECYCLED COMPLETELY INTERCHANGEABLE, LE, THE COVERS OF THIS SHEET SHALL SHALL BE USED. THE GASKET SHALL BE 1/8" THICK NEOPRENE RUBBER. MATERIALS. PROVIDE CERTIFICATION. 7-Ia• 2oa9 014. VENT HOLE (1) � (2) 1 1/2" CLOSED PICKHOLES MANHOLE RING & COVER INHIBITOR COMMENTS 1\\` 4' - 0" EAST JORDAN IRON WORKS, INC. V-1168, PRODUCT NO. 41168051 • PER CITY STANDARD. • NO BOLTS ASSEMBLY • NO MACHINE EDGE OF RING O OR APPROVED EQUAL WITH SPECIFICATION MILLED COVER FOR INHIBITOR �/ }m --- - N 1 CD �' 1 1/4" LEHLRING A. ` RING & COVER DETAIL FOR MAINTENANCE f.,- SPACE FOR' � a INFLOW PROTECTO BOTTOM ON EXISTING 4" DIA, MANHOLE INSTALLATION COVER PLAN VIEW (TO BE MACHINED) EREw OF COVER CITY OF CORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Engineerir (DUCTLE IRON ASTM A536) 1/4 -DA. NEPOPRENE 0 z z Pe 3/16" DIA. 11 1/2" REVISION TO MEET 30 TAC CHAP 217 (TC£0) DESCRIPTION 31 7/8" DIA. N. -{ 1 3/8" 2 1/2" / •r 3/ 7/8" DIA. i &S. INFLOW 23" DIA. INHIBITOR RING AND COVER DETAILS FOR 30" OPENING FOR 4' AND 5' MANHOLES WASTE WA TER STANDARD DETAILS 2 OF 5 COVER SECTION VIEW DENOTES 304 STAINLESS STEEL * SEE NOTE 11 THIS SHEET 2 1/4" 32 3/16" DIA. I 1 1/2 1 1/8" TRAFFIC CONTROL - ALL UTILITY WORK zze �/iia 1 1/4" — 1 1/4" Iv 1. THE CONTRACTOR SHALL PROVIDE AND MAINTAIN ALL TRAFFIC CONTROL DEVICES 0 30" DIA, O / // DURING THE COURSE OF CONSTRUCTION PER TRAFFIC CONTROL PLAN. PUBLIC RIGHT-OF-WAY 2. EQUIPMENT AND MATERIALS SHALL NOT BE STORED ON 1 1/4"—. ! DURING THE COURSE OF CONSTRUCTION. ANY MATERIAL AND EQUIPMENT APPROVED BY THE CITY ENGINEER FOR TEMPORARY PLACEMENT ALONG THE PUBLIC / 7 / RIGHT-OF-WAY SHALL BE ADEQUATELY BARRICADED AS REQUIRED FOR 33 7/8" DIA. -I 40 3/4" DIA.3. 1 1/4"— EACH DIRECTION OF TRAVEL. CONTRACTOR IS RESPONSIBLE FOR MAINTENANCE OF ALL SIGNS REQUIRED IN THE TRAFFIC CLOSED PICKHOLE DETAIL CONTROL PLAN. DAMAGE OR LOSS OF ANY REGULATORY SIGNS OR WARNING SIGNS SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE ENGINEER. CONTRACTOR OUTER SECTION OF FRAME (RING SHALL REIMBURSE THE an, FOR ALL COSTS INCURRED FOR SIGN MAINTENANCE IF THE CONTRACTOR DOES NOT PROMPTLY REPLACE SIGNS. SHALL PROVIDE ALL-WEATHER ACCESS TO ALL RESIDENTS AND NOTE: MACHINE THIS SURFACE = /\ (CAST IRON ASTM A48-CL35B) 1 4. THE CONTRACTOR BUSINESSES AT ALL TIMES DURING CONSTRUCTION. THE CONTRACTOR SHALL PROVIDE MANHOLE RING & COVER INHIBITOR - TEMPORARY DRIVEWAYS AND/OR ROADS WITH APPROVED MATERIAL DURING WET WEATHER. 5. ALL SIGNS AND BARRICADES USED SHALL BE REFLECTORIZED AND SHALL BE cri 4: o 4' - 0" OR 5' - 0" EAST JORDAN IRON WORKS, INC. PRODUCT V1430 CV, V1420/1480 Z1 FR OR APPROVED EQUAL. (MILL COVER FOR S.S. INFLOW INHIBITOR) • PER CITY SPECIFICATION EQUIPPED WITH FLASHING WARNING LIGHTS AS REQUIRED BY TRAFFIC CONTROL PLAN. o T La o SHEET 53 of 172 RING & COVER WITH 30" OPENING FOR 4' AND 5' DIA, MANHOLE INSTALLATION RECORD DRAWING NO. ST R - 8 8 3 I ci o N CITY PROJECT j E12093 NOT TO SCALE NOT ro soul" 1 4 REBAR FRAME + 2'-0" CONSULTANT'S SHEET NO. �, s* • - f.,._.. _.,SH I i -Mit F. ,„,,,.04.100973 :ifi .�/CE11S 8"'• ' _ ,�\\\,,� t/NO."' CIRCULAR 77ES, AT PIA: CAP 12" O.C., R/C 30- MIN. i2" 7-14 REBARS EQUAL SPACING FIELD BEND 1' 1' 2 -NO. 4 REBAR & CON- CRETE FILL WITH RADIUS TOP '" AS REQ D. • - ^ l r yW ABOVE M.H. F.G. JOINT, RL �'� _ 1 I H.D.P.£ 18" MAX RINGS 12�11/N.-18• M�Ar. 6' PVC ¢ FORM BOLLARD (S7 i/KE PRODUCTS OR EQUAL) - io � OR R. •�1 flair ` . ` •-.:` COLOR AS APPROVED BY WW DEPS. EXISTING GROUND EroUAL FORM NC. �� 11 LINISH 3000 PSI CONCRETE AROUND PERIMETER - ' •n io GROUND 3 -14 REHAB REINFORCEMENT n •. 3-,/4 BARS 71P. _ i� imi n 3000 PSI CONCRETE . ' I. � I $ m 1 p = i:i 12"� COSTING MANHOLE - REINFORCED 3000 PS/ CONCRETE PROTECTION FIBERGLASS NOM 30" MANHOLE NOTE: iW1NHOLE PROVIDE 2-C0A7S OF 60 MIL RING & COVER COLLAR DETAIL 1-6- �� FOR BOLLARD LOCATION, SEE JEFFCOAT 326 OR APPROVED EQUAL ALL EXPOSEDCONCRETE SURFACES N.T.S. PLAN & PROFILE SHEET AON ND FILLET' EZ FORM BOLLARD DETAIL NOT TO SCALE PROTECTION FOR FIBERGLASS MANHOLE IN UNPAVED AREAS ( CULTIVATED/SPECIAL ) NOT TO SCALE (4) SS HEX BOLTS 5/8"-11 X 2" R (4) SS WASHES 5/8"ID X 1 1/2' 0D i' CONC. COLLAR H.D.P.E ADJUSTMENT RINGS 6 12" M/N., 18" MAX. gg NOTE ' • ,,v _"• _ d -;CITY OF CORPUS CHRISTI TSS TEXASIv EX- WASTEWATER - - -- DEPARTMENT Department of Engineering Services RECESSED FLUSH : ••`♦ -.• ' 555 DETAIL 2 - LOAD 7EST7NG /S REQUIRED AND SHALL BE CONDUCTED 1. AASHTO M-306 S n IN ACCORDANCE WNN SECTION 7.0 (40000LBS.) AND INSPta/tL IN ACCORDANCE WITH SECTION 9.1.1. RESULTS OF THE TEST SHALL BE SUBMITTED 10 THE CITY PRIOR TO /NSTALLA770N. , v •PROOF ` EXISTING GROUND �_ s �\ \ FINISH GROUND •- - _ err -- - ri ••ir�r rr �� IIIOIII Ili II 2 INNER MANHOLE MAY BE ECCENTRIC AS SHOWN. US£ SONOTUB£ OR EQUAL TO FORM CONCRETE COLLAR. FIBERGLASS 3000 PS/ CONCRETE (FROND£ REHAB REINFORCEMENT 3/14 BARS) TIP. 1111 i i i i r i i i ri.rrrrrr.rrr�..r 11111 1 1/2' .r. m MANHOLE z - -_-'; - - 1 • 111 Iii rrriiiiiirirr..r ♦rrrrrrrrrrrrrr♦ _ - •-1/� •\IN... PROVIDERING hCOVER. 7/B" •;• -_• ' 'I • • rrrrrrrrrrrrrrrrr r . r r r r r r r. r r •. rr•rrrrrr •rrrr •_ - SE'ESAN?ARYSEWER = /v STANDARD DETAILS SHEET 2 OF 5 ALSO INSTALL TETHERED STAINLESS sae_ (SS) INFLOW INHIBITOR. • `♦ PROTECTION FOR FIBERGLASS MANHOLE IN UNPAVED AREAS (RESIDENTIAL ) PICK HOLE '• SEE DErAll1 -...00# REVISION TO MEET 30 TAC CHAP 217 (ICED) _ OPEN P/CKSL07S NOT 70 SCALE OUTER COVER BACK STANDARD 3000 RE7NF0'• 100 1" LE77ER5vc. '.E ADJUSTMENT RINGS 5•-0� 0 RING TOP VIEW 1" LELLtL6NGFlu RECESSED FLUSH 2" • . • 12' 18" MAX . , CONCRETE COLLARPSI (PROVIDE REBAR REIN . ' 4 ENT (PRO BARS) TP. J FACE 7/8" . 1 � . 1 IX!S VIRAL GROUND 1, T�3q/AT4F'"�)p2-14 C( niiiillniNNI-15111,,COVER PICK NOTE . 111111/111 . 1 1 • 11/1 111 111 / OPEN FNCKSLOTS •J 2" MIN., 4" I 0 MANHOLE SURFACE PROTECTION AND AIR RELEASE VALVE DETAILS WASTE WA TER STANDARD DETAILS 3 OF 5 22" DLA f 7/8"/ 1 1 1 1 1 1/ 1 1 1 1� • ••111 111 11'11 V ,�' ,.' .: a�i , M/N. 6" i SOIL ^'' I— O �� Me 7 1/4'Ill j 1111111111'1111.1.11 111,11/11111,111 1,1/11....//111.1 /_ _� 0 -�//i/ilii//iiiii/,.1 ._`-It/% �///////r 1 r11•%�.�12�� • 1 11 r /5" �• AND PER OSFW i `./1,11:. � SEE DETAlL7 � �. / : STA7ESHORE 1!9 AND SfA1E REQUIREIlILN75��c I lir: r ••,OPEN PLCKSLO7S i1I� 30" M/N./ - -�� 7 8' ON `;:�•.. III' FACTORY BONDED JOINT COVER SECTION 3 1/8' ■ A• LL y [,likv4; SHORT BODY AIR RELEASE - RECESSED FLUSH PROVIDE PLOWABLE - �" MIN. D/A OW 37 3/4' DIA INNER COVER BACK BACKFILL -100X PSI . FIBERG• MANHOLESLEEVE SE AND OFF ASSEMBLYTAPPING 22 1/4" Du INNER COVER TOP T I AALLLL FImNGsS 70 B STAINLESS STEEL Nil F. 1 1/2" = ' , . II ASSEMLY SHOWN ROTATAED 90' FOR CLARITY. PART 1. ORNWIGEP13011/ ��,, 21 3/4" DIA •^.:.: , /, •• •PROVIDE ONE �� - 2 ASSEMw° z- r‘"11-1 � .` ; k1 MASONRY SUPPORT ALL fITNNGS WNH WRN ARV SHALL 7/8"---11— 3�� I 1 8' - I / �..:: 11 '�• `, EACH SIDE OF % 11 / R BRA S. D OR BRASS PIPE SADDLE THREADED rJaLs11MoaTaM _• NrilXI NSTAINLESS IPPLE BALL FLOAT FOAMED YFROPOEPE i 19 3/4" Du NOTE MACHINE THIS SURFACE -V j ... 23 1/2' DIA S.S. INFLOW TTT / �j�' MIN. 3" 3000 PS/ NON -SHRINK GROUT SLOPE aeWrnan STM1289- SAE" ll TO 1/4" PER FOOT TOWARD ONE LOW POINT - _ ACETAL COVER SECTION INHIBITOR - SEE NOTE 11 ON SHEET 2 EDGE OF 4 I AT MANHOLE a SPERM STARLESS _= ma heti LONG 4 RE734R ILL -. SrN ate. ma 40' 014 5/8" ;' N AT,24' AROUND METER 11. STEM STARLESS STEEEL, 9111 12 Sabi NBNFCRC DNYLON • MLESS STEEL MEMO ' DIA �4:-.....;:::' - - . `: . .. FOO77NG DETAIL FOR R£INF. SHT 1 OF 5 •- '.---:---.....-...,-,--:•.-• •-.\' 1 1/2 1 1/2' 6" _ / COMPACT TNS 6" OF 698• •:• - '. • ... 15 IMAM u . STASaEeSSMEELSI1E 91 CRUSHED (TXOOT NEM 421, GRADE 2, 3, OR 4) . r Pam�nE i� i 2 9/16' -----�% TO 95X DENSITY . .-698 ATJ MANHOLE t 2'-0" 'i BEDDING 8" +EP7H Lmi / / , 4 ' - OPTIMUM MOISN" -•MENT (PROVIDE' WHETH •.UNDWATER /S PRESENT OR NOTI) / MWASSA6TN11121 aj '-'4 , 4 1 1/8"- RERFOT Mrxt5N Br = ASE -. STEELS E Me 3/4' AIR RELEASE VALVE ON 5' FIBERGLASS MANHO 3 7/ y�J 34' DLA 38 1/2' 014 1 1/2" PICK SLOT DETAIL NOT 10 SCALE • c r o 47 1 4" DLA DETAIL 1 SHEET 54 of 1 72 RING SECTION RECORD DRAWING NO. ST R - 883 3=0" DIA. ROADWAY MANHOLE RING & COVER DETAIL (650-36) z i1 CITY PROJECT # E12093 NOT TO SOME Q 0 PROVIDE BACKFILL PER APPLICABLE 0 REQUIREMENTS OF THESE STANDARDS.• TRENCH BACKFILL o CONSULTANT'S SHEET NO. �1v�� lSEOFTf��11 b1p " 9tp�+' i CHARLES F. BAISH.NII 4••� ,I,e9.. 100973 : ei ,1k ��DN ��r nl�j (� n.u.�� r'� FOR BACKFILL SEE �� ((( ��� `W "grSe�� RIGHT-OF-WAY DETAIL & GENERAL NOTES ON SHEET OR EASEMENT * OR AS REQUIRED 5 OF 5. `' " i \WWL� 1 ••i`4 *REBAR • N Q i ,`�``•_ ,.N.N �i�W • •1' SIDEWALK 2 , SPECIFIED CLEANOUT BOOT &COVER 1 ALL STOPPERS MUST FORM TIGHT SEAL SIMILAR TO PIPE JOINT AND BE ABLE TO WITHSTAND JESTING PRESSURES11 y 6 PLAN SECTIONA-A CONCRETE BLOCK DETAIL AS REQUIREDREMOVEUCE THREADED PLUG S i N.T.S. N.T.S. N.T.S. 6" COVER &� , o „ ;1 �`�� ill 6" PVC STOPPER L • 2-l/2" , '�' A- _ 2-1/2" 3/4" 7-1/2" DUI a (PROVIDE CONCRETE BLOCK 111 , �� i 7-f0.2eo9 hi PROVIDE FITTINGS (2-4'�(6I(36' W/#4 REBAR L : �` AT y. \\\�\ �� AS NEEDED SEE NOTE 8 4" -WYE DEPTH AS REQUIRED 11 �/�• R SEE CLEAN-OUT 111-....:r ;� �` \41 3/4" 3/4" DIA. // EN E THE PIPE DETAIL 11 ::,S 1 1/4 Irl . SEE CONCRETE I W OF SAND �`�P i1 ri O. 4"i;.E BLOCK DETAIL ' I l.__..� �`�>•�� � try O.' STANDARD ..: Y•- 1L I 3'-O' 1 6' DIA •S ` 01 JJ 9-3/8" LOCATION AND SIZE ` 6'z 6" NOTE IF PVC -SOLVENT WELD V.C.P., CAST PERMA-WYE : N OF MAIN VARIES : ::- 8' OR DEEP El SECTION 13-8 L 27" _ ' BEND IRON OR ORANGEBURG/PIPE, USE MISSION RUBBER PROVIDE OWl00�PS1 J)l N.T.S. CO. IMROI OR IMRO2 ARC COUPLING BACKFlLL - MINNOTE: CLEANOUTBOOTWITH STAIN' FSS STEEL, SHEER RING. SEE NOTE 6(NO SUBSTITUTIONS)6" SCHEDULE 40 PIPING CLEAN-OUT BOOT FRME AND COVER N.T.S. MR) •EAST JORDAN IRON WORKS, INC. NO. V-8505 OR EQUAL g" (° )90 PREFERED TEE CONNECTION _lir yy/►yy TYP/CAL CLEAN-OUTBOOT SADDLE SMWTARy NOTEa6 AND 7�OR TAPPINGN.T.S. PROVIDE SAND EMBED . (SEE FLOW WHEN INSTALLING NEW PVC WYE ®SERVICE 111 11 . -•I: i CONNECTION OR AS REQUIRED. PROVIDE CONCRETE HOUSE SERVICE CONNECTION NOTES: 1 rMI 3- CITY OF itiCORPUS CHRISTI -0777 TEXAS WASTEWATER DEPARTMENT Department of Engineering Services PROVIDE " S " FOR SEWER. PLACE MARKER SADDLE FLUSH IN CURB AS SHOWN. 1. CONTRACTOR TO PROVIDE SERVICE CONNECTION MIN. — TAP TO THE R.O.W. UNE & CONNECT EXIST. SERVICE Alf „0 2-3/8" .• UNE OUTSIDE EASEMENT AS SHOWN AND REQUIRED. FRONT VIEW SIDE VIEW 1 " IS �\ 1/8. 1 2-1/'•7231/4-----,---E-"'": I r--• ':-s:.y;:;�.?:..,; 2. ALL PIPE TO BE SOLVENT WELD SCH. 40 P.V.C. UNLESS SHOWN OTHERWISE IN THE PLANS. 3 LL FITTINGS TO BE SH. 40 P.V.C. FOR SERVICE CONNECTIONS. NOTE OR D APPROVEDCBY WASTEWATER) DEEP CUT SERVICE CONNECTION 3/16" DIA. IF NO CURB BURY 12' PIECE OF 4. ENCASE PIPE IN 6" SAND AS REQUIRED. N.T.S. REBAR WITH POLY PROTECTIVE END STANDARD SERVICE MARKER CAP ON EACH END. 5. CLEAN OUT BOOT TO BE EAST JORDAN IRON WORKS z o BRASS - ONE REQUIRED EACH STREET TAP MODEL V-8505 OR APPROVED EQUAL(WHERE SPECIFIED) N.T.S. 6. FOR EXISTING MAIN PIPE MATERAL - P.V.C. AND/OR V.C.P.eg USE FATBOY" INSERT -A -TEE OR SDR 26 PVC SADDLE WITH RUBBER GASKET. IF SADDLE IS USED, NEED 2 PART EPDXY SEAL AND 4 SOUD PROVIDE NEW 30" RING & COVER STAINLESS STEEL BANDS (2 PER SIDE). WITH STAINLESS STEEL (S.S.) INFLOW 7. FOR NEW P.V.C. MAIN AND SERVICE, USE P.V.C. WYE AT 3,000 PSI CONCRETE (PROVIDE REBAR �/� INHIBITOR SHEETEE 2 OFW ADJUSTMENT RINGS. REINFORCEMENT 2-I4 BARS) SERVICE CONNECTION. GENERAL NOTES; S GREATER 50' USE SEWER STANDARD DETAILS)�Y NOTE: WHEN CONCRETE DEPTH EXCEEDS 12" MIN., 8.6" P.V.C.IF PIPE PE; SCH. 40 FROM C.O.TH, ON SERVICE 1 WYE TO THE MAIN LINE. (REHABILITATION/EXISTING MANHOLE) 3-/4 REBARS WILL BE REQUIRED. =� REVISION TO MEET 30 TAC CHAP 217 (TCEO) Z v o ASPHALT 12" /4' CONCRETE SERVICE CONNECTION DETAILS PAVEMENT PAVEMENT N.T.S. 1. CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE ENGINEERING DEPT. CITY INSPECTION OF ANY SPECIAL CONDITIONS THAT ARE PRESENT A .; ,•.. _- ,.-T.'Goir AI' REPRESENTATIVE IMMEDIATELY ON THE SITE DURING CONSTRUCTION, AT PHONE NO. (361) 826-3555. SERVICE CONNECTIONS AND REHABILITATION OF EXISTING MANHOLES WASTEWATER STANDARD DETAILS 4 OF 5 :?:•-•A . ., y%:iAu. y-,,,' ,_ i =2. ' B = ":,,� PLACE .3000 PSI CONCRETERO THE CONTRACTOR SHALL FIELD VERIFY THE EXISTING MANHOLE DIAMETER, FLOW LINE, ••:�x� a�-„ `fc-s.c.�.- :11.1.,..,..,,u.. -• ��� TOP OF CORBEL RIM ELEVATION, NUMBER OF LATERALS, LOCATIONS, SIZES, AND OTHER INFORMATION (EXACT LOCATIONS TO B FIELD OLTERMINED BY CONTRACTOR) NEEDED TO REHABILITATE EACH MANHOLE. BARRICADING AND SIGNS ARE TO BE PLACED TO DIVERT THE TRAFFIC AND PROVIDE CEMENT STABILIZED ;: BACKFILL = : IATiA . i7 . INSIDE M.H. WALL - .3. OUTSIDE M.H. WALL PEDESTRIANS PER THE APPROVED TRAFFIC CONTROL PLAN, PRIOR TO INSTALLING =1CO .+t.% i CVY -A THE BYPASS OR INITIATING REPAIRS ON THE MANHOLE, AS REQUIRED. ra k- x L; =�A NMI 4. EXCAVATE AROUND THE EXISTING MANHOLE SUFFICIENTLY WIDE AND DEEP FOR EXISTING M.H. WALL REMOVAL OF THE RING AND COVER, REDUCER CONE SECTION AND MASONRY r ���� %� PROVIDE ONE (1) INSERTA-TEE” �� EXCAVATION WALL (BRICK OR CONCRETE) MANHOLE TO ACCOMMODATE THE NEW FIBERGLASS MANHOLE LINER AND NEW :< ` MANHOLE UNER REMOVE TOP CORBEL 4� ii.Ill OF EXISTING RUBBER SLEEVE SEAL WITH 0 FILL WITH CONCRETE FLOWABLE FILL RING & COVER W/HEIGHT ADJUSTMENT RING AND STAINLESS STEEL INFLOW INHIBITOR. • �, ::. ,...kr EXIST. M.H. DIA. r MANHOLE phi ��� J AS SHOWN. STAINLESS STEEL BAND OR WW DEPT APPROVED SEAL —\2 • �, , (SEE NOTE 13, 5. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING SEWAGE FLOWS AT ALL TIMES. 6" PG 1 OF 5) . ti 1' MIN. ,•:--k,- MINUS O'-6" r��J W ct ���� GASKET WATER STOP ASSEMBLY � MIN. CONTRACTOR IS REQUIRED TO HAVE ALL MATERIALS AND FLOW HANDLING ■ USE PIPE POOH' KIT EQUIPMENT NECESSARY TO CONTROL THE FLOW WHILE REHABILITATION OF THE O UNE PIPE OR 9Q *2 .- _ly SEE PIPE SEAL ���I DETAILO RIGHT) I PIPE STUBOUT THRU MANHOLE WALL ------ --- MANHOLE IS IN PROCESS. APPROVED EQl1AL THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONFORMING WITH THE O.S.HA. ' (SIX (6) FOOT MIN. LENGTH0 DOTING BRICK OR ,..-• ��; PROVIDE DROP IF ��� MORE THAN 24' (SHAPEPROP. OUTLET PIPETRENCH AS SHOWN) PVC PRIOR TO PLOWABLE FILL REGULATIONS PERTAINING TO CONFINED SPACE ENTRY IN THE MANHOLES AND SAFETY IN ANY EXCAVATIONS. PLACEMENT.7. CONCRETE MANHOLE TO REMAIN IN PLACE �i ABOVE FLOWUNE -�—� _ % —� PREPARE THE INTERIOR OF THE IXISi1NG FOUNDATION STRUCTURE BY REMOVING ALL DEFECTIVE GROUT, DEBRIS BLOCKAGES, AND THEN MECHANICALLY ROUGHEN ENTIRE - SLOPE 1" Sr--- ' 6" PROVIDE MISSION RUBBER CO INVERT, CLEAN THE INTERIOR WITH HIGH-PRESSURE WATER JET. PROVIDE PLOWABLE FILL DARARL ADDITIVE)P . �- PER FT. ��ig USE PIPEPATCH' KIT j MRO( OR MR02 ARC I 2' MIN. COUPLING WITH STAINLESS 8. DISPOSAL OF THE RESULTING SLUDGE AND DEBRIS SHALL BE THE CONTRACTOR'S (WITH ( 00 PSI MIN. COMPRESSIVE STAINLESS STEEL BIND l'imO UNE PIPE (6' MIN STEEL SHEER RING. RESPONSIBILITY,AND SHALL BE DISPOSED AT APPROVED SITE MEETING ALL REGULATIONS. STRENGTH 0 28 DAYS)mom SEE GENERAL NOTE 11 mom*Y , LENGTH) PRIOR TO PLOWABLE RLL PLACEMENT.PROPOSED . 0 9. THE NEW FIBERGLASS MANHOLE LINER SHALL CONFORM TO CITY STANDARD SPECIFICATIONS. l' OUTSIDE NG MH WALL 10. FORM BOTTOM SEAL AROUND THE PERIMETER OF THE UNER. USE QUICK -SETTING, NON -SHRINK REMOVE MIN 6" DEPTH OF M.H. B. � • ; .; � •• 'CONCRETE '� FIBERGLASS '> ., PLOWABLE FILL INSERT = • ORE AS REQUIRED GROUT TO SEAL AND RESHAPE THE BOTTOM AS DIRECTED. GROUT MIX 9,10) AREA AS SHOWN(SEE NOTE 7,8,9,10 ) ''' ; . •: O SET THE FIBERGLASS MANHOLE ON THE CONCRETE BASE SHALL MEET THE FOLLOWING : ,• _ _ - `PLOWABLE _ _ STRENGTH REQUIREMENTS: (MIN. 6" THICKNESS) '= • �� r= _ EXISTING PIPE VAR/ES FILL COMPRESSIVE (ASIA( C57913) 3250 PSI IN 24 HOURS 4450 PSI IN 7 DAYS Ai cci NOTES:BOND STRENGTH (ASTM C321) 0 PSI IN 1 HOUR SANITARYMANHOLEL/NER PROVIDE 2 -COATS OF 60 MIL EXISTING CONE. FOOTING 80 PSI IN 24 HOURS TO REMAIN GROUT IS SET AND CURED, FILL THE o ^ g JEFFCOAT .326 OR APPROVED EQUAL 11. AFTER THE MANHOLE LINER IS INSTALLED, PIPE SEAL DETAIL CONC,,RETEDSUONN ADC/EES ANNULAR SPACE BETWEEN THE NEW LINER AND THE EXISTING STRUCTURE WITH SHEET 55 of 172 INCLUDING CORBEL IFILLET NTERSECT IONPIPES.D(MINA. INTO REHABILITATION N.T.S. FLOWABLE FILL AS APPROVED BY THE ENGINEER O ONE (i) FOOT ABOVE START OF CORBEL 12. MANHOLE UNER TO BE RATED FOR AASHTO-H-20 LOADING. EXISTING MANHOLE 13. INSTALL NEW MANHOLE RING/COVER WITH STAINI FSS STEEL INFLOW INHIBITOR. RING/COVER O BE EAST JORDAN IRON WORKS OR APPROVED EQUAL BY WASTEWATER DEPARTMENT. RECORD DRAWING NO. S T R -883 ~� z N g N.T.S. CITY PROJECT I E12093 UNPAVED AREAS PAVED AREAS Z 0 E CONSULTANT'S SHEET NO. \`FOR .EXISTING i,1r��OMITS • reihE:4:r:: rCBRISHIII jSAW , `'�THEN I 3 ��EXISTING 11EQ: i•A. EN4��BOTTOM � � %� n� n, /L - `�G,_J ln.Yl1� TOPSOIL 70 BE PROVIDED FOR CONCRETE PAVEMENT ASPHALT PAVEMENT OF REPAIR W' -I. EQUAL OR BEI 1ER ;AND MATCH XISTI TOPSOIL DEPTH. 2' OR 5'-0" (MIN.) PAVEMENT 1' MIN SAW CUT COMPACT TO DENSITY SIMILAR TO EXISTING ADJACENT TOPOSOIL. FOR PAVEMENT REPAIR...SEE DETAIL FOR IMPROVED AREAS (THIS SHEET). CUT PAVEMENT 1' MIN J 1' W.= (WIDTH) 1' MATCH IX/ST. FINISH REPAIR 1/4' ABOVE ASPHALT CONC. THICKNESSy ' 6" M/NYfi �'h-,'It '" r z -3 'Sr 3-. *? FOR 12' ABOVE PIPE TO OF TOPSOIL BACKFILL 'tCTC' iA 11/111111.11T, SHALL BE APPROVED SELECT MATERIAL FROM THE IXCAVAT- i BACKFILL SHALL BE CEMENT STABILIZED SAND !et' PROVIDE 2' MIN. ASPHALT ;L,:�: re '',3., �:;yr:�4:A:4..: ,:,:.:ra;:�;F�.:,:.: ,• l'.' 5A:§ +:its LIMESTONE BASE OR APPROVED BASE v ION;; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, ,",.^ . (2 SACK PER C.Y.) 7-10- 2.1 THICKNESS REPAIR. IN NO CASE —MATERIAL (12' MIN.). IN NO CASE SHALL THE THICKNESS OF THE BASE BE LESS U DEBRIS, OR ANY CLUMPS GR- EATER THAN 2" IN DIAMETER; ;4 _ ,::. •' PAVEMENT REPAIR LESS THAN THE THICKNESS OF EXISTING I 2 I THAN THE THICKNESS OF THE EXISTING ADJACENT BASE. LOOSE LIFTS TO BE PLACED 'i.i• i• •,;.•,;•,.:4, BACKFILL SHALL BE SELECT MATERIAL FROM ADJACENT ASPHALT PAVEMENT. PROVIDE ASPHALT PRIME COAT (0.15 GAL PER SY MIN.) II I QCOMPACT CZ )0" MAXEXCAVATION MATERIAL TO 95Z STD PROCTOR (D698� �w .2.-•_:°......._ !=!=!=! iiii - W OR TO BE IMPORTED MATER/AL,IN EITHER CASE ALL MATERIAL SHALL MEET THE FOLLOWING: P/ 8-20 NO CLUMPS > 2" DIA. II CEMEWT STAB. SAND MOISTURE TO BE ADJUSTED 70 t 3% OF OP77MUM. MAGNETIC WARNING 12" ABOVE PIPE y y ��� 41.! 0=! oaf iii i Q MOISTURE -1 TO t3% COMPACT 95% D698 STD PROCTOR LOOSE UFTS OF 12" MAX OR BE CEMENT STABILIZED SAND SEE TABLE 2- ITEM A (PAVED AREA) (OR PER DESIGN ENGINEER) j" ALL BEDDING AND /NF24L BACK- "v :, 12" FILL SHALL CONSIST OF GRAN- IMPROVED AREAS ULAR MATERIAL. SEE TABLE 1 FOR ALL PIPE DIAMETER' :' .�-/ (EXISTING OR PROPOSED PAVEMENT) 6-O .. NOT TO SCALE ► I J TRENCH BACKFILL AND PAVEMENT W=P/PE DM. + 2' REPAIR g CITY OF CORPUS CHRIST TEXAS WASTPWATFR z 0_ Ir FOR WASTEWATER LINES ,e NOT TO SCALE GENERAL NOTES FOR BACKFILL - REVISION TO MEET 30 TAC CHAP 217 (TCEQ) o rc EB. N o GENERAL NOTES -CAS/NGS TABLE.1 2 �; "�` `TABLE DO NOT GROUT COATED OR STAINLESS I.j STEEL SPACER BODY `�-� INSIDE OF CASING BEDDING AND INITIAL BACKFILL FINAL BACKFILL (GREATER THAN 12" ABOVE PIPE) STEEL CASING PIPE // 1 CARRIER PIPE (BELOW PIPE TO 12" ABOVE PIPE) 1. CASING DL4MElER, LENGTH, LOCATION AND WALL THICKNESS SHALL BE PER �l J .4 �% UNPAVED AREAS PAVED AREAS PAVEMENT REPAIR/BACKFILL/ GENERAL NOTES/CASING DETAILS WASTEWA TER STANDARD DETAILS 5 OF 5 PROJECT SPECIFIC REQUIREMENTS. (MIN. SCHEDULE 40) WELDED STEEL OR CAST �; \—� POLYMER PLASTIC RUNNERS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF THE FOLLOWING A. FROM 12' ABOVE PIPE TO A. FROM 12' ABOVE PIPE 70 3' BELOW BOTTOA POLYETHYLENE RUNNER `� SUPPORT 41110SEE NOTE 2 OR REFER. TO DESIGN ENGINEER REQUIREMENTS: BOTTOM OF TOPSOIL BACKF7LL OF ROAD BASE. BACKFILL SHALL BE SELECT 2. ALL CARRIER PIPE IN CASINGS INSTALLED SHALL BE SUPPORTED BY BOLT-ON. STYLE CAS/NG SPACERS(ADVANCED PRODUCTS" OR APPROVED EQUAL).OR 3. PROVIDE MECHANICALLY RESTRAINED JOINTS FOR FORCE MAINS ONLY ON 4" TO 10" CASING DETAIL GRANULAR BACKFILL CONS/S77NG OF ETHER NATURAL SAND OR SANDY GRAVEL,SHALL MA7ERAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. SEWER ONES: BE APPROVED SELECT MATERIAL FROM 771E ECC4VAT- ION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GR- MATERIAL FROM EXCAVATION OR TO BE IMPO RTED MATERIAL IN EITHER C.4SE, ALL MATERIAL SHALL MEET THE FOLLOW/NG.: LL<35 CARRIER ON. USE "MEGALUG" TYPE JOINT RESTRAINTS OR APPROVED EQUAL. NOT TO SCALE ©EXCAVATIONS <2OFT DEEP AND ABOVE WATER TABLE USE EATER THAN 2" IN DIAMETER; P/ 8-20 NO CLUMPS > 2" DIA. 4. CAS/NG SPACERS SHALL BE SIZED TO SECURELY FASTEN 70 THE CARR/ER PIPE 0.0. AND SHALL BE FURNISHED WITH A MIN/MUM RUNNER HEIGHT 70 MAINTAIN SEPARATION BETWEEN CARRIER PIPE MAX 0.D. & CASING WALL COATED OR STAINLESS �� k" DO NOT GROUT MATERIAL MEETING THE FOLLOWING CRITERIA MEE77NG REQUIREMENTS OF ASTM 02487 FOR: SP GP LOOSE LIFTS 70 BE PLACED 10"MAX. COMPACT MATERIAL TO 95% SID. PROCTOR (0698). MOISTURE - 1 TO +3% COMPACT 95% D698 STD PROCTOR LOOSE UF75 OF 12" MAX OR IF SELECT MATERNAL FROM EXCAVATION A POSITIONING OF SPACERS SHALL ENSURE THAT THE CARRIER PIPE STEEL SPACER BODY AN( . IE INSIDE OF CASING PIPE SW GW MOISTURE TO BE ADJUSTED DOES NOT MEET REQUIREMENTS THEN USE IS ADEQUATELY SUPPORTED THROUGHOUT ITS LENGTH. STEEL CAS/NG PIPECARRIER WELDED STEEL OR CAST jfr14)40)1.."1„..- PLASTIC SP-SM GP-GM SW-SM GW-GM TO t 3% OF OPTIMUM. CEMENT STABILIZED SAND SEE TABLE 2- ITEM B BELOW SPACERS AT EACN END SHALL NOT BE FURTHER 77Ti1N 12" FROM POLYETHYLENE RUNNER ,11• THE END OF 771E CASING. SUPPORT C. CASING SPACERS SHALL BE INSTALLED IN THE CENTER OF THE PIPE ��� SECTION. MAXIMUM SPACER SPACING /S 3 FEET. 5. THE TWO ENDS OF 7715 CASING PIPE SHALL BE SEALED WATERTIGHT WITH 12" TO 36" CASING ,POLYMER RUNNERS ' . RUNNERS DETAIL AND IN ADDITION: PASSING 7/2" SIEVE - 100%DOSRNG PASSING #4 SIEVE - 30% MIN/MUM PLAS77CITY INDEX (P1) - NP TO 10 MAX. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN TOIX/STING; AND MATCH COMPACT TOPSOIL CONFLICT TO EXISTING ADJACENT TOP- (OR PER DESIGN ENGINEER) B. FROM 3' BELOW BOTTOM OF ROAD BASE TO BOTTOM OF ROAD BASE. BACKFILL SHALL BE CEMENT STABILIZED AN ADVANCE PRODUCTS SYSTEM, INC., MODEL AZ - ZIPPER" OR "P57l MODEL NOT SCALE C END SEAL" OR ENGINEER APPROVED EQUAL. (g.,1 © IN DEEP EXCAVATIONS (>20') OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEEI7NG GRADATION OF. A CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE Z 3, OR 4. .(CONSTRUCTION TO BE PERFORMED BY "DOUBLE DITCH" METHOD-TOP SOIL SALVAGED 70 BE PLACED ON TOP) SAND (2 SK/C.Y. AND SHALL MEET THE FOLLOWING REQUIREMENTS: SAND GRADATION: % PASSING 12 MAX. #4 55-100 m c3 8 - 1 #10 40-100 25-100 /#40 ' DISTANCE_ 3" MAX DISTANCE SPACERS CARRIER PIPE #200 10-20 c o A v P/ NP-10 __,_.)..- SEE NOTE 5-/ OF ONE CASING FOOT FROM ACER EACH SIDEBE AOFDJOIN�IMUM (OR AS PER DESIGN ENGINEER) SHEET 56 of 172 CASING DETAIL COMPACT TO 95% OF 0588. MOISTURE TO RECORD DRAWING No. S T R-883 Z o 0 NOT TO SCALE TO BE ADJUSTED TO (t/-2%) OF OPTIMUM. CITY PROJECT 1 E12093 SANTA FEST. I . �111I ■ 'r alill 3 RD ST.' COLE ST. OFFSITE 9.4 ACRES ( 2 ND ST. � o 11111*/ ry 68.5 ACRES �,,, SPOHN „ /CI -11 CI -12 PITAL, L' CI -13 r - AYERS ST. OFFSITE / Ii / / , I , I1 I CONSULTANT'S SHEET No. COLE PARK MARINA DEL SOL MORGAN AVE. OFFSITE 152.6 ACRES SPOHN HOSPITAL CI -19 0 z z 0 N LOUISIANA OUTFALL AYERS OUTFALL COLE PARK OUTFALL CORPUS CHRISTI BAY MORGAN OUTFALL •• SPECIAL STORM WATER NOTE •• LEGEND EMERALD %N`.,' BEACH HOTEL THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. FOR THIS PROJECT, THE CITY HAS DECIDED IT WILL NOT ENLARGE AND REPLACE THE EXISTING OUTFALLS TO ACCOMMODATE THE 25 -YEAR EVENT DUE TO COST AND BUDGET CONSIDERATIONS. THE EXISTING OUTFALLS WILL NEED TO BE REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE PROJECTED DESIGN FLOW FOR THIS PROJECT AND FUTURE STORM WATER IMPROVEMENTS THE CITY I5 PLANNING UPSTREAM OF OCEAN DRIVE. IT IS RECOMMENDED THAT THE CITY DESIGN AND RECONSTRUCT THE EXISTING STORM WATER OUTFALLS TO ACCOMMODATE THE DESIGN FLOW FOR THIS PROJECT AND FUTURE STORM WATER IMPROVEMENTS. -54"- - - - EXISTING STORM SEWER LINE EXISTING INLET EXISTING MANHOLE EXISTING OUTFALL 18� PROPOSED STORM SEWER LINE PROPOSED INLET • PROPOSED MANHOLE NOTES; THIS PROJECT IS LOCATED IN THE CORPUS CHRISTI BAY DRAINAGE BASIN. 2. FOR REFERENCE USE ONLY. 3. CONTRACTOR SHALL VERIFY UTILITY LOCATION PRIOR TO COMMENCEMENT OF ANY CONSTRUCTION ACTIVITIES. O / ./ N \G F Oh N 4. OCEAN DRIVE IS LOCATED OUTSIDE OF THE 500 -YEAR FLOOD PLAIN AS IDENTIFIED ON FEMA FIRM MAP NUMBER 48355C0320G(DRAFT) SYSTEM A (TO LOUISIANA OUTFALL DRAINAGE AREA DRAINAGE AREA TOTAL AREA (ACRE) C (STREET) C (RESIDENTAL) COMPOSITE C TC (MIN) 25-YRI (IN/HR) C!(CFS) COMMENTS CI -1 0.6 0.8 0.5 0.8 15 8.23 4.2 SAG CI -2 0.2 0.8 0.5 0.8 15 8.23 1.2 SAG CI -3 1.5 0.8 0.5 0.6 15 8.23 7.4 SAG CI -4 0.2 0.8 0.5 0.8 15 8.23 1.6 ON GRADE SYSTEM B (TO COLE PARK OUTFALL) DRAINAGE AREA TOTAL AREA (ACRE) C (STREET) C (RESIDENTAL) COMPOSITE C TC (MIN) 25-YRI (IN/HR) C (CFS) COMMENTS CI -7 0.2 0.8 0.5 0.8 15 8.23 1.1 SAG CI -6 0.2 0.8 0.5 0.8 15 8.23 1.6 ON GRADE CI -5 1.4 0.8 0.5 0.5 15 8.23 6.2 SAG CI -9 0.5 0.8 0.5 0.8 15 8.23 3.0 SAG CI -8 1.6 0.8 0.5 0.6 15 8.23 7.8 SAG STORM WATER DRAINAGE AREAS SCALE: 0 100. 200' 400' SCALE IN FEET SYSTEM C (TO AYERS OUTFALL) DRAINAGE AREA TOTAL AREA (ACRE) C (STREET) C (RESIDENTAL) COMPOSITE C TC(MIN) 25-YRI (IN/HR) Q(CFS) COMMENTS COLE ST OFFSITE 9.4 0.8 0.5 0.70 28 5.91 39.0 OFFSITE AYERS68.5 OFFSITETE 0.3 0.8 0.5 0.75 41.3 4.67 239.9 OFFSITE CI -10 0.1 0.8 0.5 0.8 15 8.23 0.9 SAG CI -11 0.4 0.8 0.5 0.6 15 8.23 1.8 SAG CI -12 1.5 0.8 0.5 0.6 15 8.23 7.6 SAG CI -13 0.4 0.8 0.5 0.8 15 8.23 2.8 SAG CI -14 0.2 - 0.8 0.5 0.7 15 8.23 1.3 SAG CI -16 1.6 0.8 0.5 0.6 15 8.23 8.0 ON GRADE CI -15 0.7 0.8 0.5 0.7 15 8.23 3.9 SAG CI -17 0.2 0.8 0.5 0.8 15 8.23 1.1 ON GRADE FURMAN OUTFALL SYSTEM D (TO MORGAN OUTFALL) DRAINAGE AREA TOTAL AREA (ACRE) C (STREET) C (RESIDENTAL) COMPOSITE C TC(MIN) 25-YRI (IN/HR) Q (CFS) COMMENTS MORGAN Si OFFSITE 152.6 - - 0.75 61 3.63 415.5 OFFSITE CI -18 0.3 0.8 0.5 0.8 15 8.23 2.1 ON -GRADE CI -20 L4 0.8 05 0.8 15 8.23 9.1 SAG CI -19 1.1 0.8 0.5 0.8 15 8.23 7.1 SAG CI -21 2.5 0.8 05 0.6 15 8.23 12.6 SAG SYSTEM E (TO FURMAN OUTFALL) DRAINAGE AREA TOTAL AREA (ACRE) C (STREET) C (RESIDENTAL) COMPOSITE C TC (MIN) 25-YRI (IN/HR) Q (CFS) COMMENTS CI -22 0.2 0.8 0.5 0.8 15 8.23 1.0 SAG CI -23 0.3 0.8 0.5 0.8 15 8.23 1.8 SAG CI -24 2.0 0.8 0.5 0.8 15 8.23 13.5 SAG REVISION NO. Dote: Aug 26, 2015 - B59am User: bj File: Ni\IF\Drawings \CV-DCN-PL-DRAINAGE(011.dwg SHEET 57 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 • ;oma;; j4. d M Z: z rn .•'y LIMITS OF PAVEMENT REPAIR (TYPE 1) (230 S.Y.) REFER TO SHT. 83 PROP. 12" WATERLINE STA 5+85.48 BEGIN STREET EXCAVATION (MATCH EXIST. GRADES) — 24"ST - - MIS SPK• 0 EXIST. CURB ,r4 SPK SPpf- --. _ -- _ — _ _ LP %%%%%%%% — — 24"ST --- MIS- --------- - STA 5+83.30 (40.3' LT) le BEGIN CURB (MATCH EXIST. GRADES) _ - - SPK . —1 "ST — — SPK SPK ®eSP SPK " " SPK . 4+00 1_1 `,I✓ Q 5+00 K SPK 0 0 6 —H— i SPK 0 STA 4+67.05 (21.3' RT) �✓ BEGIN CURB (MATCH EXIST. GRADES) .p—. — _ — —. —AEP - 111 NOTES: (TYPICAL ALL STREET AND STORM P&P SHEETS) 1. ALL DIMENSIONS ARE TO BACK OF CURB UNLESS CALLED FOR OTHERWISE. 2. ALL OFFSET DIMENSIONS FOR INLETS AND MANHOLES ARE TO CENTER OF INLETS OR MANHOLES. 3. FOR STORM WATER LATERAL SECTIONS. SEE SHEETS 74 - 77. 4. REFER TO DEMOLITION/REMOVAL SHEETS FOR STORM DRAINAGE PIPE & STRUCTURES TO BE REMOVED. EXIST. CURB OCEAN DR. TP27.261 /- STA 4+67.41 m / BEGIN STREET EXCAVATION (MATCH EXIST. GRADES) PROP. 6" C&G EXIST. 6" C & G STA 4+67.78 (79.9 RT) BEGIN C&G (MATCH EXSIT. GRADES) EXIST. 8' SIDEWALK STREET AND STORM WATER PLAN 20' 40' 0 4' 8' SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL EXIST. LEFT R.O.W. EXIST. RIGHT R.W. i 12 N 0+50 1+00 2+00 3+00 4+00 5+00 Date: Aug 28, 2015 - 851ar1 User: bj File: N:\if\ Drawings \CV-DCN-PP-STRMC01).dwg 5=1.49% (RT) PRO TOP OF CURB (RT) 012 6+00 CC p W O Q 0 Cn (n 0I Z Z < 0 <z 0 W O LJO- • a F- SHEET 58 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E 12093 2001 W. R.O.W. EXIST. SIDEWALK 0 STA 6+50.89 SOUTHERN 87: II j I I I I I 1 LIMITS OF STREET EXCAVATION. C&G, AND SIDEWALK (83.3' LT) MATCH EXIST. GRADES 1917 n 0 1901 IJ PROP. 18" R.C.P ATLANT/CST. LIMITS OF STREET EXCAVATION, C&G, AND SIDEWALK (80.8' LT) MATCH EXIST. GRADES PROP. 8' SIDEWALK - EXIST. R.O.W. 118131 1 PROP. 8' SIDEWALK P.C. STA 10+44.13 P.C. STA 6+60.31 (66.4' LT) I 1.63 IP.C. STA 6+75.31 1(32.2' LT) FOR ADDITIONAL STORM WATER NOTES & CALLOUTS SEE SHEET 71 FOR ADDITIONAL STORM WATER NOTES & CALLOUTS SEE SHEET 71 PROP. 12" WATERLINE STA 9+59.65 (8.0' LT) END CONC. CURB l z 0 0 MH -4 PROP. TYPE 'A' 5'0 MANHOLE STA. 10+14.98 (2.0' LT) RIM= 33.00 24"(SE) FL = 27.13 18"(N)F4=27.13 18"(SW) rL = 27.13 MH -2 PROP. TYPE 'A' 5'0 MANHOLE STA. 6+75.38 (22.2' LT) RIM= 32.70 1 18"(W) FL = 25.90 24"(NW) IL = 25.90 24"(SE) FL = 25.90 PROP. 24" x 336.7' R.C.P.J STA 9+59.32 (6.9' RT) END CONC. CURB PROP. 8' SIDEWALK r. 0 (60.3' R) 6+31.04 EXIST. 8' SIDEWALK COLE PARK CI -4 PROP. 5' STD. INLET STA. 10+45.13 (39.5' RT) T.O.C.= 32.22 FL= 27.72 STA 10+37.40 (62.8' RT) END SIDEWALK (MATCH EXIST. GRADES) STA 10+10.84 (83.2' RT) END C&G (MATCH EXIST. GRADES) LIMITS OF STREET EXCAVATION. C&G. (83.9' RT) MATCH EXIST. GRADES NOTES; 44 1. FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. STREET AND STORM WATER PLAN 0 SCALE: 0 20' 40' 0 4' 8' SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL STA 9+76.63 (98.0' RT) " SPECIAL NOTE" END C&G (MATCH EXIST. GRADES) THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE LINES (HGL) SHOWN ON THIS DRAWING ASSUME A FULL PIPE AS THE STARTING TAILWATER CONDITION AT THE TIE-IN TO THE EXISTING SYSTEM DRAINING TO THE LOUISIANA OUTFALL, A DETAILED HYDRAULIC STUDY OF THE LOUISIANA OUTFALL DRAINAGE BASIN WAS NOT PERFORMED. 0 O MATCHLINE STA. 44 40 36 32 28 24 20 16 13 12U r MH -2 PROP. TYPE 'A' 5'0 MANHOLE STA. 6+75.38 (22.2' LT) RIM= 32.70 FL= 25.90 MH -4 PROP. TYPE 'A' 5'0 MANHOLE STA. 10+14.98 (2.0' LT) RIM= 33.00 FL= 27.13 40 0141 T.Q.C.=.37: AS (LT) PROP. TOP OF CURB (LT\RT) PROP. TOP OF CURB (LT) EXIST. RIGHT R.O.W. PROP. TOP OF CURB (RT) EXIST. AEP EXIST. LEFT R.O.W. . " 49%6 RT PROP. 18" R.C.P.. FL= 25.90 EXIST:' 24 :R:C:P.' j - - - natal. ' Mt. GRADES ' m• 0 • U. K S=0.45% (RT)- - 5=0.31% (LT)_ 5=0.45% (RT) 25 Ha 25. HGL - - 25 HGL - - - 25 HGL - - - 25 HGL - - - 25' HGL .ROP. 24" x 8.0' R.C.P. 5=0.305 EXIST: • •2" •GASL•I E T.O.P.= 28.4C (TO BE ADJUSTf}D) PROP. 24" x 336.7' R.C.P. S=0.36% - - 25 HGL sv� .T.........25. FGL - 01- 4 36 T, ,G..32,22. RT 4 • :._„5=0.38% (RT) •r.. 5=0.438 (LT) 32 PROP. 18" R C.P. EL= 27.13 28 m • 0 yy.. v + + N 0 a1 N •i' u 1 a A 6+00 /// 24 y' 0 n + 7+00 1' 0. 0 a0 b t0 O 1' U O M •U 8+00 M U M U 9+00 Dote: Aug 28, 2015 - 8:51am User: bj File: N:\if\Drawings\C V-DCN-PP-STRMC01).dwg 1Q+00 • 0) M d' N < 03 N M 1- d 1-- 20 ,.,16 N N en en 0 U12 11. 11+00 0 a N CONSULTANT'S SHEET No. FNI PROJECT: COR1 3155 a O 0 0 N c 0 o � 0 oz J m L ` , 0 Q o f1 Ln f - z 20 Noo Z 1 -- LA W m z Q o 0 0 <zo I- me+ W < W 0- < N (/) (_n 5 0 J SHEET 59 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 O O MATCHLINE ST 44 EXIST. R.O.W.- 1803 OMITS OF STREET EXCAVATION. C&G, AND SIDEWALK (66.3' LT) MATCH EXIST. GRADES EXISTING CONC./BRICK RETAINING WALL TO REMAIN SPK" 33.61 SP _ P.C. STA 12+99.45 a CO PROP. 6" C&G P.I. STA 11+53.46 00 - o (3.5 RT) SFO_ Lam:-•'+-._.-� T33.6 P.I. STA 12+28.46 1' (7 5' LT) T33.72 '12+00== d -13+00 ‘__EPROP. BASELINE & r. MEDIAN 1 L' PROP. 12" WATERLINE OCEAN DR. NAPLES ST. I I I I 20'R T33.94 0. MH -6 PROP. TYPE 'A' 5'0 MANHOLE STA. 14+63.02 (26.0' LT) RIM= 33.72 18"(SE) EL = 27.91 24"(NW) EL = 26.95 24"(NE) . = 26.95 CI -5 PROP. 5' STD. INLET STA. 13+70.82 (39.5' LT) T.O.C.= 33.61 EL= 29.11 EXIST. R.O.W. 1717 LO EXIST. BRICK STAIRS W/ GATE N PROP. 6" C&G PROP. 18" x 8.8 R.C.P. PROP. 18" x 84.2' R.C.P. PROP. CONC. CURB (TYPE B) 14+00 AEP in m PROP. COLORED CONC. MEDIAN - MIS PROP. 6" C&G NI OCEANDR MIS • MH -5 PROP. TYPE 'A' 5'0 MANHOLE STA. 13+73.80 (26.0' LT) RIM= 33.33 18"(SW) E = 28.33 18"(NW) EL = 28.33 MIS- P.I. STA 14+35.65 (7.5' RT) P.I. STA 15+10.65 (3.5' LT) PROP. 24" x 60.5' R.C.P = MIS = '�. ---- __- E EXIST. R.O.W. NOTE: 1. FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. 2. CONTRACTOR SHALL TAKE SPECIAL CARE IN NOT DAMAGING EXIST. LANDSCAPING BETWEEN STA. 13+58 & STA. 16+44. ANY PLANTS DAMAGED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT NO ADDITIONAL COST. 3. CONTRACTOR MUST LOCATE ALL EXISTING IRRIGATION LINES AND NOTIFY THE CITY PARKS AND RECREATION DEPARTMENT OF THE PROPOSED SCHEDULE PRIOR TO CONSTRUCTION. ALL IRRIGATION LINES THAT ARE CUT OR DAMAGED MUST BE REPLACED AND TESTED PRIOR TO ACCEPTANCE. EXIST. 8' SIDEWALK 1 COLE PARK x STREET AND STORM WATER PLAN SCALE: 0 20' 40' 0 4' 8' 1 SCALE IN FEET HORIZONTAL SCALE IN FEET VERTICAL tR - CI -6 PROP. 5' STD. INLET STA. 14+63 (39.5' RT) T.O.C.= 33.79 24"(SW) EL = 26.64 24"(NE) EL = 26.64 IEI SEE NOTE 3� / 1 / I / 1 / / EXIST. MANHOLE --r RIM= 22.27 18" EL= 12.99 24" EL= 1.34 I . EXIST. 18" R.C.P. TO BE REMOVED PROP. 24" x 124.6' R.C.P. ^ PROP. COLORED CONC. MEDIAN be H •_ iii , EXIST.R24" R.C.P. IrTOREMAIN EX -MH -1 TOP OF EXIST. MANHOLE TO BE ADJUSTED STA. 14+62.98 (169.1' RT) FIN. RIM= 24.50 24"(SW) EL = 12.54 24"(NE) EL = 1.34 40 U 0 7,1 '0 1-1/4"IRR-- + U7 MATCHLINE STA. " SPECIAL NOTE" THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAUUC GRADE LINE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM COLE PARK OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. MH -6 PROP. TYPE 'A' 5'0 MANHOLE STA. 14+63.02 (26.0' LT) RIM- 33.72 EL= 26.95 44 36 32 28 24 20 MH -5 PROP. TYPE 'A' 5'0 MANHOLE STA. 13+73.80 (26.0' LT) RIM= 33.33 EL= 28.33 CI -5 T.O.C.=33.61 LT) CI -6 EX ST. LEFT R.O.W. ",,,, • -� _S=0.43% (LT) PROP. TOP OF CURB (LT) PROP. TOP OF CURB (RT) EXIST. RIGHT R.O.W. PROP. TOP :OF CURB (LT) T.O.C.=33.79 (RT) 40 36 PROP. 18" R.C.P. EL= 28.33 -r--e-s..-..-al- ilS=0.38%_(RT)_...� PROP. TOP- OF- CU -RB (RT)� - 25..HGL ; •--....•--.'s5•HGi• S=0.30% (LT)- - _ S=0.38% (RT)� 32 PROP. 18" x 84.2' R.C.P. S=0.47% PROP. 18" R.C.P. EL= 26.95 E. 27.38 28 PROP. 24" x 85' S=0.49% R.C.P. 24 16 OU 20 N v r - to m CO M M 120 ex Q N V..V . a c'. 0 n n 0 (41 DRI b M R ro r- 4 X16 M .F 4, m M 0 re •F 11•1 11 U g. 11+00 13+00 14+00 15+00 .n 4 .0 M X12 15+50 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 Q .so 0 9, N ce 0 r2 o a o 8 C 0 t - C O C1 o a =0 ..E 0 � w W cr 0 Z W 0 0 CN 0 CV 0 Z 0 CO 0 CC 0 LL CO LOUISIANA TO 0 W � H + QWLn LI-• 0Q (/)00 Z < QZ O W W < SHEET 60 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT ( E12093 Date: Sep 08, 2015 - 3i43pr, User: bj File: 'N:\if\Drawings\CV-DCN-PP-STRM(01).dwg O LC) 117/71 CI -7 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 16+64.84 (59.9' LT) RIM= 34.00 18"(NE) FL = 29.50 EXIST. R.0 W. - P.C. STA 16+45.65, DEL MAR BLVD. I U ' 111 LIMITS OF STREET EXCAVATION, C&G, AND SIDEWALK (74.3' LT) MATCH EXIST. GRADES I In .1 SNS0 In n of CI -8 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 17+46.96 (39.5' LT) T.O.C.= 33.97 18"(NE) . = 29.60 151NW) FL = 30.10 1617 STA 17+58 1611 CO . STA 17+67.53 (-48.1' L) CONNECT PROP. 15" RCP TO EXIST. 15" R.C.P. W/ CONC. COLLAR 0 FL=30.83± REFER TO CITY STD. SHT. 80 PROP. 8' SIDEWALK 1609 1605 ca MH -8 PROP. TYPE 'A' 5'0 MANHOLE STA. 17+44.84 (26.0' LT) RIM= 33.82 18"(SE) FL = 28.82 18 (NE) FL = 28.82 18 -(SW) rL = 28.82 MATCHLINE S 'L -PROP. CONC. CURB (TYPE B) ROP. COLORED CONC. MEDIAN 19+00' -- -� PROP. CONC. CURB - - (TYPE B) (3.5' LT) MH -7 PROP. TYPE 'A' 5'0 MANHOLE STA. 16+62.24 (26.0' LT) RIM= 34.08 241SE) rL = 27.93 1nNW) �, = 28.43 18r(SW) , = 28.43 R=1662.28 N -FOC- - - - - Ln TN -FOC -SP (57.4 RT) .� P.C. STA 16+66.90 (68.3' RT) EX. EXP. JT. REMOVE EXIST. RAMP & SECTION OF WALK AND REPLACE WITH TYPE 1 CURB RAMP (8' WIDE) AND CONC. SIDEWALK. STA 16+96.23 (87.4' RT) NOTE: 1. FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. 2. CONTRACTOR SHALL TAKE SPECIAL CARE IN NOT DAMAGING EXIST. LANDSCAPING BETWEEN STA. 13+58 & STA. 16+44. ANY PLANTS DAMAGED DURING CONSTRUCTION SHALL BE REPLACED BY THE. CONTRACTOR AT NO ADDITIONAL COST. 44 END C&G AND SIDEWALK (MATCH EXIST. GRADES) REMOVE EXIST. RAMP & SECTION OF WALK AND REPLACE WITH TYPE 5 CURB RAMP (8' WIDE) AND CONC. SIDEWALK. STA 17+28.64 (64.0' RT) END C&G AND SIDEWALK (MATCH EXIST. GRADES) LIMITS OF STREET EXCAVATION, C&G, AND SIDEWALK (75.7' RT) MATCH EXIST. GRADES CI-9 PROP. 5' STD. INLET STA. 17+46.96 (39.5' RT) T.O.C.= 34.51 rL= 30.00 EXIST. R.O.W. COLE PARK EXIST. 8' WALK STREET AND STORM WATER PLAN SCALE: 0 20' 40' 0 4' 8' SCALE IN FEET HORIZONTAL SCALE IN FEET VERTICAL " SPECIAL NOTE" THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE UNE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM COLE PARK OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. N i MATCHLINE 44 40 36 32 GI -9 MH -7 PROP. TYPE 'A' 5'0 MANHOLE STA. 16+62.24 (26.0' LT) RIM= 34.08 TL= 27.93 T.O.C.=33.97 (LT) T.O.C.=34.51 (RT) 40 PROP. TOP OF CURB LT) S=0.30% (LT) S=0.30% (RT)_: - MH -8 PROP. TYPE 'A' 5'0 MANHOLE STA. 17+44.84 (26.0' LT) RIM= 33.82 11= 28.82 5=-1.43% (RT _ S=_0.31% (RT) • S=-0.30% (LT PROP. TOP OF CURB (RT) 5=0.35% (RT) S=0.38% EXIST. LEFT R.O.W. S=0.35% (RT) - ... ""- TS=0.39% (LT) `-EXIST. RIGHT R.O.W. 36 28 24 PROP. TOP OF CURB (RT) EXISL..9:'..WPTERLI N E T.O.P.= 31.40 PROP. TOP OF CURB (LT) 32 rL= 27.38 • IIGL - - - 25.1101. - - • PFOP. 18" x 77.6' R.0 S=0.47% P. .::....Or 20 16 PROP. 24" x 110' R.C.P. S=0.49% PROP. 18" R.C.P. rL= 28.43 PROP. 18" R.C.P. IL= 28.82 28 PROP. 8" WATERLINE T.O.P.= 26.89 24 v v m• to n 0 b M CO 15+50 M 0) 16+00 N 20 N Y M 6 ... M a x? + 0 1') cn r/) 0. b Q M VI Y..F M v 0' pP -1 ^.,16 b to 0 n 0 M M 0 •11 4 0 0 - 0. Iba 1.1PI • 0 .F m a M 0 v M Al2 17+00 18+00 19+00 20+00 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 Ict 0 a.0. V co 0 00 0 5 >` =o U8: V) o III Q o Ct MOW'- C) EN 1- CL U o (0 rs 0 z U 0 CV 0 N O W O N CO p N O a_ O (n p O Z CO z Q QZI.n F 0- W (f) < 1- U) LOUISIANA TO SHEET 61 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 08, 2015 - 3,43pr) User: bj File: N:\if\Drawings\CV-OCN-PP-STRH(01).dwg NOTE: 1. FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. O O O N 1601 UMITS OF STREET EXCAVATION. C&G. AND SIDEWALK (85.0' LT) MATCH EXIST. GRADES I 1 PROP. 18" R.C.P. • _ P.C. STA 20+74.99 (38.5' LT) - - 2 T34.92 COLE 87: r -I PROP 18" R.C.P.I.. ` T35.17 1 PROP. 18" R.C.P. `® 1 1525 115191 FOR ADDITIONAL STORM WATER NOTES & CALLOUTS SEE SHEET 71 21+43.64 I15171 EXIST. R.O.W. R=1708.28 PROP. TYPE 'B' CURB RAMP 115151 CI -12 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 22+84.99 (39.5LT) T.O.C.= 34.82 FL= 30.32 1511 CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 <54,1.101 �m /0: � O) ▪ W.• .� O) ' '•. = 111 �h\���'� R=1708.28 OCEAN DR. PROP. TYPE 'A' CURB RAMP PROP. 12" WATERLINE PROP. 6" CdcG 00 PROP. CONC. CURB - (TYPE B) 21+00 PROP. BASELINE & MEDIAN PROP. 18" x 59.6' R.C.P. PROP. COLORED CONC. MEDIAN gyp_ __ _ -__ o - V.- - PROP. 36" x 92.5' R.C.P. R=1662.28 Wj W= e cu0 a W t1 �a L .0� mow ▪ hs. UM v O C O Ot ox PROP. 6" C&G •• SPECIAL NOTE*, THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE LINE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM AYERS OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. Date: Sep 08, 2015 - a44pr. 48 44 40 __ _... -MIS-- ---- --__ ____ __.. -STA 20+75- -' - _ --- MIS -- _ (38.5' RT) FOC � _ r - _ MH 11 T PROP.TYPE D MANHOLE MH _ ° PROP. 'A' 5'0 MANHOLE I / \ EXIST. R.O.W.J STA. 22+90 (24.8' RT) RIM= STA. 21+09.13 (25.5' RT) RIM= 35.40 I -F� EXIST. 8' WALK 36"(SE)34.80 O= 26.23 36"(SW) FL = 27.09 36"(N) FL 26.23 36"(NW) FL = 27.09 18"(E) FL = 29.93 18"(SW) FL = 29.93 PROP. 18" x 10.7' R.C.P. COLEPARK D4 CONTRACTOR TO REMOVE EXIST. MESQUITE TREE STREET AND STORM WATER PLAN SCALE: 0 CONTRACTOR TO- \ - - ,--_. REMOVE EXIST. MESQUITE TREE' CI -13 PROP. 5' STD. INLET STA. 22+84.99 (39.5' RT) T.O.C.= 34.93 FL= 30.43 PROP. 36" x 108' R.C.P. 20' 40' 0 4' 8' 1 1 1 SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL CI -12 CI -13 T.O.C.=34.82 (LT) T.O.C.=34.93 (RT) 36 32 28 24 0� MH -10 PROP. TYPE 'A' 5'8 MANHOLE STA. 21+09.13 (25.5' RT) RIM= 35.40 TL= 27.09 PROP. TOP OF CURB (RT) EXIST. RIGHT R.O.W. S=0.35% (RT) -S=0.39% (LT) PROP. TOP OF CURB (LT) PROP 36" RCP • E= 27.09 PROP. 8" WASTEWATER T.O.P.= 33.40 • • EXIST. LEFT R.O.W. S=-0.34% (RT)• eXIST. 8" WASTEWATER T:O.P:=' • 33:20 PROP. TOP OF CURB (RT) S=-0.34% (LT) MH -11 PROP. TYPE '0' MANHOLE STA. 22+90 (24.8' RT) RIM= 34.80 1= 26.23 PROP. TOP OF CURB (LT) 25 :HCL - - - 25 HGL - - - 25 1-IG1. - [5 PROP. 36" x 173.2' R.C.P. S=0.49% PROP. 18" R.C.P. E. 29.93 -S=0.45% 5=0.52% (LT) -- 25 HGL - - - 25..HGL PROP. 36" x 108' R.C.P. S=0.69% FL= 25.49 Li" M xn 160 20+00 User: bj File: N.\if\Drawings\CV-DCN-PP-STRMWI.dwg 01. a: am a- W vC•4 1.0 16 Y M . 0. I - 21+00 Sj'A Q 1 +43.04 a. v ro: U : rn O a 5 U M • U 22+00 M 0 0) M II tV- 23+00 11 V 48 44 40 36 32 28 24 _20 6 x1 17 X16 24+00 oc SHEET 62 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 UMITS OF STREET EXCAVATION. C&G, AND SIDEWALK (113.2' LT) MATCH EXIST!. GRADES " SPECIAL NOTE" NOTE: T36.08 CRY PROJECT /E13092 AYERS ST. - OCEAN DR. TO ALAMEDA ST. THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE UNE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM AYERS OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. 0 FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. ® CONTRACTOR TO REMOVE. SALVAGE. AND TRANSPORT EXISTING PALM TREES. (REFER TO LANDSCAPE DRAWINGS) SPOHNHOSPITAL I I I 4.5' PROP. 18" R.C.P. PROP. 18" R.C.P. d SN FOR ADDITIONAL STORM WATER NOTES & CALLOUTS SEE SHEET 72 PROP. TYPE '2' CURB RAMPS -I- I P.C. STA 25+78.71 (43.5' L)- 30'R CI -16 PROP. 5' STD. INLET STA. 27+09.81 (39.5' LT) T.O.C.= 36.62 FL= 32.12 CONSULTANT'S SHEET No. FNI PROJECT: COR13''1ww55 Y! 4 • 12,-* 15' -T,;• I ` = �T d M N. �z•`c } EXIST. R.O.W. g LL� P.C. STA 25+83.71 (46.5' L) 6"G PROP. 8' SIDEWALK SPK PROP. TYPE '2' CURB RAMPS PROP. 6" C&G 48 IT36.28 / P.C. STA 24+74.98 P.C. STA 24+73.33 (38.5' L) (7.5' LT) I 1I -PROP. COLORED I T36.56 / CONC. MEDIAN 25+00 736.741 PROP. TYPE '2' CURB RAMPS P.C. STA 25+54.10 (7.5' LT) I PROP. 72" R.C.P. PROP. 12" WATERLINE PROP. 18" x 60.5' R.C.P. T36.87 MH -15 PROP. TYPE 'A' 5'0 MANHOLE STA. 27+09.29 (26.0' RT) RIM= 36.73 18"(W) TL=31.17 18"(NE) FL = 31.17 18"(S) TL = 31.17 PROP. 12" WATERUNE PROP. BASELINE & MEDIAN _ =26+00 gZKI _ =27+00 T36.88 -15"ST - PROP. COLORED CONC. MEDIAN P.C. STA 24+38.59 (45.6' R) .......:...:........ P.C. STA 25+56.04 (38.5' RT) P.C. STA 25+54.10 (7.5' R) _ ... PROP. CONC. CURB (TYPE B) CI -17 PROP. 5' STD. INLET STA. 27+12.34 (40.5' RT) T.O.C.= 36.87 FL= 32.37 PROP. 12" WATERUNE -' NI1` P.I. STA 28+45.18 (7.5' R) - PROP. 12" WATERLINE 2 R TP35.98 'PROP. 18" x 198.0' R.C.P. P.I. STA 24+58.74 (44.5,,.R) ,., ... P.C. STA 24+38.61 ❑ �# (57.2' R) (MATCH EXIST. GRADES) ! mrrsssrr� I TP36.211-1. P.T. STA 25+56.04. - ""-- - (44.5 RT) PROP. TYPE '10' CURB RAMP 1PROP. 18" x 9.8' R.C.P. T36.99 PROP. 6" C&G T38.13 500'R 5' TRANS. 8' TO 9' S.W. STA 26+00.41 (71.3' RT) t BEGIN 8' HEAVY DUTY SIDEWALK It (MATCH EXIST. GRADES) °' P.I. STA 25+76.84 (57.5' R) /1 1/ COLE PARK I P.T. STA 27+44.30 STA 27+20.05 (38.5' R) (48.1' R) BEGIN 9' SIDEWALK FOOTER AND RAIL _ PROP. 9' HEAVY DUTY SIDEWALK W/FOOTER & RAIL REFER TO SECTION 6/83 MAR/NA DEL SOL STREET AND STORM WATER PLAN EXIST. R.O.W. SCALE: 0 20' 40' 0 _4' 8' SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL 44 40 NOTE: CONTRACTOR MUST LOCATE ALL EXISTING IRRIGATION USES AND NOTIFY THE CITY PARKS AND RECREATION DEPARTMENT OF THE PROPOSED SCHEDULE PRIOR TO CONSTRUCTION. ALL IRRIGATION LINES THAT ARE CUT OR DAMAGED MUST BE REPLACED ADN TESTED PRIOR TO ACCEPTANCE. Cl -16 CI -.17 T.O.C.=36.62 (LT) T.O.C.=36.87 (RT) 48 44 MH -13 PROP. TYPE 'D' MANHOLE STA. 25+04.84 (26.6' RT) RIM= 35.80 FL= 20.66 PROP. TOP OF CURB (LT) PROP. TOP OF CURB (LT) PROP. TOP OF CURB (RT) EXIST. LEFT R.O.W. MH -15 PROP. TYPE 'A' 5'0 MANHOLE STA. 27+09.29 (26.0' RT) RIM= 36.73 FL= 31.17 40 PROP. TOP OF CURB (RT) 36 S=0.52% (LT)_„_,. `S=0.45% (RT) S=0.35% (LT) S=0.40X (RT) S=0,40% (RT)_ 5=0.35% (LT) 36 FL= 30.17 _ - 25 HGL -. 25 HGL - -125 1 5 HGL = 25.49 PROP. 36" x 97' R.C.P. 5=0.69X .....:. 25. BM - • PROP. 18" x 198.0' R.C.P. S=0.50X PROP. 18" R.C.P. FL= 31.17 TL= 24.81 20 01 16 Er a M to A 11 •x 24+00 PROP. 72" �,= 20.66 01to nn H H 10 R :m • : :•F ri•t6 Li' 'V a n H F e) 01 n1 0 N 10 U 0. n114 rt N M 0 •U N 01 H ; e F x d � J N N M it M1 • 11 r 25+00 26+00 27+00 28+00 20 v 140 M M 3 316 29+00 O Ct W 0 Q W CD -I N O Q OC 10 F- (11 a (n 0 O Z<CD < Z 0 LLI bj CL 1- 01 H SHEET 63 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 09, 2015 - 2,14pm User: bj File: N:\if\Drawings\CV-DCN-PP-STRM(OI).dwg 0 0 0) N MATCHLINE STA SPOHNHOSP/TAL PROP. TYPE '2' CURB RAMPS PROP. 8' SIDEWALK R N PROP. 12" WATERLINE T38.23 PROP. 6" C&G - m M m PROP. COLORED CONC. MEDIAN // / 1/ / ELIZABETH 737.76 AEP /1 T37.94 LIMITS OF STREET EXCAVATION, C&G, AND SIDEWALK (90.5' LT) MATCH EXIST. GRADES PROP. TYPE '2' CURB RAMPS P.I. STA 31+99.24 (43.5' L) L� P.I. STA 32+04.24 (46.5' L) / w T38.20 T37.941 Ea c P.C. STA 30+93.17 / 1 / /� (38.5' L) P.T. STA 30+80 1T38.63 / (7.5' L) -00 1T38.65 P.I. STA 29+20 (3.5' L) PROP. 12" WATERLINE 1.1.101•111..10 -M ,;30+00 v:-^_� 0 h PROP. CONC. CURB (TYPE B) L_ SPOHNHOSP/TAL o• PROP. 8' SIDEWALK PROP. TYPE '2' CURB RAMPS ry0 T37.701 P.T. STA 31+88.24 I (38.5 L) P.C. STA 31+80.18 / „• 32+00 (3.5' RT) Y -\31 +00 4 -PROP. BASELINE T38.66 / 1T38.67 / P.C. STA 30+80 / / (3.5' L) /N m k v m OCEANDR. 7 / 'PROP. 8' HEAVY DUTY SIDEWALK / PROP. 6" C&G / PROP. TYPE '12' CURB RAMPS (8' WIDE) 2'R 1T38.40 P.T. STA 31+80.18 / (7.5' R) oe n! PROP. TYPE '0' CURB RAMPS v 33+00 OCEAN DR. P.I. STA 33+44.98 (3.5' RT) 34 PROP. COLORED CONC. MEDIAN PROP. 6" C&G PROP. CONC. CURB (TYPE B) m M 1 m MH -16 PROP. TYPE 'A' 5'0 MANHOLE STA. 33+50 (26.0' RT) RIM= 36.52 18 (E)FL=31.52 18"(N) I. = 31.52 ri T37.87 (PROP. 18" x 48' R.C.P. PROP. 18 x 8.5' R.C.P. PROP. 9' HEAVY DUTY SIDEWALK W/FOOTER & RAIL M 5' TRANS. 9' TO 8' SW. LJ is '1 REFER TO SECTION 6/83 SEE NOTE® THIS SHT. (TYPICAL) MAR/NA DEL SOL •• SPECIAL NOTE•• THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE LINE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM MORGAN OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. 48 '111, .11101MINM,41111.1111.11- 111rf = ,/- PROP. 9' HEAVY DUTY SIDEWALK R.O.W. SEE NOTED / W/FOOTER & RAIL in 111 TPIC LL)` / REFER TO SECTION 6/83 / / / / _ _� REFER TO RECEIVE ET SOIL OR ANTIAN 7' '"^-----._•-�---.. REFER TO SHEET 115 FOR PLAN AND DETAILSy / in N"8 / / " _zr • PROP. CANTILEVER RETAINING WALL < o 8 REFER TO SHEET 115 FOR DETAILS (0 m 22 PROP. 8' HEAVY DUTY SIDEWALK[ W o41 N mw 08 NOTE: 0 FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUS SEE SHEETS 69-70. ® CONTRACTOR TO REMOVE, SALVAGE, AND TRANSPORT EXISTING PALM TREES. (REFER TO LANDSCAPE DRAWINGS) c+� STREET AND STORM WATER PLAN SCALE: 0 20' 40' 0 4' 8' SCALE IN FEET HORIZONTAL SCALE IN FEET VERTICAL STA 33+75 /(50.0' LOOKOUT) AREA / REFER TO DETAIL 3/88 / CI -18 PROP. 5' STD. INLET STA. 33+50 (39.5' RT) T.O.C.= 36.66 FL= 32.16 EXISTING EASEMENT - - MATCHLINE STA. 34+00 48 CI -18 T.O.C.=36.66 (RT) 44 44 40 _S=0.40% (RT) 36 PROP. TOP OF CURB (LT) EXIST. LEFT R.O.W. S=0.35% (LT) PROP. TOP OF CURB (RT) 32 EXIST. RIGHT R.O.W. PROP. TOP OF CURB (LT) PROP. TOP OF CURB (RT) MH -16 PROP. TYPE 'A' 5'0 MANHOLE STA. 33+50 (26.0' RT) RIM= 36.52 FL= 31.52 S=-0.305 (LT) • PROP. 18" R.C.P. FL= 31.52 40 25 HGL• 28 PROP. 18" x 8 R.C.P. S=0.49% 36 32 FL= 31.271 28 24 0 r- 160 24 8 CO U 8 M• N ce d N w M Y... in O 0 M • 0 a: co U re 20 J CC e N M 0, o a � n 1- FU r - •F M H a) •M o. U 0 1 X16 29+00 30+00 Date: Sep 09, 2015 - 10.59am User: bj File: N:\if\ Drawings \CV-DCN-PP-STRMCO2).dwg 31+00 32+00 33+00 34+00 CONSULTANT'S SHEET No. FNI PROJECT: COR1 3155 0. se 00 r am ° E u 0 O Yf O C O y) oto 2. C •w . o .1, cf 3 ._ U 0 N O 0 IX O Lu 0 1-- + z <1,jd- O _1 MI 1.1 G: c 0 0 ((1) Lt F- 0 O (/) 0 0 Z w m z < 0 00 aZ Vjtl N LOUISIANA CC (n SHEET 64 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT I E12093 SPOHNHOSP/TAL LIMITS OF STREET EXCAVATION. C&G. AND SIDEWALK (92.3' LT) MATCH EXIST. GRADES -1. // cdi MORGAN AVE CONSULTANT'S SHEET No. FNI PROJECT: COR13155 113011 EXIST. R.O.W. /- PROP. 8' SIDEWALK CI -19 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 37+05.42 (39.5' LT) T.O.C.= 36.15 18"(N) . = 31.65 P.C. STA 37+18.80 (38.5' L) CI -21 PROP. 5' STD. INLET W/ 10' EXTENSION STA. 38+29.49 (39.5' LT) T.O.C.= 36.06 FL= 31.56 0 0 ------------ 0 0 Ir) P.I. STA 34+19.98 (7.5' L) PROP. 12" WATERUNE PROP. 6" C&G OCEANDR. PROP. BASELINE & MEDIAN PROP. COLORED CONC. MEDIAN = 35+00= PROP. CONC. CURB (TYPE B) OCEANDR. T36.98 P.I. STA 34+93.42 (7.5' R) P.I. STA 35+68.42 (3.5' L) PROP. 18" x 303' R.C.P. PROP. 12" WATERLINE PROP. 6" C&G H-17 ROP. TYPE 'A' 5'6 MANHOLE A. 37+05.42 (26.0' RT) IM= 36.03 18"(S) �, = 29.77 8"(E) FL = 29.77 18"(N)1=28.77 PROP. TYPE '2' CURB RAMP / / PROP. 18" x 53.2' R.C.P. 6>,/ /\/ P.T. STA 37+27.83 (7.5' LT) 8' / / IIIH X37+001 2'R I _ PROP. TYPE '12' CURB RAMPS (8' WIDE) PROP. 18" x 65.0' R.C.P.I PROP. 6'x6' x 163.7' R.C.B. P.C. STA 38+06.07 I (3.5' RT) PROP. 6" C&G atI PROP. 8" WATERLINE PROP. COLORED CONC. MEDIAN PROP. CONC. CURB (TYPE 8) PROP. 18" x 35.2' R.C.P. P.T. STA 38+06.07 (7.5' R) 0 0 o F- V) V) LLJ Z J 2 0 PROP. 18" X 10.4 R.C.P EXIST. R.O.W. PROP. 9' HEAVY DUTY SIDEWALK W/FOOTER & RAIL REFER TO SECTION 6/83 AREA TO RECEIVE SOIL STABLIZATION REFER TO SHEET 115 FOR PLAN AND DETAILS / / / / , PROP. TYPE 'G CURB RAMP Date: Sep 09, 48 EXISTING EASEMENT / . / , / PROP. CANTILEVER RETAINING WALL / / REFER TO SHEET 115 FOR DETAILS GLASSCOCKBAY FRONT 0 w ¢ CI -20 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 37+00 (39.5' T.O.C.= 35.30 FL= 30.80 STREET AND STORM WATER PLAN SCALE: 0 20' 40' 0 4' 8' 1 I 1 SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL te 1 0 PROP. 8' HEAVY DUTY SIDEWALK NOTE: �I \ EXISTING RAIN GE 10' DEASEMENT FOR ADDITIONAL STORM WATER NOTES & CALLOUTS SEE SHEET 73 L� I_ III I p FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. Q CONTRACTOR TO REMOVE. SALVAGE. AND TRANSPORT EXISTING PALM TREES. (REFER TO LANDSCAPE DRAWINGS) 44 40 36 32 28 " SPECIAL NOTE' 1. THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE UNE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM MORGAN OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. 2. THE PROP. 6'x6' R.C.B. WAS DESIGNED BY OTHERS AS PART OF THE MORGAN STREET (BOND 2012 & 2014) PROJECT. GI -19 T.O.C.=36.15 (I:T) CI -20 T.O.C.=35.30 (RT) MH -17 PROP. TYPE 'A' 5'6 MANHOLE STA. 37+05.42 (26.0' RT) RIM= 36.03 FL= 28.77 CI -21 T.O.C.= 36.06 (L PROP. TOP OF CURB (lT) EXIST. AEP EXIST. LEFT R.O.W. _,,...5=-0.30% (LT) \ yi S= -0.39X (RT) - - - - PROP. TOP OF CURB (RT) EXIST. RIGH'( R.O.W. TL= 31.27....,..25•HG 251HGL - 7 - 25'1(GL - 25 H(;L PROP. 18" R.C.P. TL= 29.77 24 PROP. 18" x 303' R.C.P. S=0.49% FL= 29.78 T.O.P.= 33.40 "(TO'BE"AOJUSTEO) 0.30% (LT), MH -19 PROP. MANHOLE RISER STA. 37+45.07 (25.7' RT) RIM= 35.38 Fj,= 19.14 PROP. TOP OF CURB (LT) -0.35% (LT) `LL`s S=0.31% -.. -.. i.. 5=0.485 (RT) PROP. TOP OF CURB (RT) EXIST. TELEPHONE LIN T.O.P.= 34.50 PROP. 18" x 35.2 R.C.P. S=0.58% (= 28.55 1 M H 34+00 2015 - 10.55an User: bj n 0 M M 1- •.- 35+0- 0 File: N:\if\Drawings\C V -DCN -PP -STRH(02).dwg a b M M 1r •11 r P 36+00 M M M U 37+00 n M 0. F PROP. 6'x6' R.C.B. FL= 17.57 O o M 0 38+00 a N b 0 48 44 40 36 32 28 24 20 M 16 39+00 '0 O 1� 0 (n E 0 0, 0 87. 0 0 U 0 8) E 0 0. 0 0 W 0 F-- 1- < W CO • 0 H O a_ (1)0 0 Z Z Q 0 < Z 0 W d ▪ M SHEET 65 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT ' E12093 MATCHLINE STA. 39+00 — N *1 112211 Q PROP. 8' SIDEWALK EXIST. R.O.W. 1 c. 112171 ca, 40.6. MATCH EXIST. CONC. GRADES 1209 MATCH EXIST. CONC. GRADE R=813.29' P.I./P.C. STA 41+57.12 AEA PROP. 8' HEAVY DUTY SIDEWALK `5' TRANS. 8' TO 9' ,0 a a "9 in nre z acoo mt2 EXIST. R.O.W. 0 REFER TO SECTION 6/83 STREET AND STORM WATER PLAN SCALE:O SEE NOTE® THIS SHT. (TYPICAL) 20' 40' 0 4' 8' I I SCALE IN FEET SCALE IN FEET HORIZONTAL VERTICAL 771.3'R P.C. STA 41+ rb t 48 48 44 44 40 36 40 EXIST. LEFT R.O.W. 32 28 PROP. TOP OF CURB (RT) -S=0.48% (RT)_--�_, —""—S-0.31% (LT) — — — LLPROP. TOP OF CURB (LT) EXIST. RIGHT R.O.W. S=-0.29% (RT) 36 32 28 24 20 8 2 24 re re 91 r,20 re N N n o N CI 0, M M 16o M M H11 11 H .0 .n 0 39+00 40+00 41+00 U U16 42+00 0 FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. Q CONTRACTOR TO REMOVE. SALVAGE. AND TRANSPORT EXISTING PALM TREES. (REFER TO LANDSCAPE DRAWINGS) CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION H 0 REVISION NO. DESCRIPTION 0) (n E = o U a '4 0 REVISION NO. eThN O 0 z 0 CO c0 CKo 0 Z W m U O O z 5 O J 0' 0 0 J � w O , Oaf (r)aF Z a O azo n °' W°� (/)Q Lr) SHEET 66 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 09, 2015 - 11,00am User: bj File: N:\if\Drawings\C V-OCN-PP-STRM(02).dwg LIMITS OF STREET EXCAVATION, C&G, AND SIDEWALK (1 4.1' LT) MATCH EXIST. GRADES CI -22 PROP. 5' STD. INLET STA. 43+21.87 (76.1' LT) T.O.C.= 37.00 FL= 32.50 CI -23 PROP. 5' STD. INLET STA. 43+87.97 (75.1' LT) T.O.C.= 36.74 181S) FL = 32.24 15"(N) FL = 32.24 PROP. 5' SIDEWALK CONSULTANT'S SHEET No. FNI PROJECT: STA 44+41.64 (95.0' LT) CONNECT PROP. 15" R.C.P. TO EXIST. 15" R.C.P. W/ CONC. COLLAR 0 FL = 31.53* COR13155 Py* ti Date: Sep 09, 2015 - 230pm E 40 36 LIMITS OF STREET - EXCAVATION, C&G, AND SIDEWALK (71.7' LT) MATCH EXIST. GRADES STA 47+43.65 -73.9' LT) CONNECT PROP 18" R.C.P. TO EX. 18" R.C.P. W/ CONC. COLLAR O FL = 18.27* CONSULTANT'S SHEET No. FNI PROJECT: COR13155 19001 in r PROP. 18" x 30.7' R.C.P. PROP. 8' SIDEWALK W/ P.I. STA 47+04.98 6" CURB (45.0' LT) P.I. STA 46+98.98 (48.0' LT) (47.1' L) P.T. STA 47+99.11 (41.0' L) P.I. STA 48+04.88 (49.5' L) PROP. TYPE '2' CURB RAMP 47+95.16 EXISTING 8.5' SIDEWALK -8"SS - - - - 18"ST - - - PROP. 6" C&G P.C. STA 47+14.53 I (40.0' LT) I SHOREL/NEBL VD. I P.C. STA 47+17.98 PROP. CONC. CURB (TYPE B) (9.0' LT) 8' PROP. TYPE 'F" CURB RAMPS T26 65 T27.12I PROP. 18" x 45.0' R.C.P. MH -21 PROP. TYPE 'A' 4'0 MANHOLE STA. 47+52.59 (42.5' LT) RIM= 25.29 181N) FL = 17.24 18"(W) FL = 17.24 T21.67 ////// Ii //// ////).G -L /7//////////// -i PROP. COLORED CONC. MEDIAN PROP. TYPE '12' CURB RAMPS (8' WIDE) T26.86 CI -24 PROP. 5' STD. INLET W/ 10' EXTENSION STA. 48+02.11 (42.0' LT) T.O.C.= 22.50 EL= 14.84 EXISTING 6' C&G LIMITS OF PAVEMENT REPAIR (TYPE 1) (110 S.Y.) REFER TO SHT. 83 49+00 50+00 PROP. BASELINE (5.0' LT) a STA 48+17.55 (0.0' RT END STREET EXCAVATION, C&G, AND SIDEWALK MATCH EXIST. GRADES EXISTING CONCRETE ISLAND SHOREL/NEBLVD. STA 47+07.48 T24.15 1T21.60 EXISTING 6' C&G 32 PROP. 9' HEAVY DUTY SIDEWALK W/FOOTER & RAIL ----,REFER TO SECTION 6/83 EMERALD BEACH HOTEL 0 Pi o (7).11 y rcm4A ��z3 w z2W� w PROP. 8' HEAVY DUTY SIDEWALK 1 STA 47+81.34 O STREET AND STORM WATER PLAN SCALE: 0 20' 40' 0 4' 8' I 1 I 1 SCALE IN FEET VERTICAL SCALE IN FEET HORIZONTAL EXISTING 7.5' SIDEWALK •• SPECIAL NOTE,' THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE LINES (HGL) SHOWN ON THIS DRAWING ASSUME A FULL PIPE AS THE STARTING TAILWATER CONDITION AT THE TIE-IN TO THE EXISTING SYSTEM DRAINING TO THE FURMAN OUTFALL. A DETAILED HYDRAULIC STUDY OF THE FURMAN OUTFALL DRAINAGE BASIN WAS NOT PERFORMED. NOTES; 0 FOR ADDITIONAL STREET INTERSECTION NOTES & CALLOUTS SEE SHEETS 69-70. 0 AN ESTIMATED 6" TO 8" THICK CONCRETE BASE LAYER EXISTS ON OCEAN DRIVE BETWEEN BUFORD ST. AND CRAIG ST. AS SHOWN IN THE EXISTING ROADWAY CROSS SECTION AND ON BORING LOG 8-12 IN THE CONTRACT DOCUMENTS. REMOVAL AND DISPOSAL OF THIS CONCRETE BASE LAYER WILL BE CONSIDERED SUBSIDIARY TO THE ITEMS FOR "CLEAR RIGHT OF WAY" AND "STREET EXCAVATION". EXIST. LEFT R.O:W. 28 24 20 16 PROP. TOP OF CURB (LT) Sa_•360E ) CLT MH -21 PROP. TYPE 'A' 4'0 MANHOLE STA. 47+52.59 (42.5' LT) RIM= 25.29 FL= 17.24 `.: .6` =x_39 ' -_. yF. CRT) ti.... PROP. TOP OF CURB (RT)-/ EKIST. RIGHT R 9 W 12 8 r =.. 5--4.50X CI -24 PROP. 5' STD. INLET W/ 10' EXTENSION STA. 48+02.11 (42.0' LT) RIM= 22.50 FL= 14.84 PROP. 18" x 45.0' R.C.P. S= .10X EXIST. 18" R C P 46+00 User: bj File: NI: \if\ Drawings \CV-DCN-PP-STRMCO2).dwg H rn N U 47+00 01 + <14 N N d .0 a a 'u 01 d 1-� N ro N N .e.. 4 F U n a] o N N NN 11 , 11-0 a 1C2 f--2 48+00 49+00 36 32 28 24 20 16 12 8 4 50+00 50+50 111 SHEET 68 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 r R.O.W. LINE EXIST. 30 EXIST. C & G 7.1 z Ig I0 LIMITS OF STREET EXCAVATION, C & G, AND SIDEWALK (MATCH EXIST. GRADES) 0 PROP. TYPE 'B' CURB RAMP P.C. STA 6+60.31 (66.4' LT) LANDSCAPED J MEDIAN P.I. STA 6+76.66 SOUTHERN ST. INTERSECTION PLAN B.O.C. P.T. STA 7+27.24 (56.3' LT) OCEAN DR. PROP. C & G PROP. SIDEWALK PROP. CONC. CURB / (TYPE 9) 76'3'14- 7+00 PROP. BASELINE SCALE: 0 20' 40' 1 LIMITS OF STREET EXCAVATION, C & 0, AND SIDEWALK (MATCH EXIST. GRADES) PROP. 5' SIDEWALK z 31 SCALE IN FEET HORIZONTAL 7 0 PROP. 5' SIDEWALK R.O.W. LINE PROP. SIDEWALK PROP. C & G PROP. C & G P.C. STA 16+45.65 (38.5' LT) OCEANDR. P.I. STA 16+80.39 16+00 PROP. BASELINE T PROP. CONC. CURB (TYPE B) OCEAN DR. 5'37'30"' 17+00 1- - PROP. CONC. CURB (TYP BFB ) DEL MAR BLVD. INTERSECTION PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL Dote: Aug 28, 2015 - 10:36an User: bj File: N:\if\Drawings\CV-DCN-PL-INTERCOU.dwg PROP. C & G PROP. 5' SIDEWALK IW 3 0 rc LIMITS OF STREET EXCAVATION, C & 0, AND SIDEWALK (MATCH EXIST. GRADES) PROP. C & G PROP. 5' SIDEWALK R.O.W. UNE PROP. C & G r r P.C. STA 9+76.44 (38.8' LT) OCEANDR. P.I. STA 10+05.26 PROP. CONC. ISLAND OCEANDR. PROP. 5' SIDEWALK 1 P.T. STA 10+44.13 (38.5' LT) 85'24.39.' I -1 e I ATLANTIC ST. INTERSECTION PLAN PROP. C & G PROP. SIDEWALK PROP. BASELINE 11+00 -F— PROP. CONC. CURB (TYPE 8) SCALE: 0 20' 40' R.O.W. LINE SCALE IN FEET HORIZONTAL 3 0 UNITS OF STREET EXCAVATION, C & G, AND SIDEWALK (MATCH EXIST. GRADES) PROP. C & G PROP. 5' SIDEWALK J-R.O.W. UNE PROP. C & G P.C. STA 20+74.99 (38.5' LT) OCEAN DR PROP. BASELINE 21+00 P.T. STA 21+43.64 (38.5' LT) 91'32'36"' H P.I. SFA 21+10.60 OCEAN DR. PROP. C & G PROP. CONC. CURB (TYPE B) 2< COLE ST. INTERSECTION PLAN SCALE: 0 20' 40' I 1 SCALE IN FEET HORIZONTAL PROP. TYPE 'A' CURB RAMP R.O.W. LINE 20'R z 3 10 UMITS OF STREET EXCAVATION, C & 0, AND SIDEWALK (MATCH EXIST. GRADES) PROP. TYPE 'B' CURB RAMP R.O.W. LINE PROP. C & G If; P.C. STA 12+99.29 (38.5' LT) OCEAN DR P.I. STA 13+28.86 TN BO.C. P.T. STA 13+67.82 (38.5' LT) 5'26'45." H- 13+00 PROP. C & G PROP. CONC. CURB (TYPE B) PROP. BASELINE 14+00 OCEANDR. NAPLES ST. INTERSECTION PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION 0 0 0 47, 9, s DESCRIPTION E 0 0 (1) 0 0 0 kU W o a� E i 0 0 to 0 am 0 N 0 N 0 z 0 , E 0 0 Z Li D LLj CO 0 0 0 cn z 0 J Z J d STREET INTERSECTION SHEET 69 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 LIMITS OF STREET EXCAVATION, C & G, AND SIDEWALK (MATCH EXIST. GRADES) PROP. C & G PROP. 5' SIDEWALK PROP. TYPE '2' CURB RAMP R.O.W. LINE 22.4' 11 MATCH EXIST. GRADES' TRANSITION TO MATCH EXIST C.&G. AND SIDEWALK (BOTH SIDES) PROP. C & G PROP. 5' SIDEWALK PROP. TYPE '2' CURB RAMP R.O.W. LINE PROP. TYPE CURB RAMP PROP. C & G PROP. C & G P.C.. STA 24+74.98 OCEAN DR. P.T. STA 25+72.71 (38.5' LT) PROP. TYPE '12' (38.5' LT) CURB RAMP (8' WIDE) `PROP. CONC. CURB /- (TYPE B) 25+00 75'22'38"' P.I. STA 25+03.60 PROP. C & G PROP. 5' SIDEWALK/ R.O.W. LINE 20'R PROP. BASEUNE 26+00 PROP. TYPE '12' CURB RAMP (8' WIDE) OCEAN DR. AYERS ST. INTERSECTION PLAN SCALE: 0 20' 49' SCALE IN FEET HORIZONTAL /3 /_ LIMITS OF STREET EXCAVATION, C & G, AND SIDEWALK I (MATCH EXIST. GRADES) ° ° / LIMITS OF STREET EXCAVATION, C & 0, AND SIDEWALK / (MATCH EXIST. GRADES) — R.O.W. LINE PROP. TYPE 'E' CURB RAMP UMITS OF STREET EXCAVATION, C & G. AND SIDEWALK (MATCH EXIST. GRADES) PROP. C & G PROP. 5' SIDEWALK R.O.W. LINE U y j 3 PROP. 5' SIDEWALK W. UNE PROP. C & G S8 ?EW 0o B.O.C. '3 P.C. STA 43+06.75 75'29'51"' (55.0' LT) / 6.6' -PROP.0&G r P.T. STA 43+73.46 (68.5' 43+0• 0▪ 4 94.34. PROP. BASELINE LT) P.I. STA 43+32.06 135' PROP. C & G P.T. STA 44+10.28 PROP. TYPE '1 CURB RAMP 5'R Sy B l�4yF 30 6.8 LCL ROAD 12 OCEAN DR. 52.4' in CRAIG ST. INTERSECTION PLAN SCALE: 0 20' 40' r SCALE IN FEET HORIZONTAL 31+00 PROP. CONC. CURB (TYPE B) B O.C. PROP. TYPE '2' CURB RAMP OCEANDR. PROP. TYPE '12' 72'40'2"' CURB RAMP (8' WIDE) PROP. BASELINE �IT P.I. STA 31+24.12 P.T. STA 31+88.24 (38.5' LT) PROP. C & G PROP. CONC. CURB (TYPE B) ELIZABETH ST. INTERSECTION PLAN SCALE: 0 20' 49' SCALE IN FEET HORIZONTAL PROP. TYPE 'F' CURB RAMP R.O.W. UNE \tnC N \ *0 i 620'R pt Mg"'PROP. SIDEWALK PROP. C & G iT P.0 STA 47+14.53 (40 0' LT) \� PROP. CONC. CURB (TYPE B) PROP. TYPE '12' CURB RAMP (8' WIDE) 72'49'25"' O 5 A O m LIMITS OF STREET EXCAVATION, C & G. AND SIDEWALK (MATCH EXIST. GRADES) U! P ` B.O.C. PROP. SIDEWALK PROP. C & G PROP. TYPE '2' CURB RAMP 20'R LIMITS OF STREET EXCAVATION, C & G, AND SIDEWALK (MATCH EXIST. GRADES) TRANSITION TO MATCH EXIST. C.&G. AND SIDEWALK (BOTH SIDES) PROP. C & G PROP. 5' SIDEWALK AAATCH FXIST_ GRADES lz R.O.W. LINE R.O.W. LINE PROP. C & G PROP. CONC. CURB (TYPE B) P.C. STA 37+18.80 ` B.O.C. P.T. STA 38+14.91 (38.5' LT) OCEANDR. (38.5' LT) PROP. TYPE '12' CURB RAMP (8' WIDE) R.O.W. UNE PROP. BASELINE 7— P.I. STA 37+50.58 PROP. C & G PROP. CONC. CURB (TYPE 8) MORGAN AVE. INTERSECTION PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL EXIST. SIDEWALK P.T. STA 47+99.11 (41.0' LT) PROP. C&G////////// / / / / / / / / / / / / / / //////////////1 ////////////// SHOREL/NEBLVD. 48+00 � t PROP. BASELINE F - EXIST. C & G 49 P.I. STA 47+75.51 BUFORD ST. INTERSECTION PLAN SCALE: 0 20' 49' SCALE IN FEET HORIZONTAL CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION w 0 REVISION NO. DESCRIPTION Lai 0 REVISION NO. CN 0 N 0 z 0 o o0 z L1_ Lu CO 0 0 z (n 5 0 J STREET INTERSECTION PLAN SHEET 70 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 28, 2015 - 10339am User: bJ File: Ni\if\Drawings\CV-DCN-PL-INTER(01).dwg 11, I III I I II Ili IIit I s.W II j I STA 6+95.58 (-78.2' LT)Q 11 CONNECT PROP. 18" R.C.P. TO y II I I EXIST. 15" R.C.P. W/ CONC. COLLAR 1i 1 1 0FL=27.21* 11 Ii I I MH- 1 PROP. TYPE 'A' 5'0 MANHOLE STA. 6+92.03 (62.1' LT) RIM= 31.37 18"(NW) FL = 26.67 18"(E) FL = 26.67 18"(SW) FL = 27.20 ‘-"(st PROP. 18" x 14.0' R.C.P.I CI -1 PROP. 5' STD. INLET STA. 7+30.27 (57.0' LT) T.O.C.= 31.65 FL= 27.15 OCEANDR PROP. 24" R.C.P.] -AEP- - '- - MH -2 PROP. TYPE 'A' 5'0 MANHOLE STA. 6+75.38 (22.2' LT) RIM= 32.70 3 18"(W) FL = 25.90 24"(NW) FL = 25.90 1 24"(SE) FL = 25.90 OCEAN °. PEP STORM WATER SOUTHERN ST. INTERSECTION PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL MH -3 PROP. TYPE 'A' 5'0 MANHOLE STA 10+09.53 (61.5' LT) RIM= 32.98 18"(NE) E = 27.40 18"(NW) FL = 27.40 18"(SE) FL = 27.40 18"(SW) FL = 28.44 CI -2 PROP. 5' STD. INLET STA. 9+95.43 (60.1' LT) T.O.C.= 31.98 FL= 27.98 STA 10+11.18 (-77.9' LT) CONNECT PROP. 18" R.C.P. TO EX. 15" R.C.P. W/ CONC. COLLAR 0 FL= 28.48* 42$ PROP. 18" x 11.0' R.C.P. CI -3 PROP. 5' STD. INLET STA. 10+25.42 (63.0' LT) T.O.C.= 31.68 i= 27.68 PROP. 18" x 9.5' R.C.P. OCEANDR PROP. 24" R.C.P. _ =10+00= _ --- -MIS 11 I IOCEANDR. I 1 -�� 11+00 COLEPARK STORM WATER ATLANTIC ST. INTERSECTION PLAN SCALE: 0 20' 40' - I SCALE IN FEET HORIZONTAL MH -9 PROP. TYPE 'A' 5'0 MANHOLE STA. 21+09.13 (72.0' LT) RIM= 34.89 18"(NW) FL = 29.05 36"(NE) FL = 27.55 18"(SE) FL = 29.05 18"(SW) E = 29.05 STA 21+08.75 (-90.0' LT) CONNECT PROP. 18" R.C.P. TO EX. 15" R.C.P. W/ CONC. COLLAR 0 FL= 29.15* PROP. 18" x 15.0' R.C.P.I PROP. 18" x 11.7' I R.C.P CI -10 PROP. 5' STD. INLET STA. 20+93.15 (71.7' LT) T.O.C.= 34.89 FL= 30.39 PROP. 18" x 11.4' R.C.P. CI -11 PROP. 5' STD. INLET STA. 21+24.83 (72.4' LT) T.O.C.= 35.03 E. 30.03 36" R.C.P.I 21+00 I OCEANDR. ----2e 1 ---- - ST= MIS - II OCEANDR. I I irspi -00 -FOC-MIS - _-_ F k4 COLEPARK F1' �= � NN STORM WATER COLE ST. INTERSECTION PLAN SCALE: 0 20' 40' I � 1 SCALE IN FEET HORIZONTAL D4 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION REVISION NO. in 4 DESCRIPTION REVISION NO. N 0 N 0 z 0 W m CC 0 0 Cr 0 Z LL Q D Lu m U 0 0 z 5 0 J STORM WATER INTERSECTION PLAN SHEET 71 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 28, 2015 - 9.06ces User: bj File: N:\if\ Drawings \CV-DCN-ENLG-STRM(01).dwg 0 CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 CI -15 PROP. 5' STD. INLET STA. 25+46.57 (78.8' LT) RIM= 35.59 18"(S) E = 31.49 IPROP. 18" x 9.0' R.C.P. PROP. 72" x 32 R.C.P. W/ PRECAST PIPE TRANSITION REDUCING STOPPER FOR 24" R.C.P MH -13 PROP. TYPE '0' MANHOLE STA. 25+04.84 (26.6' RT) RIM= 35.80 36"(S) EL = 24.81 18"(N) EL = 30.17 72"(W) EL = 20.66 72"(E) 4. = 20.66 MH -12 PROP. TYPE '0' MANHOLE STA. 24+77.77 (138.1' RT) RIM= 24.80 72"(W) = 12.80 EX. 2X2.5 FL=12.80 EXIST. MANHOLE TO REMAIN RIM= 22.21 EL= 2.60 PROP. 72" x 104.6' R.C.P. AYERS ST. ss PROP. 24" x 8.0' R.C.P. --dOV„01-4 PRECAST PIPE TRANSITION REDUCING STOPPER 72"(E) EL=21.03 24" EL= 22.94 PROP. 18 x 20.9' R.C.P PROP. 36" R.C.P. EXIST. MANHOLE TO BE REMOVED RIM= 24.55 2'x2.5' EL= 21.55 MH -14 PROP. TYPE 'D' MANHOLE STA. 25+31.57 (82.8' LT) RIM= 35.45 18"(S) EL = 29.92 72"(E) EL=21.01 72"(W) EL = 21.01 18"(N) E = 29.92 COLE PARK CI -14 PROP. 5' STD. INLET STA. 25+05.10 (89.8' LT) RIM= 35.40 18"(N) EL = 30.90 AYERS ST. OUTFALL STORM WATER PLAN SCALE: 0 20' 40' SCALE IN FEET 40 HORIZONTAL 40 NOTES; CONTRACTOR MUST LOCATE ALL EXISTING IRRIGATION LINES AND NOTIFY THE CITY PARKS AND RECREATION DEPARTMENT OF THE PROPOSED SCHEDULE PRIOR TO CONSTRUCTION. ALL IRRIGATION LINES THAT ARE CUT OR DAMAGED MUST BE REPLACED AND TESTED PRIOR TO ACCEPTANCE. •• SPECIAL NOTE.. THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE LINE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM AYERS OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. 36 32 28 24 20 16 12 8 MH -14 PROP. TYPE '0' MANHOLE STA. 25+31.57 (82.8' LT) RIM= 35.45 EL= 21.01 EX. AEP 36 (2) PROP. 18" R.C.P. EL= 29.92 PROP. 12 WATERLINE - PRECAST PIPE TRANSITIO REDUCING STOPPER .. PROP. 24" x 8.0' R.C.P. S=0.138 EXIST. 24" 1@'.CP: EL= 22.95 MH -13 PROP. TYPE 'D' MANHOLE STA. 25+04.84 (26.6' RT) RIM= 35.80 EL= 20.66 PROP. 18" R.C.P. EL= 30.17 EXIST. MANHOLE TO BE REMOVED RIM= 24.55 24" EL= 22.04 2'x2.5' EL= 21.55 32 EX. 12" WATERLINE d G6l....l�i/.....:� 25.11 L- - - 25..HGL - - ^'^•25••HGL•.-...-... _....i EL= 22.94 EX. )AIS EXIST. 24" R.0 TO BE REMOVED PROP. 72" x 104.6' R.C.P. S=0.32% 1 25..14GL:- PROP. 36" R.C.P. EL= 24.81 PROP EL= 21.03 72" Se6 1068. RC.p �\ MH -12 PROP. TYPE 'D' MANHOLE STA. 24+77.77 (138.1' RT) RIM= 24.80 E. 12.80 28 EXIST. MANHOLE TO REMAIN RIM= 22.21 2'x2.5'(SW) EL= 2.60 30"(SE) EL= 2.60 24 20 PROP. 72" x 30.0' R.0 P S=0.06% EXIST. 2'x2.5' R.C.P. TO REMAIN \ \ 16 12 8 \ \ \ \ \ \ \ 4 0 0 ol g L = 0 U <l O III211. Q his 0W„ U 1- ° o O EP O a U o ^ 0 z LLJ W 0 0 SHEET 72 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 ate: Sep 08, 2015 - 3:49pr1 User: bj File: N:\if\ Drawings \CV-DCN-ENLG-STRW01).dwg 1 -PRECAST BOX TRANSITION REDUCING STOPPER FOR A 54 0 R.C.P. 54" FL= 20.21 6'x6' TL= 18.00 PROP. 18" R.C.P. MH -20 PROP. MANHOLE RISER STA. 37+61.53 (39.5' LT) RIM= 35.77 18"(N) F. = 30.50 18"(S) E=30.50 MH -19 PROP. MANHOLE RISER - STA. 37+45.07 (25.7' RT) ' \ RIM= 35.38 18"(S) . = 28.55 MH -18 PROP. TYPE 'A' JUNCTION BOX STA. 37+34.31 (68.3' RT) RIM= 34.50 6'x6'(W) FL = 17.43 EX. 36" (TOP)(E) TL = 9.33 EX. 36" (BOTTOM)(E) 1. = 5.42 S.y -� 54"ST - - MORGAN AVE. PROP. 54" x 8.0' R.C.P. PROP. 7'x7' TO 6'x6' (4.0' LONG) PRECAST BOX TRANSITION PROP. 18" R.C.P. -F)7. PROP. 18" R.C.P. PROP. 18" R.C.P \ \ 40 MORGAN AVE. OUTFALL STORM WATER PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL \ \ \ MORGAN 53. C c! - = = 2 -EXIST. 36" R.C.P. TO REMAIN •• SPECIAL NOTE.* 1. THE PROPOSED STORM DRAIN SYSTEM IN OCEAN DRIVE WAS DESIGNED FOR THE 25 -YEAR EVENT. THE HYDRAULIC GRADE LINE (HGL) SHOWN ON THIS DRAWING REPRESENTS THE FUTURE 25 -YEAR HGL AFTER THE DOWNSTREAM MORGAN OUTFALL HAS BEEN REPLACED WITH A LARGER DRAINAGE SYSTEM TO ACCOMMODATE THE DESIGN FLOW. 2. THE PROP. 6'x6' R.C.B. WAS DESIGNED BY OTHERS AS PART OF THE MORGAN STREET (BOND 2012 & 2014) PROJECT. 40 36 32 28 24 20 16 12 8 4 0 PROP. 7'x7' TO 6'x6' (4' LONG) PRECAST 'BOX 'TRANSMON 2 -PROP. 18" R.C.P. FL= 30.50 PROP. 54" x 8.0' R.0 P S=0.00% EX. 8" WATERLINE PRECAST PIPE TRANSITION REDUCING STOPPER MH -20 PROP. MANHOLE RISER STA. 37+61.53 (39.5' LT) RIM= 35.77 EX. AEP PROP. 8" WATERLINE PROP. 18" R.C.P. .= 28.55 MH -19 PROP. MANHOLE RISER STA. 37+45.07 (25.7' RT) RIM= 35.38 36 1'l 2$ HGL PROP. 6'x6' x 163.7' R.C.B. EX. TELEPHONE LINE EX. M S 32 PROP. 12" WATERLINE MH -18 PROP. TYPE 'A' JUNCTION BOX STA. 37+34.31 (68.3' RT) RIM= 34.50 TL= 5.42 28 24 S=0.35% - - - 2g.HGl 20 IL= 17.43 4,414. l/l 16 FL= 9.33 EXIST. 36 R.C.P. TO REMAIN FL= 5.42 EXIST. 36 R.C.P. TO REMAIN 12 8 4 0 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 L A& c, _OS I• Department of Capital Programs LLJ O Cn I- LL -1 -J Lr_I D O 0 t LLJ z CNyd CO SHEET 73 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 08, 2015 - 3.50pm User: bj File: N:\if\Drawings\CV-DCN-ENLG-STRMC01).dwg 36 36 34 32 30 28 26 24 22 20 36 36 34 34 LD N b M 01 u n ,4" o n r+d. ZJ•• • 32 32 PROP. 18" x 34.6' R.C.P. S=1.30% (2) PROP. 18" R.C.P. FL= 26.67 30 30 28 28 26 26 24 22 20 STORM WATER LATERALS @ STA. 6+92.03 SCALE: 1"=20' HORZ. 1'.= 2' VERT. 24 22 20 18" CMP (E) FL= 27.49 (W) i= 27.15 MH -2 STA 6 PROP. 18" R.C.P. FL= 26.67 PROP. 18" & 24" R.C.P. FL= 25.90 38 38 34 36 32 34 - xs-ru 1101. ._ FL= 27.21 FL= 27.21 -PROP. 18" x 14.0' R.C.P. S=0.06% W 0 O 36 30 32 28 30 26 28 24 22 20 STORM WATER LATERALS @ STA. 6+92.03 - 6+75.38 SCALE: 1"=20' HORZ. 1"= 2' VERT. 26 24 22 25 -YR HCL PROP. 18" R C P. E= 28.44 PROP. 18" x 9.5' R.C.P. S=4.28% PROP. 18" R.C.P. FL= 27.40 0-1 PROP. 18 x 11.0' R.C.P. S=1.87% 34 32 30 28 26 24 22 38 38 40 40 36 34 32 30 0 0 0 FL= 28 44 FL= 28.48 28 26 24 M 1 m 0 W 1' 1 36 38 O M II H 2 11 ¢u, (2) PROP. 18" R.C.P. FL= 27.40 PROP. 18" x 54 7' R C.P 9=0.45% 11 4617%1' R.C.P. 11 11. PROP. 1 5(01, 11 Q• 34 36 32 34 30 32 28 26 PROP. 18" x 14.0' R.C.P. S=0.24% PROP. 24" R.C.P. FL= 27.13 22 18" CMP (E) FL= 28.57 {.W.} . FI'" • 28•.*4 24 30 28 26 22 24 38 25 -YR MI. M M M1 � II N .0 ate+ 36 34 PROP. 18" R.C.P. FL= 28.33 11 0 IN PROP. 18" x 8.8' R.C.P. S=6.07% 32 30 STORM WATER LATERALS @ STA. 10+09.53 SCALE: 1 "=20' HORZ. 1"= 2' VERT. LEGEND: O EXIST. 2" GAS LINE O EXIST. 12" WATERLINE O EXIST. AEP ® PROPOSED 8" WATERLINE QS PROPOSED 12" WATERLINE © EXIST. 8" WATERLINE Q EXIST. TELEPHONE LINE Q PROPOSED 8" WASTEWATER LINE Q PROPOSED 10" WATERLINE ® EXIST. 6" GASLINE 0 EXIST. 8" WASTEWATER UNE © EXIST. MIS CONDUIT - -25-YR HGL- - - - - NOTES: • DENOTES UTILITY PIPES TO BE ADJUSTED OR ABANDONED BY CONTRACTOR. DENOTES PIPE TO BE REMOVED BY CONTRACTOR. 28 ••• DENOTES UTILITY LINES TO BE ADJUSTED BY OWNER. 26 24 STORM WATER LATERALS STORM WATER LATERALS @ STA. 10+09.53 - 10+14.98 SCALE: 1"=20' HORZ. 1"= 2' VERT. @ STA. 13+73.80 SCALE: 1"=20' HORZ. 1"= 2' VERT. O 10' 20' 40' HORIZONTAL SCALE O 1' 2' 4' VERTICAL SCALE CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION 0 0 z z (75 o: DESCRIPTION m 141 REVISION NO N 0 N 0 z 0 c o 0 Ct 0 Z W m U 0 LOUISIANA TO STORM WATER SHEET 74 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Date: Aug 20, 2015 - 250pr1 User: eg File: N:\if\Drawings\CV-OCN-LAT-STRM.dwg ASPHALT PAVEMENT 36 32 28 24 20 16 12 8 4 0 N 40 t e0 Y N 2 2— NOTES; PROP. 18" R.C.P. FL= 27.91 PROP. 24. x• .60.5 • • R.G.P S=0.48% PROP. 24" R.C.P. FL= 26.95 CONTRACTOR MUST LOCATE ALL EXISTING IRRIGATION LINES AND NOTIFY THE CITY PARKS AND RECREATION DEPARTMENT OF THE PROPOSED SCHEDULE PRIOR TO CONSTRUCTION. ALL IRRIGATION LINES THAT ARE CUT OR DAMAGED MUST BE REPLACED AND TESTED PRIOR TO ACCEPTANCE. 1.= 26.00 EXIST. GROUND 4" IRRIGATION LINE., N a \ en en r1-1/4" IRRIGATION LINE f •1 36 32 6" IRRIGATION LINE N. 2 28 a N^• ^1.\ X" w Oe ec 24 2-1/2" IRRIGATION LINE I`: �•-� TOP OF EXIST. MANHOLE TO \ BE ADJUSTED TO RIM= 24.50 1 \ BREAK INTO EXIST. MANHOLE C I.= 12.87 REFER • TO. •DETAIL • 2/75. 20 16 12 i REMOVE EXIST. 18" R.C.P. REPLACE W/ NEW 24" R.C.P. EXIST. MANHOLE TO REMAIN 8 FL= 1.34 EXIST. 24" R.C.P. TO REMAIN 4 0 12" STORM WATER LATERALS STA. 14+63.02 SCALE: 11""==204' VERT.' HORZ. 0 4' 8' , EXISTING MANHOLE RING de COVER TO BE ADJUSTED (REPLACE RING do COVER WHEN CALLED FOR ON PLANS) 12" Ar wo//% el ar km BASE CONCRETE COLLAR (3000 PSI) W/ 2-#5 REBARS 0 3" VERT. SPACE m T iN 1 1/8" STEEL PLATE 4" TIMBER PLA -FORM FULL AREA LOWER [PLATFORM FOR CATCHING BRICKS. DIRT. ETC. BRICK FOR ADJUSTMENT AS REQUIRED g,I `2 x 2 CLEAT (TYP.) TYPICAL SECTION SHOW NG MANHOLE IN ADJUSTED POSITION AND USE OF INTERIOR MANHOLE PLATFORMS SCALE: N.T.S. SCALE IN FEET VERTICAL SCALE PROP. RCP r REMOVE EXISTING 18" RCP AND BREAK OUT OPENING AS REQUIRED TO CONNECT PROP. 24" RCP. REFER: TO SHT 60 EXPANDABLE WATERSTOP OR WATER SWELLING SEALANT (TYP.) EXIST. STORM WATER MANHOLE TO REMAIN NOTE: 1. EXIST. INVERT SURFACE TO BE CLEANED de COATED W/ EPDXY BONDING AGENT AND RESHAPED W/ NEW GROUT TO MATCH EXISTING FLOWLINES. EXIST. RCP TO REMAIN RE -GROUT (SEE NOTE) EXISTING MANHOLE TO BE ADJUSTED AND AND RE—GROUTED SCALE: N.T.S. NOTES; LEGEND: 0 EXIST. 2" GAS LINE O EXIST. 12" WATERLINE Q EXIST. AEP ® PROPOSED 8" WATERUNE QS PROPOSED 12" WATERLINE © EXIST. 8" WATERUNE Q EXIST. TELEPHONE LINE Q PROPOSED 8" WASTEWATER UNE O9 PROPOSED 10" WATERLINE ® EXIST. 6" GASLINE 0 EXIST. 8" WASTEWATER UNE © EXIST. MIS CONDUIT — — — — -25-YR HGL- — — — — NOTES; • DENOTES UTILITY PIPES TO BE ADJUSTED OR ABANDONED BY CONTRACTOR. •• DENOTES PIPE TO BE REMOVED BY CONTRACTOR. ••• DENOTES UTILITY UNES TO BE ADJUSTED BY OWNER. 0 10' 20' 40' HORIZONTAL SCALE 1. THE USE OF INTERIOR PLATFORMS IS MANDATORY WHEN ADJUSTING MANHOLES. THE LOWER PLATFORM WILL BE THE CONTRACTOR'S DESIGN BUT WILL BE ADEQUATE FOR THE PURPOSE FOR WHICH INTENDED. 2. ALL MATERIAL AND LABOR FOR THE ADJUSTMENT TO FINISHED GRADE OF ALL MANHOLES SHALL BE FURNISHED BY THE CONTRACTOR AND NO SEPARATE PAYMENT WILL BE MADE FOR THIS WORK UNLESS SET UP AS A BID ITEM. 3. ALL MANHOLES WITHIN THE LIMITS OF THE PAVING AREA SHALL BE LOWERED BELOW THE SUBGRADE BEFORE BASE AND PAVEMENT ARE PLACED, THEN ADJUSTED AS SHOWN. 4. THE UPPER PLATFORM WILL BE SET IN PLACE AFTER BREAKING DOWN THE MANHOLE. THEN REMOVED WHEN ADJUSTING TO FINISHED GRADE. 5. ALL NEW MANHOLES SHALL BE BUILT UP TO A POINT BELOW THE SUBGRADE BEFORE THE BASE AND PAVEMENT ARE PLACED. CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION 0 z N DESCRIPTION I� 1n O ol = o 41„„ cx.(L:1 ,x 813:: U t_ 0 y_ C O T 0 i'-•••0- 0 o 0 z 0 ec N 0 0 z 0 1 CO CC 0 0 0 Z LLl CO 0 0 z () 0 J STORM WATER SHEET 75 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 21, 2015 - 1,58pm User: bj File: N:\iF\Drawings\CV-DCN-LAT-STRM.dwg 40 38 36 34 32 30 28 26 24 a N m M ow v"L: n.N 2 n a PROP. 18" R.C.P. I.= 28.52 • EL= 28.43 PROP. 18" x 30.5' R.C.P. S=3.14X PROP. 24" R.C.P. EL= 27.93 40 40 38 38 36 36 34 34 32 32 30 30 28 28 26 26 24 24 40 STORM WATER LATERALS @ STA. 16+62.24 SCALE: 1"=20' HORZ. 1.= 2' VERT. U N...m 15"CMP I on 1 (E) EL= 31.07 (VV) • EL= 30.68 EL= 30.83 PROP. 15" x 19.9' R.C.P. S=3.65X at 0 • 4" PVC DRAIN PIPE PROP. 18" R.C.P. TO WATER VAULT EL= 28.82 PROP. 18" x 10.2' R.C.P. S=6.15X 40 40 38 38 36 36 34 34 32 32 30 30 28 28 26 26 24 24 STORM WATER LATERALS @ STA. 17+44.84 SCALE: 1..20' HORZ. 1"= 2' VERT. 40 40 38 36 34 32 30 28 18" CMP (E) EL= 29.05 (W) EL= 29.42 (2) PROP. 18" R.C.P. EL= 29.05 EL= 29.15 26 24 PROP: •36'•x••92.5'•R.C.P. S=0.47X PROP. 18" x 15.0' R.C.P. S=0.57X PROP. 36" R.C.P. EL= 27.09 40 0 25 -YR HGL C) - 0 m 0 00 U.M O �1.•••• 38 36 34 PROP. 18" x 11.4' R.C.P. S=6.37X 25 -YR HGL .4 PROP. PROP. 18" x 11.7' R.C.P. S=8.55X EL= 29.05. PROP. 18" R.C.P. EL= 29.05 Rai EL= 29.05 PROP. 36" R.C.P. EL= 27.55 32 30 28 26 24 40 38 38 36 36 34 34 32 32 30 30 28 28 26 26 24 24 STORM WATER LATERALS @ STA. 21+09.13 SCALE: 1"=20' HORZ. 1". 2' VERT. N J. V -0 38 36 EL= 29.93 PROP. -.18'. x.59,6,. R.C:P, S=0.64X EL= 29.93 PROP. 36" R.C.P. EL= 26.23 i° 34 32 PROP. 18" x 10.7' R.C.P. S=4.04X 30 28 26 24 STORM WATER LATERALS @ STA. 22+90 SCALE: 11="20RZ. 2'' VEHORT. STORM WATER LATERALS @ STA. 21+09.13 SCALE: 1 "=20' HORZ. 1"= 2' VERT. LEGEND: 0 EXIST. 2" GAS LINE 02 EXIST. 12" WATERUNE O EXIST. AEP ® PROPOSED 8" WATERLINE OS PROPOSED 12" WATERLINE © EXIST. 8" WATERLINE 07 EXIST. TELEPHONE LINE ® PROPOSED 8" WASTEWATER LINE 0 PROPOSED 10" WATERLINE @ EXIST. 6" GASLINE 11 EXIST. 8" WASTEWATER LINE © EXIST. MIS CONDUIT - - - - -25-YR HGL- - - - - NOTES; • DENOTES UTILITY PIPES TO BE ADJUSTED OR ABANDONED BY CONTRACTOR. •• DENOTES PIPE TO BE REMOVED BY CONTRACTOR. ••• DENOTES UTILITY LINES TO BE ADJUSTED BY OWNER. O 10' 20' 40' HORIZONTAL SCALE O 1' 2' 4' VERTICAL SCALE CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION DESCRIPTION 41 0 N 0 N 0 z O E cr 0 z b- L1J CO U 0 0 H- z () 5 0 J N J LLJ STORM WATER SHEET 76 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Date: Sep 08, 2015 - 3.52pm User: bj file: N:\if\Drawings\CV-DCN-LAT-STRM.dwg 40 40 42 38 36 34 O x▪ i 'nm n0 (.3 .O.11 0 1211 32 -PROP. 18" x 20.9' R.C.P. S=4.21 X 30 28 26 24 22 20 18 42 42 38 40 N T 1 O N .2 N M N EL= 29.92 PROP. 72" R.C.P EI.= 21.01 PROP. 18" x 9.0' R.C.P. 5=13.69X EL= 29.92 L.J. If STORM WATER LATERALS @ STA. 25+31.57 SCALE: 1"=20' HORZ. 1"= 2' VERT. LEGEND: O EXIST. 2" GAS LINE 02 EXIST. 12" WATERLINE O EXIST. AEP 0 PROPOSED 8" WATERLINE 0 PROPOSED 12" WATERLINE 0 EXIST. 8" WATERLINE 0 EXIST. TELEPHONE LINE 0 PROPOSED 8" WASTEWATER LINE 0 PROPOSED 10" WATERLINE 0 EXIST. 6" GASUNE 11 EXIST. 8" WASTEWATER LINE 1© EXIST. MIS CONDUIT - - - - -25-YR HGL- - - - - NOTES; • DENOTES UTILITY PIPES TO BE ADJUSTED OR ABANDONED BY CONTRACTOR. •• DENOTES PIPE TO BE REMOVED BY CONTRACTOR. ••• DENOTES UTILITY LINES TO BE ADJUSTED BY OWNER. O 10' 20' 40' HORIZONTAL SCALE O 1' 2' 4' VERTICAL SCALE 36 38 34 36 32 34 30 32 28 30 26 28 24 22 38 20 36 18 34 to v 42 40 40 40 I. V -40 EL= 31.17 E= 31.17 PROP. 18" R.C.P. EL= 31.17 PROP. 18" x 9.8' R.C.P. S=8.09% 40 40 38 38 38 36 36 34 34 32 32 30 30 28 28 1- M on .u111 YrN la nM - n VM I n 1 0 1, A ut.:.m+ 38 36 25 -YR HGL ,� EL= 31.52 PROP. 18" R.C.P. EL= 31.52 36 34 34 32 32 30 PROP. 18" x 8.5' R.C.P. S=4.74X 30 28 28 26 STORM WATER LATERALS 14 © STA. 27+09.26 63 77 SCALE: 1"=20' HORZ. 1"= 2' VERT. STORM WATER LATERALS @ STA. 33+50 24 SCALE: 1"=20' HORZ. 1"= 2' VERT. 32 30 28 26 24 22 20 38 36 30 PROP. 18" R.C.P. EL= 29.77 EL= 29.27 PROP. 24" R.C.P. EL= 28.77 38 36 34 32 30 28 PROP. 18" x 9.3' R.C.P. S=7.08X 26 24 22 22 STORM WATER LATERALS @ STA. 37+05.42 SCALE: 1"=20' HORZ. 1"= 2' VERT. 30 34 28 32 26 30 24 28 22 26 20 24 18 22 16 20 14 STORM WATER LATERALS @ STA. 37+05.42 - 38+29.49 SCALE: 1"=20' HORZ. 1"= 2' VERT. MH -21 STA 47+52.59 18 CMP (E).=. 21•.21 (W) EL= 17.24 28 26 24 22 EL= 18.27 20 18 PROP. 18" R.C.P. EL= 17.24 PROP. 18" x 30.7' R.C.P. S=3.15% 16 14 STORM WATER LATERALS @ STA. 47+52.59 SCALE: 1"=20' HORZ. 1 "= 2' VERT. CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION CO 8 Z 0 DESCRIPTION s m 1J 0 REVISION NO. 0 N z 0 m IY a 0 IX 0 z D W m 0 0 0 1- Q z () 5 0 J STORM WATER LATERALS SHEET 77 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 21, 2015 - 2.02pn User: bj File: N:\if\Drawings\CV-DCN-LAT-STRM.dwg TRANSITION FLOWLINE OF GUTTER (10' TYPICAL) /4 x 12" DOWEL BARS 0 12" O.C. ATT P•) BACK OF CURB FACE OF CURB A VARIABLE INLET SIZE TRANSITION FLOWLINE OF GUTTER A 00' TIPK:AL) A" &MRS - SEE SCHEDULE 73" BARS - 4 REO'D. C BARS - 2 REQ'D. "0" BARS - SEE SCHEDULE E.J. 3/4" R£DWOO EXPANSION JOINT (TIP.) C BARS - 2 REO'D. EJ FRONT OF GUTTER OR A CONSTRUCTION JOINT PLAN OF5'STANDARDINLET SPECIAL NOTE; 1. CONTRACTOR TO PROWDE /4 x 12" DOWELS 0 12" O.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. NOT TO SCALE CITY STANDARD SIDEWALK RING AND COVER SLOPE AS REO'D. 1/4" PER FOOT NORMAL OFFSET FROM BASELINE TOP OF CURB FACE OF CURB "C" BARS /THROAT SUPPORT ON �0N 8' AND TO' INLETS x1 NO. 4 REBAR AT k 12" C/C E.W., ALL WALLS & BOTTOM CONSTRUCTIO JOINT ( OPTIONAL ) "E" BARS "D" BARS CONTOUR BOTTOM OF INLET TOWARD OUTLET PIPE OUTLET PIPE MAY BE PLACED IN ANY DIRECTION STD. C & G 4" OR 6" ELEV 4" OR 6" BELOW T.C. AT 10' FROM INLET O.D. OF PIPE 2'-O' MIN. SECT/ONAA 10'-0" NOT TO SCALE INLET LENGTH FINISH PAVING GRADE GUTTER SECTION WILL BE PAID FOR AS LINEAR FEET CONC. CURB & GLITTER STD. C & G 4' OR 6" TRANSITION VARIES TRANSITION ELEV. 9 1/2' BELOW T.C. AT INLET PROP. BAR /4x12" LG. ONE END SLEEVED OR GREASED TOP OF CURB FOR ELEV. SEE PROFILE EJ ELEV DIFFERENCE BETWEEN TOP OF CURB & LIP OF GUTTER REMAINS CONSTANT FOR 6" C & G, FOR 4" C & G SLOPE CURB UP TO 6" DIFFERENCE AT INLET FL OF GUTTER 3/4" REDWOOD EXPANSION JOINT PRINCIPAL REINFORCEMENT EXTENDED THRU EXPANSION JOINT 12" & SLEEVED OR GREASED FLOWL/NE TRANS/T/ONATINLET FOR 4"OR 6" STA?. CURBAND GUTTER NOT TO SCALE EJ NOM. LENGTH MINUS 64 o� I BARS "C" •• 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. REOD./LENGTH A" BARS 'B" BARS C" BARS 'D" BARS "E" BARS 4' 2/o 4/1'-10" 2/5'-6" 4/3'-2" 2/4'-6" 5' 2/o 4/3'-2" 2/6'-6" 4/3'-2" 2/5'-6" 6' 4/o 4/4'-0" 2/7'-6" 6/3'-2" 2/6'-6" • • 8' 4/o 4/4'-0' 2/9'-6" 6/3'-2" 2/8'-6" .. 10' 6/o 4/4'-0" 2/11'-6" 7/3'-2' 2/10'-6" BENDING STRAIGHT STRAIGHT SEE DET. SEE DET. STRAIGHT 0 = O.D. + 8, 2'-8" MIN. 1" LETTERING RECESSED FLUSH R P S \ CUSTOM LOGO � �� C '♦ �,y •. BASS FISH (TYP.) (10 a PO! lU1" DIA HANDLING HOLE USA PLAN VIEW 3/8" 3/4" LETTERING RECESSED PICKSLOT DETAIL 24 1/4" DIA { 3/4" 77".7799ug"'"."77777773 (4) STACKING LUGS GRATE SECTION MAX. PIPE LD. = 48 INCHES GRATE BLOCK 29" DIA 24 1/2" DIA 1/2" r 3/4" 1 2'-0" x 6" OPENING 0 ENDS 2'0 OPENING (4'-0" MAX.) 3'-0" x 6" i r OPENING 0 ENDS =�- �='JC.w—fid •:V` 40 `Ati1 CONC. APRON - #4 BARS (4 REQ'D) AT CORNERS CONC. APRON #4 BARS (4 REQ'D) 0.0. -8" PIPEMIN. + 8 6" THICK TOP \ ` /5 BARS (DIAGONAL) Q4 BAR (2 REO'D) PLAN OFPOST/NLET 3'-8• STRAIGHT CITY STANDARD STORM WATER INLET MANHOLE RING & COVER 14 BARS (90' BEND 24"x24") 25 SLOPE NOT TO SCALE 6" THICK TOP 2'-0" 5" THK. CONC. APRON W/#3 BARS 25 �012' 0.C.E.W. 0 MID DEPTH 6"(6 . Allggrill #13 BARS CONT. NO. 4 REBAR 0 12° C/C E.W., ALL WALLS AND BOTTOM CONTOUR BOTTOM OF INLET TO OUTLET PIPE W/ GROUT CONSTRUCTION JOINT (OPTIONAL) A.I.W. NO. 847-05 GRATE/FRAME UNIT r5/8" OR APPROVED EQUAL 22" DIA 22 3/4' DIA 23 13/16" DIA RING SECTION C/TYSTANDARD /NLETAMP SANYAL/( MANHOLE RAW & COVER CAST/NGDETA/LS NOT TO SCALE 3 1/2"-� INLET AND SIDEWALK MANHOLE RING do 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 FR 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. c 6" CONC. COLLAR 6" MAX. I.D. 48" 6" SECT/ON 0-5 NOT TO SCALE 23 7/8" c r PLAN OF STANDARD GRATE INLET FINISHED PVMT. 6" WIDE CONC. COLLAR AROUND PERIMETER OF INLET NOT TO SCALE 7/4' (4)-3/4"e x 6' LG. A307 ANCHOR BOLTS W/ 1" LG. 90' TURN AT LOWER END 6' WALL THICKNESS (4 SIDES) CONSTRUCTION JOINT (OPTIONAL) NO. 4 BARS AT 12' C/C E.W. ALL WALLS & BOTTOM SECT/ONC C NOT TO SCALE THIS DIMENSION EQUALS THE INSIDE FRAME DIMENSION BOTH WAYS CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m f 0 z 0 O DESCRIPTION -62 0 1n 0 0 0 12 0 REVISION NO. 8w >o 0 0 z 0 m CC 0 00 Z I -t - Q D W m 0 0 0 z 5 0 J M O J W 0 ct 00 en R.1 O (/) ta� o W U Q cc 0 1— () SHEET 78 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 20, 2015 - 2.51pm User: eg File: N:\if\Drawings\City Std's\COCC STD STORM.dwg 2 -No. 5 REBARS AT 3" VERT. SPACE CIRCULAR OR SQUARE REINF. CONC. COLLAR 1/4" 12" ADDITIONAL p5 BARS O OPENING (TYP.) ASPHALT PAVEMENT STANDARD RING & COVER PRECAST CONC. MANHOLE NO. 4 REBARS AT 12" O.C.E.W. 11520 LOADING IfEY`YAYDETA/L CUSTOM LOGO 1 1/2" NOT TO SCALE b�I 12•• 1 F. VARIABLE • 12" f If 4' MIN. 9" MIN. • 1 1/2 TIMES NOMINAL OW. OF PIPE ( MIN. 4'-O" ) R.C. PIPE OR R.C. BOX SEE PLAN FOR SIZE AND LOCATION (TYP) m 6" MIN. 6" MIN. m PRE -CAST CONC. MANHOLE NOTES; HS20 LOADING CONCRETE 28 DAY COMPRESSIVE STRENGTH - 5000 PSI REINFORCEMENT STEEL - 60,000 PSI REBAR MIN. SPLICE LENGTHS: N4-22" /15-28" g6-33" MANHOLE WALL/RISER REINFORCED PER ASTM C-478 TYPE 'A"MANHOLE (7) 7/8" (1) OPEN PICKHOLE 3 1/4" 1" DIA HANDLING HOLE 1 1/4" LETTERING RECESSED FLUSH PLAN VIEW r--23 3/4" DIA 7 1/4" DIA 1/4" DIA •- 5/8" 5/8" L7/8" DIA 2" 1 1/8" 2" 6 5/8" DIA COVER SECTION NOT TO SCALE COVER BACK 5/8" 1 1/8" 3/4" PICKSLOT DETAIL 25 1/2" DIA 24" R.C. PIPE SIZE VARIES 8" 8" VARIES 8" R.C. PIPE SIZE VARIES 8" 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 5'-6" (MAX) FOR R.C. PIPE SIZES, DIRECTION, AND FLOWLINES, REFER TO STREET AND STORM WATER PLAN AND PROFILES PLAN TYPE V' MANHOLE CITY STANDARD ROADWAY MANHOLE RING & COVER FINISHED PAVEMENT r 2" 1 } 3/4" I- -22 1/2" DIA --I 32" DIA FRAME SECTION C/TYSTANDARD ROADWAY MAMMOLE RING & COYER CAST/NGOETA/L NOT TO SCALE ROADWAY MANHOLE RING & COVER NOTES 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. NOT TO SCALE /6 0 10" 0.C. E.W. TOP & BOTTOM 0 N MW -717-"' , , MIN6 . R.C. BOX OR MIN. I 6" R.C. PIPE , 14 SIZE VARIES ��i #5 VERT. 0 10" 0.C. X14 HORIZ.0 12" 0.C. MAX CONTOUR BOTTOM OF MANHOLE TO OUTLET PIPE W/GROUT SEE KEYWAY DETAIL 11111MINEMBIESIE111"WIENIEEMENNE e#5 DOWELS 0 10" P) 111111110.D.OPIE.C. ( +P 12" M 4'-0" (MIN.) 5'-6" (MAX) NOTE: LATERAL PIPES NOT SHOWN FOR CLARITY R.C. PIPE OR R.C. BOX SEE PLAN FOR SIZE AND LOCATION (TYP) 0 6" MIN. R.C. PIPE SIZE VARIES ID 6" MIN. 2' OPENING r L R.C. PIPE SIZE VARIES ADDITIONAL #5 BARS 0 OPENING (TYP.) 8" 8" VARIES 8" 8" 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) NOTE: FOR R.C. PIPE SIZES, DIRECTION, AND FLOWLINES, REFER TO STREET AND STORM WATER PLAN AND PROFILES PLAN TYPE'C'MANHOLE POLYETHYLENE ADJUSTMENT RINGS (TYP) g5 BARS 0 6" VERTICAL SPACING N NOT TO SCALE CITY STANDARD ROADWAY MANHOLE RING & COVER 1' '-3600 P51 CONCRETE TYP. 0 2'10" 5 0 N ID 6 MIN". R.C. BOX OR R.C. PIPE SIZE VARIES 6" O MIN Affertaiiirr FINISHED PAVEMENT #6 0 10" 0.C. E.W. TOP & BOTTOM B5 VERT. 0 10" 0.C. d4 HORIZ. 0 12" 0.0 MAX. CONTOUR BOTTOM OF MANHOLE TO OUTLET PIPE W/GROUT SEE KEYWAY DETAIL z 2 6" CEMENT-STABLIZIED SAND BEDDING COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) FOR PRECAST MANHOLES (SEE NOTE 12) R5 0 10" 0.C. EA. WAY SECTION TYPE B'/NANHOLE NOT TO SCALE 7. OTHER CASTING PATTERNS FOR RING & COVERS MAY BE SUBMITTED FOR APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME A5 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 = 160 POUNDS, THE RING = 180 POUNDS. 9. POLYETHYLENE MANHOLE ADJUSTMENT RINGS SHALL BE DESIGNED TO SUPPORT HS 20 TRAFFIC LOADING. 8" 8 R5 DOWELS 0 10" 0.C. (TYP) 0.D. PIPE + 12" MIN. \\ 8" 8" , p5 0 0" 0.C. EA. WAY NOTE: LATERAL PIPES NOT SHOWN FOR CLARITY 4'-0" (MIN.) 8'-2" (MAX) SECTION TYPE'C'MANHOLE GENERAL NOTES FOR CONCRETE DRAINAGE STRUCTURES* 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 CITY STANDARD SIDEWALK MANHOLE RING AND COVER FOR CITY STANDARD CURB INLET. PROVIDE CITY STANDARD ROADWAY STORM WATER MANHOLE RING AND COVER FOR SPECIAL CURB INLET. NOT TO SCALE R.C. PIPE SEEPLAN FOR SIZE AND LOCATION (TYP) ID 4'-O" MANHOLE RING ADDITIONAL /5 BARS 0 AND COVER OPENING (TYP.) I H -1 4BARS 4" 0 C.E.W. 0 in g 5 o. 0 W -1 utv L • ID F �Z VARIES VARIES 8" 8" 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 8'-2" (MAX) tlalL FOR R.C. PIPE SIZES, DIRECTION, AND FLOWLINES, REFER TO STREET AND STORM WATER PLAN AND PROFILES PLAN TYPE D'JfANHOLE CITY STANDARD ROADWAY MANHOLE RING & COVER NOT TO SCALE PERMISSIBLE CONSTRUCTION JOINT FINISHED PAVEMENT ///�_ #4 0 12" 0.C. HORIZ. BARS 0/7- ,- M5 0 9" 0.C. VERT. BARS SO. OPENING 0 tow 0 I ion I -i. 6" CEMENT-STABLIZIED SAND BEDDING COMPACTED TO 95X STD. PROCTOR DENSITY (ASTM D698) FOR PRECAST MANHOLES (SEE NOTE 12) e ///////// R.C. BOX OR R.C. PIPE (SIZE VARIES) � �0 #6 0 10" 0.C. E.W. TOP & BOTTOM • / p5 VERT. 0 10" 0.C. B4 HORIZ. 0 12" 0.C. MAX CONTOUR BOTTOM OF MANHOLE TO OUTLET PIPE W/ GROUT SEE KEYWAY DETAIL 8" #5 DOWELS 0 10" 0.C. (TYP) 8" 0.0. PIPE + 12" MIN. 8" 8 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 LICENSED 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 LINES THE WALL THICKNESS SHALL NOT EXCEED 10 INCHES. PAYMENT FOR INLET AT THE CONTRACT PRICE SHALL INCLUDE THE TRANSITION CURB. 10. INVERT OF INLET SHALL BE SLOPED 1:20 WITH GROUT. 4'-0" (MIN.) 8'-2" (MAX) 1 5 0 10" 0.C. EA. WAY SECTION TYPE D'MANHOLE NOT TO SCALE NOTE; LATERAL PIPES NOT SHOWN FOR CLARITY 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 SHEET No. FNI PROJECT: COR13155 DESCRIPTION 0 0 z 0 Pe DESCRIPTION z U O) 0 0 0 m 1.1 0 REVISION NO. 7 >o N O N 0 Z 0 jm EE 0 cr0 Z L.1- w CO U 0 0 Z (n 0 J 0 N SHEET 79 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT f E12093 Dote: Aug 20, 2015 - 2:51pn User: eg File: N:\if\Drawings\City Std's\COCC STD STORM.dwg TRANSITION FLOWLINE 5'-0" STANDARD 5' THROAT EXTENSION TRANSITION FLOWLINE OF GUTTER (10' TYPICAL) CURB INLET N L BARS L #4 REBAR (7 REVD) r„ OF GUTTER (10' TYPICAL) 1 i0` 6" C&G i0 BLOCK OUT WALL OF - STANDARD CURB INLET TO ACCOMODATE INLET EXTENSION 6"x6" CONC. THROAT SUPPORT 3/4" EXPANSION JOINT (TYP) L, CURB/NLET THROATEXTENSIONPLAN 6" 18"I r#4 0 6" O.C. PERMISSIBLE CONST. JT. #4 NOT TO SCALE n 0 6" 0.0 REFER TO CITY OF CORPUS CHRISTI STD. CURB INLET FOR DETAIL 6"x6" CONC. THROAT SUPPORT FINISH PAVING GRADE #406"0.C. l\ E F=EljamPt\ #4 COM. PERMISSIBLE CONST. JT. SECT/ONAA NOT TO SCALE 4 0 6" 0.C. 61 16" 18" UNPAVEDAREAS PAVED AREAS TOPSOIL TO BE PROVIDED EOUAL OR BETTER THAN EXIST. (4" MIN. DEPTH) i5 BARS #4 BARS 0 4" 0.C.E.W. (TOP 51A8) X15 0 9" 0.C. (TYP.) 8- N T 4'-8" MANHOLE RING AND COVER PLAN 10" 3'-0" REPLACE EXISTING RING AND COVER AS PER CITY OF CORPUS CHRISTI STANDARDS VIII -1 11- -- REMOVE AND RECONSTRUCT EXIST. CURB INLET TOP AND THROAT (SIZE OF • INLET VARIES) CITY STD. ROADWAY STORM WATER MANHOLE RING 10" AND COVER SELECT EXCAVATED MATERIAL— BACKFILL COMPACTED TO 955 STD. PROCTOR DENSITY (ASTM 0698) ASPHALT OR CONCRETE PAVEMENT AS PER PLANS SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 955 STD. PROCTOR DENSITY (ASTM 0698) SEE TABLE 2 - ITEM A ROUGHEN. CLEAN AND APPLY BONDING AGENT DRILL AND SET IN EPDXY GROUT #5 DOWEL x 2'-6" LONG 0 9" O.C. (MIN. 4" INTO TOP OF BOX) FINISHED PAVEMENT PERMISSIBLE CONSTRUCTION JOINT #4 0 12" 0.C. HORIZ. BARS ®5 0 9" 0.C. VERT. BARS v 2 PROP. PRECAST R.C. BOX CULVERT SECTION MANHOLERISERDETA/L NOT TO SCALE UNPAVEDAREAS PAVED AREAS TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXIST. (4" MIN. DEPTH) BACKFILL SHALL BE CEMENT STABILIZED 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 955 STD. PROCTOR DENSITY (ASTM 0698) SEE TABLE 2 - ITEM A r 70 BACK OF CURB SLOPE 2% 2-14 CONT. (4 REQ'D) - PROP. PAVEMENT GRADE /4 CONT. 0 9" 0.C. /4 DOWELS 0 12" 0.C. DRILL 6" INTO EXIST. CONC. AND EMBED IN EPDXY. EXISTING CONC. SHALL BE ROUGHENED AND EPDXY BONDING AGENT SHALL BE APPLIED PRIOR TO POURING OF NEW CONC. (TYP.) EXISTING CONCRETE CURB INLET ASPHALT OR CONCRETE PAVEMENT AS PER PLANS SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) SEE TABLE 2 - ITEM A SAND ENCASEMENT (INITIAL BACKFILL) COMPACTED TO 95% STANDARD PROCTOR DENSITY (ASTM D698) TRENCHBAC/(F/LL FOR STORM WATER PIPES NOTE: (CONCRETE PAVEMENT ONLY) CONTRACTOR HAS OPTION TO USE CEMENT STABILIZED SAND OR BACKFILL WITH SELECT BACKFILL MATERIAL. NOT TO SCALE BACKFILL SHALL BE CEMENT STABILIZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SEE TABLE 2- ITEM B COMPACTED TO 955 STD. PROCTOR DENSITY (ASTM 0698) SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) SEE TABLE 2 - ITEM A SAND ENCASEMENT (INITIAL BACKFILL) COMPACTED TO 95% STANDARD PROCTOR DENSITY (ASTM 0698) CEMENT -STABILIZED SAND BEDDING (2 SACKS CEMENT/C.Y. OF SAND) COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) TRENCHBAC/(F/LL FOR STORM' WATER BOX CULVERTS NOT TO SCALE -RE-GROUT (SEE NOTE) NOTE. EXIST. INVERT SURFACE TO BE CLEANED & COATED W/ EPDXY 3'-0" 6" BONDING AGENT AND RESHAPED W/ NEW GROUT TO MATCH EXISTING FLOWLINES. REMOVE ARO REPLACE TOP OFEX/ST/NG CURB INLET DETAIL NOT TO SCALE 12" MIN TEMPORARY CONCRETE FORM PLUG W/ BRICK AND MORTAR XISTING R.C. PIPE TO REMAIN (SIZE VARIES SEE PLANS) EX/ST/NOR.C. PIP PLUG NOT TO SCALE 12" 6" EXPANDABLE WATERSTOP OR WATER -SWELLING SEALANT 70 d i CAST -IN-PLACE 3000 PSI CONCRETE PROP. R.C. PIPE (SIZE VARIES SEE PLANS) #14 BARS (TYP.;< ALL AROUND) DRILL & EPDXY GROUT /5 x 10' LG. 0 10" 0.C. (EMBED 4" INTO CONCRETE BOX WALL) BREAK OUT OPENING AS REQUIRED TO CONNECT PROP. R.C. PIPE X EXISTING R.C. BOX CULVERT FL VARIES (SEE PLANS) . VARIES / (SEE PLANS) PROP. PIPE TO EX/ST/NG R.C. BOX CONNECTION RETAIL NOT TO SCALE EXPANDABLE WATERSTOP OR WATER -SWELLING SEALANT #3 BARS EXIST. R.C.P. OR PVC PIPE CAST -IN-PLACE 3000 PSI CONCRETE NOTE: PIPE COLLAR SHALL BE USED WHERE A TIGHT JOINT CANNOT BE PLACED, SUCH AS A BREAK IN ALIGNMENT, DAMAGED PIPE ENDS OR TIE-IN TO EXISTING PIPE OR STRUCTURES. CONCRETE COLLAR RETAIL GENERAL NOTES Fair BAC/(F/LL NOT TO SCALE TABLE 1 FINAL TABLE 2 BEDDING AND INITIAL BACKFILL BACKFIN (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 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 LINES: 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 P1 8-20 SP GP THAN 2" IN DIAMETER; NO CLUMPS > 2" DI. SW GW LOOSE LIFTS TO BE PLACED MOISTURE 0 TO +3X SP -SM GP -GM 10" MAX. COMPACT 95X D698 STD PROCTOR SW -SM GW -GM COMPACT MATERIAL TO 95X LOOSE LIFTS OF 10" MAX OR IF SELECT AND IN ADDITION: STD. PROCTOR (0698). MATERIAL FROM EXCAVATION DOES NOT PASSING 1/2" SIEVE - 100X MEET REQUIREMENTS THEN USE CEMENT PASSING /4 SIEVE - 30X MINIMUM MOISTURE TO BE ADJUSTED STABILIZED SAND SEE TABLE 2 -ITEM 8 PLASTICITY INDEX (PI) - NP TO 10 MAX. TO 4 3X 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 THIN EXISTING; AND MATCH A. CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2, 3, EXISTING TOPSOIL DEPTH. BACKFILL SHALL BE CEMENT STABILIZED OR 4. (4" MIM.) COMPACT TO FIX SAND AND SHALL MEET THE FOLLOWING CONFLICT TO EXISTING REQUIREMENTS: FOR�L U�ELIT/ES: ADJACENT TOPSOIL. (CONSTRUCTION TO BE SAND GRADATION. 1. FOR PIPE DIAMETER EQUAL TO OR SMALLER THAN /6" USE 4" PERFORMED BY "DOUBLE X PASSING MINIMUM BEDDING UNDER PIPE. DITCH" METHOD TOP SOIL SALVAGED TO BE PLACED ON 1/2" 100X 2. FOR PIPE DIAMETER GREATER THAN 16", USE 6" MINIMUM BEDDING TOP) /4 55-100 UNDER PIPE. /10 40-100 /40 25-100 /200 10-20 PI NP -10 2 SACKS CEMENT/C.Y. OF SAND. COMPACT TO 95X OF 0698. MOISTURE TO BE ADJUSTED TO (+/-2X) OF OPTIMUM. DESCRIPTION 3d 0 d z 0 CONSULTANT'S SHEET No. FNI PROJECT: COR13111__55 DESCRIPTION 4-- >- 0 m REVISION NO. W 0 z UJ U 0 N O 0 z 0 CO 0 CC 0 LL CO LOUISIANA TO M 0 O M (n W 0 o UI ct U 0 Z D Q O (/) W U < 0 (1) SHEET 80 of 19 0 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 20, 2015 - 2 SIpr1 User: eg File: NNE \ Drawings \City Std's\CDCC STD STORM.dwg EXTRA BARS EQUIV TO BARS CUT AT RECTANGULAR OR CIRCULAR OPENING ADDITIONAL DIAGONAL BARS, SIZE TO MATCH THE SMALLER SIZE OF MAIN REINFORCING, EACH FACE RECTANGULAR OR SQUARE OPENING NOTES: CIRCULAR OPENING 1. DISCONTINUE TYPICAL REINFORCING AT OPENING. 2. PLACE ADDITIONAL BARS IN SAME ORIENTATION AND POSITION AS BARS CUT BY OPENING. PROVIDE ONE SET OF BARS FOR EACH LAYER OF REINFORCING CUT. 3. "A" = TOP BAR EMBEDMENT LENGTH (24" MINIMUM). PROVIDE STANDARD HOOK IF FULL EMBEDMENT LENGTH IS NOT POSSIBLE. 4. REINFORCING STEEL IS TO BE CARRIED ACROSS ALL CONSTRUCTION JOINTS. 5. ADDITIONAL REINFORCING MAY BE OMITTED ONLY WHERE OPENING IS FRAMED BY BEAMS OR WALLS. 6. ADDITIONAL REINFORCING NOT REQUIRED WHEN SPECIFIED REINFORCING IS NOT CUT. 7. ALL REINFORCING SPACING SHALL BE GREATER THAN 3" CENTER TO CENTER. TYPICAL WALL OR SLAB OPENING ADDITIONAL REINFORCEMENT N.T.S. 6" 10" PVC WATERSTOP n 1" .(TYP) 12" 10" 5'-0" S0. 10" 12" OPENING i • 0 • 0n S PROP. 6'x6' R.C.B. I a co 0 -i 0 TYPE "A" JUNC ION BOX PLAN 1/2"=1'-0" KEYWAY DETAIL N.T.S. ADDITIONAL #5 BARS 0 OPENING (TYP.) #4 BARS C. 4" 0.C.E.W. (TOP SLAB) 2 -PROP. 36" R.C.P. (TOP & BOTTOM) — #5 BARS O 10" 0.C.E.W. TOP AND BOTTOM FOUNDATION SLAB (BEYOND) POLYETHYLENE ADJUSTMENT RINGS (TYP) 2 N o #5 BARS ®6" • VERTICAL SPACING PERMISSIBLE 12" CITY STANDARD ROADWAY STORM WATER MANHOLE RING & COVER 3600 PSI CONCRETE FINISH GRADE • • CONSTRUCTION y JOINT •10'° s'-0" • KEYWAY 1 #8 BARS 0 7" 0.C. HORIZ. (TYP.) #6 BARS ® 8" 0.C. VERT. (TYP.) mp r S0. OPENING • 0.C. E.W.6�TOP 10"h BOTTOM lll—//1_111 ^l, I_ 06 BARS 0 8" 0.C. (HORIZ.) (TYP) 3'-2" 1 #6 BARS 0 6" 0.C. 0 NERT.) (TYP) ®6 BARS n 1,- 10" 0.C.E.W. TOP AND BOTTOM • rc U (0 Z 6 CLR. PROP. 6'x6' R.C.B. FL= 17.43 • 6 CLR. 1'-- :- MIN L J • • EL. 26.00 PROP. 36" R.C.P. TL= 9.33 GROUT BOTTOM OF MANHOLE TO MATCH FLOWLINE OF R.C. BOX #8 BARS 0 7" O.C. (HORIZ.) (TYP) #6 BARS 0 8" 0.C. (VERT.) (TYP) #6 BARS 8" O.C. (TYP) tOI N MQIE: FOR R.C. PIPE AND R.C. BOX SIZES. DIRECTION, AND FLOWLINES, REFER TO STREET AND STORM WATER PLAN AND PROFILES. iiiiiiiiriiiiiiii iiiiiiiiiiii.ii ii i 7 12" 10" 8'-2" 10" 12" 6" F 11'-10" / / / 6" #6 BARS 0 10" 0.C.E.W. 24" 6" CEMENT -STABILIZED SAND BEDDING COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION I1 0 REVISION NO. DESCRIPTION c 2 0 U o 0 am, 9, (.,(') III/ Q L UE- ° 1- o E >- ° I� CL U o 4.1 0 REVISION NO. ci 0 0 c t a0o `o= o c o a m o n rw3 e2'o 0 o m , 3 O 21' 03'04- 8 N z O W CO 0 0 0 zb- LLI CO U 0 0 z N 5 0 J STORM WATER MISCELLANEOUS DETAILS SHEET 81 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Dote: Aug 21, 2015 - 2.09pm User: bj File: N:\if\Drawings\CV-OCN-DT-MISC.STORM.dwg ALL SIDEWALK WHICH ABUTS CURB SHALL BE TIED AND THICKENED AS SHOWN. N0. 4 REBAR AT 12" O.C. 1/2" MORTAR FINISH TRANSVERSE MARKING Y2" HMAC OVER LIP -- 1 NOTE: FOR MACHINE LAYED C & G CONTRACTOR H4S OPTION TO DRILL & EPDXY SET /4 R£BARS O 12' O.C. (3" MW. EMBEDMENT) TYP, 6" CURB & GUTTER DETAIL NOT TO SCALE CONC. MEDIAN/SIDEWALK WHICH ABUTS TYPE B CURB SHALL BE TIED AND THICKENED AS SHOWN (REFER TO 6" C&G DETAIL THIS SHEET) 9" 6" o #4 LONGITUDINAL REINFORCING BAR (FULL LENGTH OF CURB) ASPHALT PAVEMENT 14 x 8" DOWEL BARS 0 4' SPACING TYPE "8" HEADER CURB DETAIL TYPICAL EXPANSION JOINT AT TIE-INS NEW CONCRETE CURB & GUTTER NOT TO SCALE TYP. CURB REINF. COMPACTED BACKFILL MATERIAL JOINT SEALANT SAW CUT EXISTING 3/4" REDWOOD EXPANSION BOARD, TYP. EXIST. CURB FLOWLINE & GUTTER BEYOND DRILL & SET IN EPDXY GROUT (2) 14 DOWELS x 15" LG. (MIN. 6" INTO EXIST. CONC.) PLASTIC SLEEVES W/ ENDS CAPPED. RUSHED LIMESTONE OVER GEOGRID. 3:1 3-14 BARS CONT. EQUAL SPACING. ELIMINATE 1,14 BAR IF CURB IS < 8" CURB AND GUTTER TIE-IN DETAIL NOT TO SCALE SIDEWALK SLOPE : 25 MAX 15 MIN GRASS SLOPE : 1/4" PER FT. MW. 2" PER FT. MAX. 14 L -BARS O 12" O.C. VARIES L 12" 1/2" MORTAR TOPPING CONTROL JOINT TRANSVERSE MARKING TYP, 4" CURB & GUTTER DETAIL NOT TO SCALE PAVING CAP SEAL GREENSTREAK /605 OR APPROVED EQUAL INSTALL OVER EXPANSION BOARD PRIOR TO CONC. PLACEMENT h 3/4" REDWOOD EXPANSION BOARD. SECURE CAP SEAL TO BOARD BY STAPLING OR NAILING THROUGH BOTTOM FLANGE. CAP SEAL DETAIL NEW CONC. TO NEW CONC. NOT TO SCALE PAY AS RETAINING CURB PAY AS SIDEWALK 6" 6" 9 N TOOLED EDGE (TYP.) PROP. 6" CONC. CURB RETAINING CURB SHALL END WITH A 10:1 TRANSITION BACKDOWN TO > THE PROP. SIDEWALK ELEVATION 7 PROP. CONC. SIDEWALK W/ REINFORCING .. g 2X MAX O A 12" 5' SDIEWALK CONC. MEDIAN/SIDEWALK WHICH ABUTS TYPE 0 CURB SHALL BE TIED AND yil- THICKENED AS SHOWN (REFER TO 6" C&G DETAIL THIS SHEET) 3" 3" R 4 1/2' R NOTES; DIMENSION T SHALL BE EQUAL TO THICKNESS OF PAVEMENT STRUCTURE. IN NO CASE SHALL IT BE LESS THAN 6". > N 1/2" MORTAR TOPPING TRANSVERSE MARKING FINISH HOT MIX FLUSH W/ LIP OF GUTTER . Na. 4 coNT. TYP. 6" REVERSE CURB & GUTTER DETAIL 1 3/16" NOT TO SCALE PAVING CAP SEAL GREENSTREAK /628 OR APPROVED EOUAL INSTALL OVER EXPANSION BOARD PRIOR TO CONC. PLACEMENT PLACE THIS SIDE OF CAP SEAL ON SIDE OF EXISTING CONCRETE 3/4" REDWOOD EXPANSION BOARD. SECURE CAP SEAL TO BOARD BY STAPLING OR NAILING THROUGH BOTTOM FLANGE. CAP SEAL DETAIL NEW CONC. TO EXIST, CONC. NOT TO SCALE CONCRETE SIDEWALK 1 6" N0. 4 DOWELS X 12" LONG ONE END SLEEVED WITH ENDS CAPPED 3/4" THICK EXPANSION JOINT 39' O.C., MAX.• 4' THICK MINIMUM �i 4x4 - W2.9 x 2.9 WELDED WIRE FABRIC SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK NATURAL GROUND MAX 3:1 SIDEWALK SLOPE: 25 MAX 15 MIN MAX. 3:1 f/Aq//,/1,17/wii VARIES USUAL • ENGINEER MAY AUTHORIZE LESSER SLOPE ON AN INDIVIDUAL LOCATION BASIS. %01- // MW. SLOPE 2X SURFACE & SIDEWALK SLOPE BEHIND CURB NOT TO SCALE NOT TO SCALE PROVIDE PLASTIC SLEEVE WITH ENDS CAPPED NEW CONCRETE SIDEWALK SIDEWALK REINFORCEMENT NOT TO SCALE 3/4" EXPANSION JOINT MATERIAL REFER TO CITY OF CORPUS CHRISTI STANDARDS. (THIS SHEET) DRILL AND SET IN EPDXY GROUT 14 DOWELS x 15" LONG 0 18" 0.C. (MIN. 6" INTO EXIST. CONC.) EXIST. CONC. SIDEWALK 12" 6" NEW TO EXISTING SIDEWALK TIE-IN DETAIL NOT TO SCALE is 1-8" 3/4' EXP. JOINT VARIABLE 6' 3/4' CHAMFER (BOTH SIDES) REBARNO. COM. ASPHALT 6" TYP. NO. 4 CONT. REBAR TYPE 'A' HEADER CURB DETAIL NOT TO SCALE PAY (LENGTH OF VALLEY GUTTER) A 4 -NO. 4 CONT. REBAR A NO. 4 REBAR CONTINUOUS (TYPICAL). NO. 4 REBAR AT 12" O.C. 1 NOTE: EXTEND PRINCIPAL REINF 12" THRU EXP. JOINT AND SLEEVED W/ ENDS CAPPED. 1 2" MORTAR (OPTIONAL) CONC. CURB PLAN SECTION A -A 5' VALLEY GUTTER DETAIL NOT TO SCALE I• B ( • SIDEWALK DRAIN • CHECKERED PLATE.'. WIDTH VARIES PLAN SIDEWALK DRAIN NOT TO SCALE 3/8" THK. x 1'-7 1/2" WIDE CHECKERED PLATE (H.D.G.) BOLTED TO CONCRETE W/ 3/8"0 STAINLESS STEEL COUNTERSUNK KWIK BOLT 0 9" 0.C. SECTION B -B NOT TO SCALE VALLEY GUTTER NOTE; USE OF VALLEY GUTTERS ON CITY STREETS ARE NOT ALLOWED PER CITY STANDARDS. THIS DETAIL IS INCLUDED ONLY FOR ISOLATED OR TEMPORARY USE IN LOCATIONS WHERE NO OTHER DRAINAGE OPTIONS EXIST, AND SHALL ONLY BE USED WITH PRIOR APPROVAL FROM THE CITY. CURB & GUTTER AND HEADER CURB NOTES: 1. ALL CONCRETE CLASS "A" 3,000 P.S.I. ALL STEEL GRADE 60 fy = 60,000 P.S.I., MIN. 2. TRANSVERSE GROOVES 1/8" WIDE BY 1/2" DEEP SHALL BE MADE IN ALL CURB & GUTTER AND HEADER CURB AT 10' 0.C. (MAXIMUM). 3. 3/4" THICK EXPANSION JOINTS SHALL BE PROVIDED AT 39'-0" CENTERS' (MAXIMUM). REINFORCEMENT SHALL CONSIST OF THE NO. 4 DOWELS X 15" LONG SPACED AS INDICATED . THE NO. 4 DOWEL SHALL BE EXTENDED ACROSS THE JOINT 9 INCHES AND THIS END SHALL BE SLEEVED WITH ENDS CAPPED. 4. WHERE NEW CURB & GUTTER OR HEADER CURB JOINS EXISTING CURB & GUTTER, TRANSITION THE LAST 10' OF THE NEW TO MATCH THE OLD IN SHAPE. 5. BASE AND SUB -BASE THICKNESS UNDER CONCRETE CURBS TO BE AS SPECIFIED IN PROJECT SPECIFICATIONS. AS PER LOADING DESIGN CONDITIONS. 6. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LETTER, FROM THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). POLICY AND STANDARDS DIVISION, ARCHITECTURAL BARRIERS SECTION, THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CML STATUTES. SIDEWALK NOTES; 1. ALL EXPANSION JOINTS TO BE 3/4" REDWOOD EXPANSION BOARD. UNLESS OTHERWISE NOTED. 2. ALL CONCRETE CLASS A', 3,000 psi. ALL STEEL, GRADE 60, fy = 60.000 psi. 3. CONCRETE TO RECEIVE BROOM FINISH. 4. TRANSVERSE CONTRACTION JOINTS 1/8": WIDE BY 1/2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-0" INTERVALS (TYPICAL) OR THE INTERVALS SHALL BE SPACED TO MATCH THE WIDTH OF THE SIDEWALK. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 m z a DESCRIPTION C) (— U E 0, 0 0 O 0 XU 0 N E i 0 0, 0 0 w z w 0 0 N 0 N 0 z 0 CO 0 0 LL. LOUISIANA TO J Lu 0 N U0 UI Z aQ O w o1— UCS D 0 J F- 0 0 cr z (1) SHEET 82 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 08, 2015 - 3:54pr1 User: bj File: N:\if\Drawings\NEW COCC STD \CDCC STD C&G-WALK.dwg TYPICAL EXPANSION JOINT AT TIE-INS NEW CONCRETE CURB & GUTTER EXISTING JOINT SEALANT SAW CUT EXISTING JOINT FILLER NON -EXTRUDING ASPHALT IMPREGNATED FIBER TYP. _ OWUNE BEYOND EXIST. CURB & GUTTER DRILL & SET IN EPDXY GROUT (2) #4 DOWELS x 15" LG. (MIN. 6" INTO EXIST. CONC.) PLASTIC SLEEVES W/ ENDS CAPPED. CRUSHED LIMESTONE OVER GEOGRID. CURB AND GUTTER TIE—IN DETAIL SCALE: N.T.S. No. DOWELS x 12" LONG i i w o -/=,.. <- ONE END SLEEVED OR GREASE' ♦ o Vw i a to iiil 1M•1l ■wn1 .••1� u•l ♦ v a unREFER �� 3/4" THICK EXPANSION JOINT 39'-0" 0.C. MAX.w TO SHT. 82 FOR SIDEWALK NOTES ♦ o a N I I < #4 0 12" O.C.E.W. ♦ o Y J 6 MID -DEPTH (8' OR 9' HEAVY DUTY SIDEWALK) a N / 4" THK. (MIN.) (8' STD. SIDEWALK) 12" z SAW CUT & REMOVE [EXIST. PAVEMENT EXTEND NEW PAVEMENT TO SAW CUT LINE 0 V EXIST. PAVEMENT W 4x4-W2.9xW2.9 WELDED WIRE FABRIC (8' STD. SIDEWALK) PROP. 2" H.M.A.C.P. (TYPE '0') PROP. 3 1/2" H.M.A.C.P. (TYPE 'B') TACK COAT COMPACTED BACKFILL MATERIAL 5" THK. (MIN.) (8 OR 9' HEAVY DUTY SIDEWALK) "--EXISTING ROAD SECTION A. 12" WIDTH VARIES 12" SAW CUT & REMOVE —\ EXIST. PAVEMENT EXTEND NEW PAVEMENT S TO SAW CUT UNE EXIST. PAVEMENT MATCH THICKNESS 9" CRUSHED LIMESTONE GEOGRID REINFORCING (TENSAR TX -5) EXISTING TO PROPOSED PAVEMENT TIE—IN DETAIL SCALE: N.T.S. PROP. 9' WIDE z 0 (TYPE D IN 2 -LIFTS EXISTING ROAD SECTION 7 GEOGRID (TENSAR TX -5) //////////// 6" SUBGRADE COMPACTED TO 95% STD. PROCTOR DENSITY 4" 7ii� b,_ ITgh #4 BARS (CONT.) 8' OR 9' WIDE CONCRETE SIDEWALK PLAN SCALE: N.T.S. 10' 10' 0 OCEAN DRIVE 'I EXIST. AEP MANHOLE PROP. 6" C & G PROP. 8' SIDEWALK 5'R (TYP.) 6' RECESSED CURB & GUTTER AROUND AEP MANHOLE DETAIL SCALE: N.T.S. 1 1/4" 2 1/2" DIA. STEEL SCH 40 GALV. PIPE (4) 9/16" DIA. HOLES TYP 3 1/2" 3 1/2" 13/16" DIA. MAX. DRAIN HOLE 1/4 1/2" 1Z x 7" x 7" TYPICAL POST BASE PLATE DETAIL SCALE: N.T.S. CONC. SIDEWALK PROP. 2 1/2" DIA. STL. PIPE PEDESTRIAN GUARD RAIL in p4 0 12" O.C.E.W. 0 MID -DEPTH 1% MIN 2% MAX EXISTING ROAD SECTION EXIST. BRICK WALL TO REMAIN EXPANSION JOINT REFER TO DET. 5/87 a PROP. 7' WIDE CONC. SIDEWALK W/ 4x4-W2.9xW2.9 W.W.F. 2% MAX PROP. 6" C & G 9" CRUSHED UMESTONE COMPACTED TO 98% MOD. PROCTOR DENSITY (ASTM 0-1557) (TxDOT TYPE A, GRADE 1) ASPHALT PAVEMENT REPAIR (TYPE 1) SCALE: N.T.S. PROP. 6" C & G SUBGRADE COMPACTED TO 95% STD. PROCTOR DENSITY 9' WIDE HEAVY DUTY SIDEWALK W/PEDESTRIAN GUARD RAIL SCALE: N.T.S. 5' 5' PROP. ROADWAY SECTION 1 SLEEVE MEMBER - 25 DIA MT PIPE (2.375" O.D., 0.154" WALL THICKNESS) 5' PROP. 2 1/2" DIA. STEEL /— SCHEDULE 40 GALV. PIPE (TYP.) 4" SUBGRADE COMPACTED TO 95% STD. PROCTOR DENSITY iiiii//////////// /iii PROP. ROADWAY SECTION REFER TO DETAIL 1/9 BRICK WALL TIE—IN DETAIL SCALE: N.T.S. 4" 3/4" F SPLICE L 3"R 1/4 TYP MITERED JOINTS TYP.-GRIND SMOOTH I l' 7" x 7" x 1/2" PLATE W (4) POWERS 316 STAINLESS STEEL WEDGE -BOLT 1/2" DIA. x 6" LONG (TYP.) (REFER TO DET. 9/83) GUARD RAIL DETAILS SCALE: 3/8" 1'-0" rE SPLICE 2 1/2" DIA. STANDARD PIPE (2.875" 0.D. , 0.203" WALL THICKNESS) 1/4" DIA PIN. DRIVE FIT PIN IN PRE -DRILLED HOLE IN BOTTOM OF SLEEVE MEMBER. AT SPLICE JOINTS PEDESTRIAN GUARD RAIL FABRICATION DETAILS SCALE: N.T.S. TOP OF PROP. SIDEWALK NOTES; 1. ALL STRUCTURAL STEEL MEMBERS SHALL CONFORM TO ASTM A36 UNLESS OTHERWISE NOTED. PIPE WILL CONFORM TO ASTM -A53 GRADE B OR A500 GRADE B. 2. ALL WELDS ARE 3/16" SEAL WELDS UNLESS NOTED OTHERWISE. 3. ALL NON -STAINLESS STEEL MEMBERS SHALL BE HOT DIP GALVANIZED. ALL HORIZONTAL ROUND BARS SHALL BE WELDED TO VERTICAL BARS AT EVERY INTERSECTION ON BOTH SIDES. USE E70XX ELECTRODE. 4. ANCHORS SI-IALL BE POWERS 316 STAINLESS STEEL WEDGE -BOLT, 1/2" DIA x 6" LONG. 5. GUARD RAIL WILL BE FREE OF ANY SHARP OR ABRASIVE ELEMENTS. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m z 0 m..N0. Ld DESCRIPTION 0 z 0 a 0 0 c c r • c 0 C 1 00 acv 0 0 0 ae o c � ;521 N 0 N 0 z 0 CO CC 0 0 Z LL W m U 0 LOUISIANA TO MISCELLANEOUS DETAILS SHEET 83 of 1 9 0 RECORD DRAWING Na STR-883 CITY PROJECT / E12093 Date: Sep 17, 2015 - 1.32pm User: bj File: N:\if\Drawings\City Std's\CV-FNICC-DT-MISC(01).dwg CONCRETE SIDEWALK (TIED) G.B. TOOLED JT. FACE OF CURB 8 m cc 5 W CONCRETE PAVEMENT t ASPHALT PAVEMENT WITH 6"CURB WITH 6"C&G DRIVEWAY WIDTH, (W) PER PLAN / DWY. SCHEDULE (W/2) (w/2) CENTER EXPANSION JOINT MAY BE OMITTED IF DRIVEWAY WIDTH, W, IS LESS THAN 16' #4 BARS 0 12" O.C.E.W. • SLOPE 20:1 CONSTRUCTION JOINT (SEE DWY. GUTTER DETAIL) STD. 6" CURB IJP!!IIIIIIIIIHII �► 1 1 1 1 1 1 1 LJ I r I I I I I I 1' 6" CONC. CURB WHERE SHOWN 8s ON PLANS ex K vi w w EXPANSION JOINT (TYP.) a: SEE STD. SIDEWALK DETAIL A4 EDGE a w PROPERTY LINE BAR SLOPE 20:1 •0 SEE NOTE 8 Z CONCRETE SIDEWALK (TIED) BACK OF CURB G B. TOOLED JT. N w3 'o N PERMISSIBLE CONSTRUCTION JOINT 10'-0" 4'-0" CONSTRUCTION UP OF GUTTER JOINT (W/2) (W/2) 10.-0" EXPANSION JOINT (TYP) SEE DWY. GUTTER DETAIL FADE-OUT CURB FLARE DRIVEWAY GUTTER (PAY AS STD. CURB & GUTTER) FLARE FADE-OUT CURB STD. CURB & GUTTER S L ce oZ G.B. TOOLED JT. 6" CURB_\ D 'O re 0 IN OR CONCRETE PVM'T & CURB PLAN DRIVEWAY WITH TIED SIDEWALK NOT TO SCALE CONCRETE PAVEMENT 1 ASPHALTPAVEMENT WITH 6"CURB 1 W/TH6"CBG DRIVEWAY WIDTH, (W) PER PLAN / DWY. SCHEDULE (W/2) (w/2) CENTER EXPANSION JOINT MAY BE OMITTED IF DRIVEWAY WIDTH, W, IS LESS THAN 16' #4 BARS 0 12" O.C.E.W. 6" CONC. CURB (WHERE SHOWN ON DRAWINGS) S4 EDGE BAR SLOPE I. GL1 JJ� 1 IIII I�-Ilii SEE NOTE 8=ii - EXPANSION JOINT (TYP.) HI I 8 va w 2 SLOPE 0 7 0 c AS REOD. FOR _/-PROPERTY LINE CONCRETE SIDEWALK G.B. TOOLED JT. BACK OF CURB m 5 SUMMARY OF CONCRETE DRIVEWAYS STATION WIDTH 'W' (T) DIMENSION 'C' (F) DIMENSION 'S' (FT) DIMENSION 'B' (FT) DIMENSION 'A' (FT.) DRIVEWAY (CONCRETE) (SY) DRIVEWAY (CONCRETE) (PRIVATE) (SY) 7+77 LT 16.4 0 8 3.5 4.8 © CL 33.6 8.3 8+76 LT 16.7 0 8 3.5 0 29.3 - 9+43 LT 21.0 0 8 3.5 0 34.6 - 11+53 LT 12.5 0 8 3.5 9.5 ® CL 25.9 13.3 12+17 LT 15.5 0 8 3.5 2.3 ® CL 28.3 3.9 18+06 LT 13.5 0 8 3.5 1.5 26.1 2.2 18+75 LT 11.0 0 8 3.5 2.5 23.0 3.1 19+47 LT 12.0 0 8 3.5 2.3 24.4 3.1 19+94 LT 10.1 0 8 4.9 VARIES 0-2.7 23.4 1.0 23+45 LT 20.0 0 8 16.5 0 58.3 0 23+89 LT 15.1 0 8 16.5 0 48.7 - 31+03 RT 61.6 0 8 3.5 1.5 87.7 10.3 34+35 LT 24.4 0 8 15.5 0 72.7 - 35+78 LT 16.4 0 8 15.5 0 51.8 - 36+19 LT 24.4 0 8 15.5 0 72.7 13.6 40+58 LT 19.6 0 8 15.5 3.5 60.1 7.7 41+13 LT 13.1 0 8 VARIES 14-15.3 0 56.5 - 41+42 LT 12.0 0 8 VARIES 5.3-9.3 0 43.5 - 42+10 LT 18.7 0 8 15.5 0 37.9 - 47+81 RT 45.6 0 8 5 0 66.3 20.3 Totals 904.8 86.8 DRIVEWAY NOTES; 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. w 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. 01 5. EXPANSION JOINTS SHALL BE OF 3/4" REDWOOD EXPANSION BOARD AND DOWELS SHALL 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, 15 16 FEET OR WIDER. THE EXPANSION JOINT SHAU. EXTEND FROM THE BACK OF WALKWAY TO THE UP OF CURB. 21 7. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LETTER FROM THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR), POLICY AND STANDARDS DMSION, ARCHITECTURAL BARRIERS SECTION, THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED. COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CIVIL 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. COSTRUCTION JOINT (SEE DWY. GUTTER DETAIL) FLARE STD. 6" CURB DRIVEWAY GUTTER (PAY AS STD. CURB & GUTTER) FLARE EXPANSION JOINT (TYP.) SEE DWY. GUTTER DETAIL STD. CURB & GUTTER OR CONCRETE PVM'T & CURB PLAN DRIVEWAY WITH DETACHED SIDEWALK NOT TO SCALE SPECIAL NOTE: THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED BY THE ENGINEER, BASED ON EXIST. CONDITIONS. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 m 0 REVISION NO. DESCRIPTION 1n E 0 0 a O U 0 a� E L. O 4 O m REVISION NO. ut re>o N 0 N 0 z 0 W m co0 0 Z LL. W m 0 0 1-- z (1') 0 J O SHEET 84 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 25, 2015 - 1:41pm User: bj File: N:\if\Drawings\NEW CDCC STD\COCC STD DRIVEWAYS.dwg CONSTRUCTION JOINT (NEW CONCRETE PAVEMENT) PAY AS CONC. CURB & GUTTER PAY AS 1'-1 11/16" TO FLOWUNE CONSTRUCTION JOINT (NEW CONCRETE PAVEMENT) OR CONCRETE PVM'T SEE DWY. GUTTER DETAIL CONC. DWY. (S) 8'-0" VS ' (USUAL) ›-0 (USUAL) 3'-0" MIN. WALKWAY ARE SLOPE RANGE 2X MAX. 1% MIN. PROPERTY UNE VARIABLE • TO R OR AS REQUIRED FOR GRADE ADJUSTMENT MAX SLOPE 0.10' PER FOOT REMOVE TOOL JOINT SAW EXISTING & 3/4" EXPANSION JOINT j- ASPHALT EXISTING CONC. OR TO REMAIN /4 x 12" DOWELS 0 12" O.C. (TYP.) PERMISSIBLE CONSTRUCTION JOINT PAY AS CONC. CURB & GUTTER PAY AS OR CONCRETE PVM'T 2'-0" SEE DWY. GUTTER DETAIL CONC. DWY. ) 5,-0"(C(USUAL) THICKEN END 6" (TYP.) 3/4" EXPANSION JOINT /4 x 12" DOWELS - 0 12" 0.C. (TYP.) #4 BARS 0 12" 0.C.E W. (TYP. THROUGHOUT) SECTION DR/L/EWAYMTNT/ED SIDEWALK NOT TO SCALE (PER PLAN QR TYPICAL SECTION) MAX. SLOPE 0.10' PER FT. 2'-0" (USUAL) MAX. -SLOPE 0.10' PER FT. (S) (USUAL) DRILL & EPDXY GROUT #4 DOWELS x 18" LONG (MIN. 6" INTO EXIST. CONC.) 3'-0" MIN. VARIABLE • WALKWAY ARE SLOPE RANGE 2% MAX. 1% MIN. PROPERTY UNE TO R OR AS REQUIRED FOR GRADE ADJUSTMENT MAX SLOPE 0.10' PER FOOT /4 x 12" DOWELS 0 12" 0.C. (TYP.) REMOVE * DRIVEWAY IMPROVEMENTS MAY NEED TO EXTEND INTO PRIVATE PROPERTY TO ACHIEVE 10% MAXIMUM SLOPE. TOOL JOINT SAW EXISTING & 3/4" EXPANSION JOINT EXISTING CONC. OR j- ASPHALT TO REMAIN FADE OUT CURB ON DWY. RAMP /4 x 12" DOWELS 0 12" 0.C. (TYP.) THICKEN END 6" (TYP.) 3/4" EXPANSION JOINT /4 BARS 012" 0.C.E.W. (TYP. THROUGHOUT) 3/4" EXPANSION JOINT /4 x 12" DOWELS 0 12" 0.C. (TYP.) SECTION OR/VEWAYWI 7//DETACHED SIDEWALK NOT TO SCALE 3/4" EXPANSION JOINT CONSTRUCTION JOINT (CONCRETE PAVEMENT) PLASTIC SLEEVES WITH ENDS CAPPED FOR EXPANSION JOINT /4 DOWEL (TYP.) PLAN DR/YEWAYGU7TER NOT TO SCALE DRILL & EPDXY GROUT /4 DOWELS x 18" LONG (MIN. 6" INTO EXIST. CONC.) 2' 13 11/16" 10 5/1 10 6" TOP OF 6" CONC. HEADER CURB /5 CONT. (3/4" CHAMFER BOTH S DES) 10 /4 BARS 0 12" 0.C.E.W. ONLY DRIVEWAY WITH TIED SIDEWALK PERMISSIBLE CONSTRUCTION JOINT W/ /4 x 12" DOWELS 0 12" 0.C. (TYP.) /4 BAR CONT. (TYP.) /4 DOWEL (TYP) 6 SECTION OR/VEIYAYOUTTEN NOT TO SCALE NOTE" T = THICKNESS OF CONCRETE PAVEMENT OR CONCRETE CURB & GUTTER /4 BARS 012" 0.C. EXTENDED INTO CONC. CURB COMPACTED SUBGRADE 12" 8" TYP. DRIVEWAY NEWER CURB DETAIL NOT TO SCALE PROP. CONC. DRIVEWAY 12" z U A FULL DEPTH ASPHALT (SUBSIDIARY TO CONC. DRIVE) EXISTING ASPHALT PAVEMENT SECTION CONC. DR/IEWAYTO ASPHALT PAVEMENT T/E-/NDETA/L NOT TO SCALE CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION 0 0 0: DESCRIPTION 0 >- m REVISION NO. N 0 N 0 z 0 CO CC 0 CC0 ZLI_ W 0 0 0 Z (n 0 M 0 O N SHEET 85 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 20, 2015 - 2'51pri User: eg File: N:\if\Drowings\NEW COCC STD\COCC STD DRIVEWAYS.dwg FADE-OUT CURB (W) 1 CONSTRUCTION JOINT (F) (w/2) 3/4" EXPANSION JOINTS (TYP) 20:1 MAX. PROPERTY LINE SIDEWALK NO JOINT REQUIRED IF W < 16' (TYP) TYPE (C) DR/IEWA Jr NOT TO SCALE (WI) (M) (W2) DWY. 1 1Z DWY. 2 PROPERTY LINE i 8 m W - v 0166 o W W f^ F•••• 0' 0 20:1 g oo0 1n MAX. BACK OF CU L--- 4'-0 USUAL FOR 6" CURB 3/4" EXPANSION JOINT (TYP) (F) (M/2) G.B. (GRADE BREAK)' TYPES/TMR/ £ /T/HS/DR/VEWAY NOT TO SCALE (W1) (M) (W2) DWY. 1 (a w 3/4" EXPANSION JOINTS (TYP) N 0 (F) CONSTRUCTION JOINT_ FADE-OUT UR8 REO'C (F<M<2F) DWY. 2 6 2 PROPERTY LINE" (W) U 3/4" EXPANSION JOINT (TYP) (W1) 0 I.0'o 0 3' o m a� N CONSTRUCTION JOINT (F) (F/3) (W/2) (M) (W2) TOOLED "DUMMY" JOINT 3/4" EXPANSION JOINTS (TYP) 20:1 MAX. 0 FADE-OUT CURB DWY. GUTTER (PAY AS CURB & GUTTER) NO JOINT REQUIRED IF W < 16' (TYP) TYPE /S/ DR/MEWYAY NOT TO SCALE DWI. 1 M/2) DWY. 2 8 EXPANSION JOINT REO'D. TYPES/MRA/ & /MCA/ DR/I/E` 4Y NOT TO SCALE 20:1 \\, (F) CONTINUOUS 6- A T CONTINUOUS EXPANSION JOINT REVD THICK WALKWAY DRIVEWAY DRIVEWAY (MSF) 20:1 MAX. 3/4" EXPANSION JOINT (TYP) 771ES/MRB/ /MCB/DR/VE`YAY NOT TO SCALE BACK OF CURB STANDARD DRIVEWAY DIMENSION DWY. TYPE F° (FT.) Wb (FT.) M (FT.) R 5 10-30 C 10 16-35 S 15 MRA 5 10-30 5-10 MR8 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 DMDER CURB MCA = MULTIPLE COMMERICIAL DRIVEWAY WITH DIVIDER CURB MCB = MULTIPLE COMERICIAL DRIVEWAY WITH NO DMDER CURB TR = TIED RESIDENTIAL ORNEWAY TS = TIED SPECIAL DRIVEWAY TMR = TIED MULTIPLE RESIDENTIAL DRIVEWAY TMS = TIED MULTIPLE SPECIAL DRIVEWAY DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 m e- 0 0 VI WA u1e .H WV y' N L WE �(INV U mLv S ,.0 P. Na n zUoocl ili vox =‘,„03_c., N 0. l,. DESCRIPTION 0 (- O 0) 0 00' O O X W O 1- 0) N E 0 0 0 12 0 REVISION NO. 0 N 0 z 0 W Q' 0 fx0 Z 1 -i - W m 0 0 LOUISIANA TO 0 M SHEET 86 o/ 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Date: Aug 20, 2015 - 2:51pn User: eg File: N:\if\Drawings\NEW COCC STD\COCC STD DRIVEWAYS.dwg EXIST. BRICK STEPS TO REMAIN SAW -CUT LINE MATCH EXIST. GRADES r EXIST. IRON FENCE R.O.W. UNE PROP. 6" C&G EXIST. BRICK PAVERS TO BE REMOVED BRICK STEPS TIE-IN © STA. 15+04 (LT) SCALE: 0 5' 10' SCALE IN FEET MATCH EXIST. GRADE EXIST. CONC. SIDEWALK (TO REMAIN) EXIST. BRICK WALKWAY EXIST. BRICK STEPS TO REMAIN o ' rcM 6" EXIST. IRON FENCE R.O.W. LINE J PROP. CONC. STEPS (2 REQ'D.) PROP. 6" C&G c. EXIST. CONC. SIDEWALK TO REMAIN U PROP. 8' SIDEWALK AC ANDS PROP. 8' WIDE U f a MATCH EXIST. GRADE EXIST. CONC. SIDEWALK / (TO REMAIN) MATCH EXIST. TOP OF BRICK GRADES • • CONC. SIDEWALK �..... i 11.11112-eln 3 O 12" � - TW34.50±I 18" 2•-0" S=2.0% MAX. EXPANSION JOINT REFER TO DET. 5/87 SECTION SCALE: N.T.S. CONCRETE STEPS TIE-IN © STA. 17+58 (LT) SCALE: 0 5' 10' SCALE IN FEET TC34.011 PROP. 6" C & G. 2" HMAC (TY D) 3 1/2" HMAC (TY 8) 4450,5 15391 9" CRUSHED UMESTONE FLEXIBLE BASE TENSAR TX -5 GEOGRID PROP. 8' WIDE PROP. 6" C & G. 2" HMAC (TY 0) 3 1/2" HMAC (TY 8) 12" 12" 12" 1TS34.291 • 2'-0"± EXPANSION JOINT REFER TO DET. 5/87 SECTION SCALE: N.T.S. 9" CRUSHED LIMESTONE FLEXIBLE BASE PROP. 8' WIDE TENSAR TX -5 GEOGRID PROP. CONC. STEPS (REFER TO DETAIL 7/87) CONC. SIDEWALK S=2.0% MAX. EXPANSION JOINT REFER TO DET. 5/87 SECTION SCALE: N.T.S. olivo its �TC31.881 r- PROP. 6" C & G. 2" HMAC (TY 0) 3 1/2" HMAC (TY B) 4544,51'5'W 9" CRUSHED UMESTONE FLEXIBLE BASE TENSAR TX -5 GEOGRID EXIST. CONC. SIDEWALK (TO REMAIN) 14 NOSING BAR (TYP.) EXIST. SIDEWALK MATCH EXIST. CONC. GRADES R.O.W. LINE PROP. 6" SIDEWALK CURB r yy(4. �yC R PROP. CONC. STEPS (3 REQ'D.) PROP. 8' SIDEWALK PROP. 6" C&G Oc4N DIE 0 a cn CONSULTANT'S SHEET No. FNI PROJECT: COR13155 CONCRETE STEPS TIE-IN © STA. 45+69 (LT) SCALE: 0 5' 10' — — SCALE IN FEET EXPANSION JOINT REFER TO DETAIL 5/87 4x4-W2.9xW2.9 W.W.F. EXPANSION JOINT REFER TO DETAIL 4/87 12" 12" TOOLED EDGE (TYP.) EQUAL RISERS s, 4x4-W2.9xW2.9 W.W.F. � ��� PROP. 4" THK. SIDEWALK Fmr...firamm EXIST. OR NEW CONCRETE NEW JOINT SEALANT NEW CONC. SIDEWALK OR STEP NEW EXPANSION JOINT FILLER 4x4-W2.9xW2.9 W.W.F. PROP. 5" CONC. LANDING W/ 4x4-W2.9xW2.9 W.W.F. EXPANSION JOINT REFER TO DETAIL 5/87 (j4 NOSING BAR (TYP) THICKNED EDGE 14 x 15" LG DOWELS 0 12" 0.C. 12" 12" 12" 14 BAR 0 12" O.C.E.W. 12" NOTE: CLEAN EXPOSED SURFACE PRIOR TO //,/ APPLYING SEALANTS EXPANSION JOINT DETAIL SCALE: N.T.S. PROP. 4" THK. SIDEWALK 4x4-W2.9xW2.9 W.W.F. EXPANSION JOINT REFER TO DETAIL 5/87 THICKNED EDGE 14 x 15" LG. DOWELS ® 12" O.C. VI IAIA Mo I„ W= 1a x WV HI- o rvi -;:r; N I N i IIlk (INV 3 , 0 - • N ^0 D a^�.o N i0 ^ I v INo • Zuoo r C ' o0X CO0 CO d l.... a O 0 c 0 Oto 4 os. O c o Xc0c 0 oww c o o Wo o = n O mv+-e- 1 �o z W U 0 0 N 0 z 0 03 0 Ct 0 L.� CO LOUISIANA TO CONCRETE STEPS PLANS AND DETAILS SHEET 87 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 20, 2015 - 2.52pm User: eg File: N:\if\Drawings\CV-DCN-DT-STEPS.dwg OCTAN rPROP. 6" CURB TYPE B 32.8' STA. 9+59.66 (8.5' LT) P.C. STA 9+92.29 (8.1' LT) 6"R PROP. 6" CURB TYPE B 5.5'R 10+00 30'R PROP. CONC. ISLAND NO. 1 REFER TO DETAIL 1/88 P.T., P.C. STA 9+63.86 (5.2' RT) P.T. STA 9+59.31 (7.4' RT) BASELINE P.T. STA 10+09.73 PROP. BASELINE OCZIND& TYPE B CONCRETE ISLAND NO. 1 PLAN SCALE: 0 10' 20' 2"R (TYPICAL) (RADIUS MUST CONFORM TO 6" CURB TYPE B) SCALE IN FEET CONC. ISLAND (WIDTH VARIES) PROP. 4" THICK COLORED P.C. STA 16+72.68 CONCRETE ISLAND 14.1' P.C. STA 16+58.61 (38.5' RT) TRANSITION 6" C&G TO 6" REV. C&G P.T. STA 16+57.54 (44.3' RT) PROP. 6" REV. C&G (38.5' RT) PROP. 6" C&G 60'8'20"' OlNDZ 'e$ P.T. STA 16+82.11 (49.9' RT) TRANSITION 6" C&G TO 6" REV. C&G P.C. STA 16+79.72 (52.8' RT) PROP. 6" C&G CONCRETE ISLAND AT COLE PARK ENTRANCE PLAN SCALE: 0 10' 20' 2" HMAC (TYPE 0) /////////////// / ////////////////// //////////////////// /////////// //////////// /////////// NO. 4 BARS 0 3' SPACING EMBEDED 3" INTO HMAC (TYPE B) (TYPICAL) /4 X 8" DOWEL BARS ® 4' SPACING (TYP.) N0. 4 BARS 12" 0.C.E.W. CONCRETE ISLAND DETAIL SCALE: N.T.S. 2"R (TYP.) TENSAR TX -5 GEOGRID 9" CRUSHED LIMESTONE FLEXIBLE BASE #4 LONGITUDINAL REINFORCING BAR (TYP.) (FULL LENGTH OF CURB) 2" HMAC (TYPE 0) 3 1/2" HMAC (TYPE B) ////////////////////////////// ////////////////////////// //// TENSAR TX -5 GEOGRID 9" CRUSHED LIMESTONE FLEXIBLE BASE 1' CONCRETE ISLAND DETAIL SCALE: N.T.S. SCALE IN FEET 3 1/2" HMAC (TYPE B) COMPACTED BACKFILL MATERIAL PROP. CURB & GUTTER P.C. STA 43+22.22 43+00 (5.0' RT) P.T., P.C. STA 43+45.60 (6.9' LT) PROP. CONC. ISLAND NO. 2 (REFER TO DETAIL 1/88) BASELINE P.T./P.C. STA. 43+39.59 m P.C. STA 43+17.76 (6.1RT) 6"R 30'R OMN DR, P.T. STA 43+50.34 (9.6' LT) PROP. 6" CURB 5.5'R TYPE B PROP. BASELINE P.I. STA 43+41.43 23' 8.7' STA. 43+50.31 (6.7' RT) OMIN DIE PROP. 6" CURB TYPE B z a N a CONSULTANT'S SHEET No. FNI PROJECT: COR13155 PROP. 9' WIDE HEAVY :`. DUTY CONC. SIDEWALK 2.5' 2.5' 2.5' / PROP. LOOKOUT AREA rR.0.W. LINE PROP. 2 1/2" DIA. STL. PIPE PEDESTRIAN GUARD RAIL CONCRETE LOOKOUT DETAIL SCALE: N.T.S. PROP. 9' WIDE 4" r LOOKOUT HEAVY DUTY CONC. SIDEWALK PROP. 2 1/2" DIA. STL. PIPE PEDESTRIAN GUARD RAIL /4 0 12" 0.C.E.W. 0 MID -DEPTH PROP. CONC. FOOTER 1% MIN 1 2% MAX / ---trd/ N X14 BARS (CONT.) 12" 12" SUBGRADE COMPACTED TO 95% STD. PROCTOR DENSITY PROP. 6" C & G //////////////////// PROP. ROADWAY SECTION CONCRETE ISLAND NO. 2 PLAN SCALE: 0 10' 20' SCALE IN FEET goi IRO a, W= WV fr), :`,3 N I L p • L �^ '^ V N N U I v 0 0 I m -n 0.4 a. O Department of Capital Programs 0 0 c `oho o c a 0 0 -5 'a G o -moo 2*' o• W ^ 0 .0 N 0 N 0 z 0 m c • 0 0 CC 0 Z Q D LL1 U 0 0 1z (n 5 0 J CONCRETE ISLAND PLAN AND DETAILS SHEET 88 o/ 1 90 RECORD DRAWING N0. STR-883 CITY PROJECT / E12093 Dote: Sep 09, 2015 - 459pn User: bj File: N:\if\Drawings\CV-OCN-DT-ISLANDS.dwg II SCONC.-N1 SIDEWALK 1 NEW 5' WIDE CONC. SIDEWALK ----1-- I LIMITS OF RAMP PAYMENT I CURB HEIGHT TRANSITIONS FROM 6" TO 0" 5 x 5' I LANDING NEW CURB & GUTTER 5' MIN. RAMP WIDTH CURB HEIGHT TRANSITIONS FROM 6" TO 0" NEW CURB & GUTTER DIRECTION OF a. CURB HEIGHT TRANSITIONS FROM 6" TO 0" VEHICULAR TRAVEL OCEANDR. 70 ALIGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP DETECTABLE WARNING SURFACE (2' WIDE MIN.) 9" RAD. MIN. (TYP.) CURB RAMP — TYPE 'A' SCALE: 1".5' -UNITS OF RAMP PAYMENT LCURB HEIGHT TRANSITIONS FROM 6" TO 0" NEW CONC. SIDEWALK NEW CURB & GUTTER DIRECTION OF VEHICULAR TRAVEL OCEANDR. U 5' x 5' 6' LANDING EXIST. CURB & GUTTER NEW CURB & GUTTER P.C. EXIST. CONC. SIDEWALK NEW 5' WIDE CON -C-.1 SIDEWALK LIMITS OF RAMP PAYMENT NOTE: FOR CURB RAMP TYPES 1, 2, 5, 6, 10 & 12 REFER TO CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARD SHEETS 92-95. NEW CURB & GUTTER 9" RAD. MIN. (TYP.) ALIGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP DETECTABLE WARNING SURFACE (2' WIDE MIN.) CURB HEIGHT TRANSITIONS FROM 6" TO 0" CURB RAMP — TYPE 'C' SCALE: 1''=5' CURB HEIGHT TRANSITIONS FROM 6" TO 0" ALIGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP DETECTABLE WARNING SURFACE (2' WIDE MIN.) 9" RAD. MIN. (TYP.) CURB HE GHT TRANSITIONS FROM 6" TO 0" NEW CURB & GUTTER CURB RAMP — TYPE 'B' SCALE: 1 "=5' CURB HEIGHT TRANSITIONS FROM 6" TO 0" LIMITS OF RAMP PAYMENT in ALIGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP 9" RAD. MIN. (TYP.) in 5' x 5' DETECTABLE WARNING SURFACE (2' WIDE MIN.) CURB HEIGHT TRANSITIONS FROM 6" TO 0" 3' 9" RAD. MIN. MIN. (n,P ) ALIGN RAMP AND a CROSSWALK MARKINGS OCEANDR W/ OPPOSITE SIDE RAMP 3.3' NEW CURB & GUTTER CURB HEIGHT TRANSITIONS FROM 6" TO 0" -DETECTABLE WARNING SURFACE (2' WIDE MIN.) DIRECTION OF VEHICULAR TRAVEL CURB RAMP — TYPE 'D' SCALE: 1"=5' 0 5' 10' SCALE IN FEET CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION w O O z DESCRIPTION 0 O z 0 N a: tri Fr - 0 0 N 0 z M0 cK0 d' 0 z L1 D W CO U 0 LOUISIANA TO 0 CURB RAMP DETAILS SHEET 89 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 20, 2015 - 2.S3pm User: eg File: N:\if\Drawings \CV-DCN-DT-RAMPC01).dwg NEW CURB & GUTTER s. 1 NEW CONC. SIDEWALK z - I L 5' MIN. RAMP WIDTH CURB HEIGHT TRANSITIONS FROM 6" TO 0" 5' x 5' 1 1 /SIDEWALK EXIST. CONC. SIDEWALK ALIGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP DETECTABLE WARNING SURFACE (2' WIDE MIN.) 9" RAD. MIN. (TYP.) OCEANDR. OCEANDR. NEW CURB & GUTTER DIRECTION OF VEHICULAR TRAVEL CURB RAMP - TYPE 'E' SCALE: 1".5. DETECTABLE WARNING SURFACE (2' WIDE MIN.) ALIGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP DIRECTION OF VEHICULAR TRAVEL NEW CURB & GUTTER -J CURB HEIGHT TRANSITIONS FROM 6" TO 0" CURB RAMP - TYPE 'G' SCALE: 1"=5' OMITS OF RAMP PAYMENT 6' 5' MIN. \\ \ \ EXIST. CONC.- �\ SIDEWALK LIMITS OF RAMP PAYMENT EXIST. CURB & GUTTER i NEW CURB & GUTTER DETECTABLE WARNING SURFACE (2' WIDE MIN.) SHORELINE BLVD. DIRECTION OF VEHICULAR TRAVEL V CURB HEIGHT TRANSITIONS FROM 6" TO 0" AUGN RAMP AND CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP 5' x 5' LANDING CURB RAMP - TYPE 'F' SCALE: 1"=5' NOTE: FOR CURB RAMP TYPES 1, 2. 5, 6, 10 & 12 REFER TO CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARD SHEETS 92-95. NEW CURB & GUTTER 5' MIN. RAMP WIDTH ALIGN RAMP AND /CROSSWALK MARKINGS W/ OPPOSITE SIDE RAMP DETECTABLE WARNING SURFACE (2' WIDE MIN.) CURB HEIGHT TRANSITIONS FROM 6" TO 0" DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 m REVISION NO. DESCRIPTION W O z 0 4 _ c v0 ern r e 0 C N 0 0 t.� 7 C C � 0 Ol0 y C N 3 V 21 mv w -- re K LOUISIANA TO N 0 CURB RAMP DETAILS SHEET 90 o/ 190 RECORD DRAWING NO. STR-883 CITY PROJECT /1E12093 Date: Sep 09, 2015 - 2:57pm User: b j File: N:\if\Drawings\C V-DCN-DT-RAMPC01).dwg CURB BEYOND GUTTER PROP. ASPHALT PAVEMENT • _5% MAX m a U VARIES - SEE PLANS TOP OF SIDEWALK OR 6" FADE OUT CURB BEYOND NEW 5' x 5' NEW CONC. CONC. LANDING SIDEWALK (SEE PLANS) • DETECTABLE WARNING FABRICATED PANEL JL II- 404-W2.9xW2.9 WELDED WIRE FABRIC OR No. 4 REBAR 0 12" O.C. SECTION SCALE: N.T.S. 3/4" CHAMFER (BOTH SIDES) 6" CURB #5 CONT. 111 11H 11 4x4-W2.9xW2.9 WELDED WIRE FABRIC OR No. 4 REBAR 0 12" O.C. CURB BEYOND GUTTER PROP. ASPHALT PAVEMENT 5% MAX. IIIILI II: N4 BARS 012" 0.C. EXTENDED INTO HEADER CURB COMPACTED SUBGRADE TYPICAL CONC. WALK W/ CURB SCALE: N.T.S. 3' MIN. NEW 5' x 5' CONC. 3' MIN. 12" DETECTABLE WARNING FABRICATED PANEL CURB BEYOND C. CUTTER NEW 5' OR 8' 6" CURB CONC. RAMP (SEE PLANS) TOP OF WALKWAY BEYOND 2% MAX NOTE: SECTION SCALE: N.T.S. FOR CURB RAMP GENERAL NOTES AND ADDITIONAL DETAILS REFER TO CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARD SHEETS 92-95. NEW 5' x 5' CONC. NEW CONC. LANDING (SEE PLANS) TOP OF SIDEWALK OR 6" FADE OUT CURB BEYOND 8.3%MAX. 2% B.3% MAX - LANDING (SEE PLANS) 2% SIDEWALK DETECTABLE WARNING FABRICATED PANEL 4x4-W2.9xW2.9 WELDED WIRE FABRIC OR No. 4 REBAR 0 12" O.C. SECTION SCALE: N.T.S. `-SEE SIDEWALK HEADER CURB DETAIL CURB BEYOND GUTTER PROP. ASPHALT PAVEMENT - _ 5%MA1( PROP. ASPHALT FLUSH W/ LIP OF GUTTER 2'-O" 2'-0" MIN. 13 11/16" 10 5/16" CURB BEYOND (j4 CONT 2'-0" VARIES - SEE PLANS NO EXPANSION f- \ JOINT REOUIRED COMPACTED SUBGRADE R4 x 12" LONG DOWELS 0 12" 0.C. DETECTABLE WARNING FABRICATED PANEL 4x4-W2.9xW2.9 AWELDED WIRE FABRIC OR No. 4 REBAR 0 12" O.C. i NEW LAYBACK CURB AND GUTTER FOR WHEELCHAIR RAMPS SCALE: N.T.S. DETECTABLE WARNING SURFACE RAMP to 0 U TOP OF SIDEWALK OR 6" FADE OUT CURB BEYOND `` - 2% MAX. 8.3% MAX. 7I„ A 4x4-W2.9xW2.9 WELDED WIRE FABRIC OR No. 4 REBAR 0 12" O.C. i NEW 5' x 5' NEW CONC. CONC. LANDING (SEE PLANS) SIDEWALK SECTION SCALE: N.T.S. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION to - 6 z 0 0 Wj U10 q W" H- + �o �z : sn u H ONV ^In N q 0 VIU� I p0 oo0 { I P O X O X DESCRIPTION (n 00 E O 0 00 o 471111 ct- III C§ 1- 4- o E `6- I-- a U o m REVISION NO. N O N 0 z 0 W m Et 0 0 ry 0 Z Q D W CO 0 0 LOUISIANA TO 0 CURB RAMP DETAILS SHEET 91 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 10, 2015 - 9:14an User: b j File: N:\iF\ Drawings \CV-OCN-DT-RAMP(03).tlwg r c ',>SO hr rh\�� c^�4 hr 2ec� � , 'hr 'k9.} hh h N i /� ANO1D' � O \ _ ' S/of �NOp s '�Na ''',-?..'1.-.'\ 2,• \. \ 4,-,.---„, AXp,P�'\N 10% prP .. � ��ry 1/ ._ ,N\O �\,\ '�� 5\OAF. �A�r rJp • , �`\ ��\ t� NOTE' INOTE:OB DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY 1F OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR IL__ DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CAS£-BY-CASE BASIS ONLY 1F OTP.ER CONFIGURATIONS ARE NCT 5k 5' (MiN)-a 5' (MIN) 1ANOfAG LANDING NO. FPROJECCOR13155 + ���� : ,DNIEL BE• S,,,,$ I:..C..:17:S..1.1LTIkANTs.'617:J 1013i;��P GENS� ,,s•......../\ L S I TO CONSTRUCHON. �\ I ��� o- ,� ` 4.tOs, °2' M17 PUnq. /'�r1�Pcao N •/� �/ CROSSWALK -�'� O G `\ 1° \4Ai �� � o c .) (., ., P-'''''1‘ 'O// i 4. / ,� � / !TP Lia 'V' / FEASIBLE. AND MUST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION 5'"k�OF,7t�1 LANDING / I, S�RAMP /�+q�1 WIDTH `Y�` -, / _.r_— � j \5'L % \.�� °o � 9" RAD. MIN. ---_---" �s \ y (TYP) Y{- . Q!// T_ j �-'• SIDEWALK 5 ;t!/N rn ,J 1 z SIDEWALK 1 / _.--" ' , , o y MANEUVERINGa SIDEWALK + � + a 5'M1N + a ji + J. a ` + + \,y \ �/� `il�- /--� ' `✓ ,y \ / \0 0 o i,\ 7. _ „ -- .° SPACE 4X4' , NON WALKING, 1 SURFACE J-y--'-/ ------ ..------ 2' MIN CURB +,, .?,,z,- DESCRIPTION --.1_----- _-__--_—_-- 9" R(ADP)MIN SIDEWALK ADJACENT SIDEWALK DETACHED CURBFROM CURB ALIGNED WITH \\ 1 ` CROSSWALK r TYPE 71 CURB RAMP MID---BLOCK TYPE 1d PLACEMENT TYPE 4 TYPE 1 DIAGONAL CURB RAMP PERPENDICULAR CURB RAMP DIAGONAL COMB1NAIION CURB RAMP PERPENDICULAR RAMPS' (RETURNED CURB) PERPENDICULAR TO THE TANGENT OF THE CURB RADIUS AND CONTAINED IN CROSSWALK (SIDEWALK ADJACENT TO CURB) CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ' ./...-i ' J •�.� .3% MAX RAM, • � ///N/NN/N//N //N0,u•• IRE- - U+NDE_u,P \ 11 �� a' rTP ni i//!/N//.1,-, 'l,' .. ��-MAX f „°`--••—__ LTYPF- 2 1 RAMP 5' MIN 5' 7.,.:.___''IIFWALK CURB HEIGHT TRANSITIONS LANDING 1l"- FROM 6"' TO 0"� �I /ill �' _ in,% a. ,J‘;:99C4;:;',1." % ,Ill / rx. rr�Pr I ,. ,`p .. <' T 1II�r,Ooo ,/:'i 'l 11 f IIf011llhi;�9^M.Ly; a^`.°°°^ -�� _ IN kgMp M4A,83g n \'� '�HARED C'^` _ ���TTT MAY Onvc 41440 A'y LSHARED ANDING _SIDE FLARE \ �r 7 __-____._-' 8.;i e SHAH£0 L4NO1Nf, __ s°-d < +\ M9� 9, IC . \ P 1" n WALKING;2J', \ � 5\�T:D�I?G \---\�,_� `� \\ ~ •�. `.�.r '�=.h\ \� ;E eo o� j, ^°s%- --�`�, i,�' w WIN WALKING rn �}Q � SURFACE; Ii „of �.__/ G/ RAMPJWID y// CROSS SLOPE NOT TO EXCEED TH J/ 2� ON ANY PORTION OF RAMP OR TRANSITION TO STREET -v'1-4---E-r- � — SURFACE ,, o FO,P. . ; . ° C ' - Z v-i 9. 9" RAD. MIN. (TYP) 5 WR MP �,_ [TYPE _ 1 11 CURB RAMPS AT MEDIAN ISLAND 1__ TYPE 5 COMBINATION CURB RAMP [ TYPE 8 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 1 OF 4 P7I RAL L EL CURB RAMP WITH DIRECTIONAL RAMP WITHIN RADIUS SIDEWALK ADJACENT TO CURB (SIDEWALK ADJACENT TO CURB) (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) x 5' 0 sHAREZ • • ''�'• - nnnnunn��^�,n°""'�23 • , • -` � e � //i//////N CURB RAMP 2' MIN RUN / AT 8.35 MAX. / zNON WALKING SURFACE[-TY"PE ,T11 3g MAX\,'/\• '..""RAMP \ // a .,.i „'////NN/0 \ �__•�.. °a UPI. 1 �G US CURB HEIGHT TRANSITIONS''...?-7-----'1P- FROM 6" TO 0" '..5_"'-- • \\ .?% ,0!":"->4. _-=SID`=ALK h / NprN \ / .n2 29, MAk / ' • r )T:`,O O' 1, Ill" ,�/�CUR I1 flp� 'r' `�`� � fQ.P' � P,�yQ • ' fi1011111f F,! 111111109111ilfl,�%{_`29, t„AXo°,°�illllllilillz s.. ^o nee.gEo''',;':1111111111111111111111111 1 MMIN2' TAPER TO OR PROPOSED 5' MIN �. `-. ,..-. • EXISTING SIDEWALK-. INSTALL DETECTABLE WARNING SURFACE AT EACH END OF CUT-THROUGH RAMP WITH MINIMUM 2' SMOOTH SURFACE BETWEEN. IF MEDIAN IS LESS THAN 6' W'!OE ELIMINATE DETECTABLE WARNING SURFACES "� ° ° �O°O �' °°SO iALICN CURB PARAL WITH CROSSWALK / ; c--/N., - + 8� _111 z ¢'� - o .� D R.3% ry �--__ 1' 1 P 1 SIDEWALK LK ,'Cr SIDEWALK ' _.� Sn / / �� 5' -'^•' /° RA CROSSOSLOPE NOT i0 5' RA 41P WIDTH /'� 2Z ON ANY PORTION OF RAMP 4/ 0,4 TRANSITION TO STREET \� J Pi `� 1 RAMP \ 0` o°,00To ae ogo , ° , , , ° , _ `NON WALKING � � ° • SURFACE 9" RAD. MIN (TYP) CURB DETAILS NOT SHOWN _ j TYPE 99 I TYPE 12 TYPE F OFFSET PARALLEL CURB RAMP CURB RAMP AT MEDIAN ISLAND OPENING PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS _FLUSH . _ o (SIDEWALK SET BACK FROM CURB) SHEET 92 of 190 RECORD DRAWING NO. STR-883 o CITY PROJECT 1 E12093 NOTE: DIAGONAL CURB RAMPS ARE DISCOURAGED DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE AND MUST BE APPROVED BY THE CITY PRIOR \\ \ TO CONSTRUCTION. 9- RAD. MIN. (n'P) 5'X 5' (MIN) / LANDINGS FLARE, FLARE 5.3%, MAX -- RAMP FLARE 8.39 MAX RAMP 5'X 5' (MIN) .\ SHARED LANDING 8.39 MAY RAMP [TYPE 1.51 AT INTERSECTION W/FREE RICHT TURN & ISLAND COMBINATION ISLAND RAMPS 4" MIN. CURB HEIGHT • /�. ✓. ,l9CcF\s � /\\ \\1.7 -14 -1"„;(1,6.(114G' -NUN `;�0' 9`p '\�`� '•. ' ''.�� 1111111. og8o � \ oAiQF x'4 • -yy l��li'1� ��^!d" 1 114.1110011(1/ 11l/D u� " i \� - 9" RAD. MIN (TYP) [TYPE 1411 PERPENDICULAR CURB RAMPS (BI-DIRECTIONAL) (SIDEWALK SET BACK FROM CURB) 1/2" CHAMFER._ (TYP) NEW CONCRETE CURB RAMP ^ 13 BAR CONT. (IYP) U8 #3 L -BAR ---- 9 12" REINFORCING BARS SHALL BE CONTINUOUS IN CURB RADIUS ILM ITT-II1,T- HEADER CURBS AT CURB RAMP SUBGRADE PREPARATION: 1. SUBGRADE UNDER CONCRETE SIDEWALKS AND CURB RAMPS SHALL BE COMPACTED TO 95% STANDARD PROCTOR DENSITY. SIDEWALK NOTES: 1. THE MINIMUM SIDEWALK' WIDTH FOR ALL ARTERIAL AND COLLECTOR STREETS /5' 5'. WHERE A 5' SIDEWALK CAN NOT BE PROVIDED DUE TO SITE CONSTRAINTS, A MINIMUM 4' SIDEWALK MAY BE PROVIDED. 5'X5' PASSING AREAS SHALL BE PROVIDED AT INTERVALS NOT TO EXCEED 200' FOR ALL SIDEWALKS LESS THAN 5' IN WIDTH. 2. MAXIMUM ALLOWABLE CROSS SLOPE ON SIDEWALK SURFACE 1S 2%. 5. ALL EXPANSION JOINTS TO BE 5/4" THICK WOOD FIBER ASPHALT -IMPREGNATED EXPANSION BOARD, UNLESS OTHERWISE NOTED. 4. ALL CONCRETE TO BE CLASS A' f'c=,3,000 PSL ALL REINFORCING STEEL TO BE GRADE' 60, fy=60,000 PSI. 5. SIDEWALKS SHALL BE AT LEAST 4" THICK CONCRETE. 6. CONCRETE SURFACE TO RECEIVE BROOM FINISH. 7. TRANSVERSE CONTRACTION JOINTS 1/8" WIDE BY 1/2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-0" INTERVALS (MAXIMUM). 8. PROVIDE PEDESTRIAN ACCESSIBLE ROUTE WITH DETECTABLE WARNING SURFACE FOR SIDEWALKS THAT INTERSECT CONTROLLED DRIVEWAYS. DETECTABLE WARNING SURFACE SHALL BE A MINIMUM OF 24" IN DEPTH IN THE DIRECTION OF PEDESTRIAN TRAVEL, AND EXTEND THE FULL WIDTH OF THE ACCESSIBLE ROUTE WHERE IT INTERSECTS THE CONTROLL.ED DRIVEWAY. CURB RAMP NOTES: 1. PROVIDE CURB RAMPS WHEREVER AN ACCESSIBLE ROUTE CROSSES (PENETRATES) A CURB. 2. SLOPECRITER/A2 RAMPS AND LANDING AREAS RAMP IN DIRECTION OF TRAVEL SIDE SLOPE OF RAMP (FLARE) CROSS SLOPE OF RAMP LANDING AREA (ALL DIRECTIONS) ADJOINING AREAS SIDEWALK IN DIRECTION OF TRAVEL SIDEWALK CROSS SLOPE GUTTER IN DIRECTION OF TRAVEL MAX SLOPE (V:H, .5, IN PER FT) 1:12/8.03 , 1" PER FT 1:10 / 10% / 1.2" PER FT 1:50 / 2% / 0.24" PER FT 1:50 / 25 / 0.24" PER FT 1:20 / 55 / 1:50/29/ 1:20/59/ 0.60" PER 0.24 " PER 0.60" PER A SMOOTH TRANSITION (S 51:50) IN DIRECTION OF TRAVEL IS REQUIRED WHERE RAMPS TRANSITION TO THE STREET 3. PROVIDE FLARED SIDES WHERE THE PEDESTRIAN CIRCULATION PATH CROSSES THE CURB RAMP. FLARED SIDES SHALL BE SLOPED AT 10% MAXIMUM, MEASURED PARALLEL TO THE CURB. RETURNED CURBS MAY BE USED ONLY WHERE PEDESTRIANS WOULD NOT NORMALLY WALK ACROSS THE RAMP, EITHER BECAUSE THE ADJACENT SURFACE 1S PLANTED, SUBSTANTIALLY OBSTRUCTED, OR OTHERWISE PROTECTED. 4. LANDINGS SHALL BE 5',Y5' MINIMUM WITH A MAXIMUM 25 SLOPE IN ANY DIRECTION. 5. CURB RAMP MUST BE WHOLLY CONTAINED WITHIN CROSSWALK MARKINGS, EXCLUDING SIDE FLARES. FT FT FT CURB RAMP NOTES (CONTINUED): 6. CURB RAMPS, FLARES AND LANDINGS SHALL 8E AT LEAST 5" THICK CONCRETE AND EXPANSION JOINTS SHALL TYPICALLY BE USED AT MATCHLINE WITH ADJOINING AREAS. 7. MANEUVERING SPACE AT THE BOTTOM OF CURB RAMPS SHALL BE A MINIMUM OF 4'X4' WHOLLY CONTAINED WITH/1V THE CROSSWALK AND WHOLLY OUTSIDE THE PARALLEL VEHICULAR TRAVEL PATH. 8. LAYBACK CURB AND GUTTER MAY BE CONSTRUCTED MONOLITHICALLY WITH CURB RAMPS. PROVIDE NO. 4 X 12" LONG SMOOTH DOWELS 8 12" ON CENTERS IF NOT PLACED MONOLITHICALLY 9. PROVIDE A SMOOTH TRANSITION WHERE THE CURB RAMPS CONNECT TO THE STREET. 5% MAXIMUM SLOPE IN GUTTER. 10. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS) AND 16 TAC §68.102. 11 DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION. 12. FINAL ACCEPTANCE OF THE PROJECT SHALL 8E CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A FINAL INSPECTION REPORT FROM A CERTIFIED REGISTERED ACCESSIBILITY SPECIALIST (RAS) PER 16 TAC §68.52 STATING THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) FOR ELIMINATION OF ARCHITECTURAL. BARRIERS PER TEXAS GOVERNMENT CODE CHAPTER 469. DETECTABLE WARNING SURFACE NOTES: 1. CURB RAMPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSISTS OF RAISED TRUNCATED DOMES COMPLYING WITH SECTION 705 OF THE TAS. THE SURFACE MUST CONTRAST VISUALLY WITH ADJOINING SURFACES INCLUDING SIDE FLARES. 2. DETECTABLE WARNING SURFACE FOR RAMPS SHALL BE ADA SOLUTIONS, INC. PART N0. 2460REP CAST -IN-PLACE REPLACEABLE TACTILE WARNING SURFACE TILES TRUNCATED DOME, OR APPROVED EQUIVALENT, IN 'BRICK RED" COLOR. 3. ALIGN TRUNCATED DOMES IN 1746 DIRECTION OF PEDESTRIAN TRAVEL WHEN ENTERING THE STREET. 4. DETECTABLE WARNING SURFACES SHALL 8E A MINIMUM OF 24" IN DEPTH IN 77-16 DIRECTION OF PEDESTRIAN TRAVEL, AND EXTEND THE FULL W1D77-1 OF THE CURB RAMP OR LANDING WHERE THE PEDESTRIAN ACCESS ROUTE ENTERS THE STREET. 5. DETECTABLE WARNING SURFACES SHALL BE LOCATED SO THAT THE EDGE NEAREST THE CURB LINE IS A MINIMUM OF 6" AND A MAXIMUM OF 10" FROM THE EXTENSION OF THE FACE OF CURB. DETECTABLE WARNING SURFACES TO BE CURVED ALONG THE CORNER RADIUS. CONSULTANT'S JOB NO. FNI PROJECT: C0R13155 0 0 ILI Department of Engineering Services a U d- i� z tL (N Q U O ca N Cr) D (J7 O n Q m n z cn Q Q 0 c Z L 0 07 w m �� o 0 0 Q 0 0 Cr 0 � L, 0 r LOUISIANA 0 SHEET 93 of 190 RECORD DRAWING N0. STR-883 CITY PROJECT // E12093 SETBACK SIDEWALK PLANTING OR OTHER NON -WALKING SURFACE (TYPICAL) APRON OFFSET SIDEWALK WIDE SIDEWALK SIDEWALK TREATMENT AT DRIVEWAYS 8 • ti 27" 4" MAX POST OJECTION PROTECTED ZONE 7 CANE DETECTABLE RANGE '',//,/;7/ i //%///��; PROTECTED ZONE IN PEDESTRIAN CIRCULATION AREA, MAXIMUM 4" PROJECTION FOR POST OR WALL MOUNTED OBJECTS BETWEEN 27 AND 80" ABOVE THE SURFACE. CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON MAX LENGTH OF OBSTRUCTION - 2 CURB 5' SIDEWALK 2' j m MIN DISTANCE BETWEEN OBSTRUCTIONS 5.-0" OBSTRUCTION (POLE, HYDRANT, ETC.) OBSTRUCTION (00 TROLLE R CABINET, G 5 5' SIDEWALK PLAN VIEW PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE. MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) A GENERAL NOTES I. ALL SLOPES ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. 2. PLACE TRAFFIC SIGNAL OR ILLUMINATION POLES, GROUND BOXES, CONTROLLER BOXES, SIGNS, DRAINAGE FACILITIES AND OTHER ITEMS SO AS NOT TO OBSTRUCT THE ACCESSIBLE ROUTE OR CLEAR GROUND SPACE. 3. THE MAXIMUM ALLOWABLE SIDEWALK CROSS SLOPE EQUALS 276 4. STREET GRADES AND CROSS SLOPES SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 5. EXISTING FEATURES THAT COMPLY WITH TAS MAY REMAIN IN PLACE UNLESS OTHERWISE SHOWN ON THE PLANS. 6. CHANGES IN LEVEL GREATER THAN YI INCH ARE NOT PERMITTED. 7. THE LEAST POSSIBLE GRADE SHOULD BE USED TO MAXIMIZE ACCESSIBILITY, THE RUNNING SLOPE OF SIDEWALKS AND CROSSWALKS, WITHIN THE PUBLIC RIGHT-OF-WAY, MAY FOLLOW THE GRADE OF THE PARALLEL ROADWAY. WHERE A CONTINUOUS GRADE GREATER THAN 5% MUST BE PROVIDED, HANDRAILS MAY BE DESIRABLE ON ONE OR BOTH SIDES OF THE SIDEWALK TO IMPROVE ACCESSIBILITY. HANDRAILS MAY ALSO BE NEEDED TO PROTECT PEDESTRIANS FROM POTENTIALLY HAZARDOUS CONDITIONS. IF PROVIDED, HANDRAILS MUST COMPLY WITH TAS 4.8.5. 8. HANDRAIL EXTENSIONS SHALL NOT PROTRUDE INTO THE USABLE LANDING AREA OR INTO INTERSECTING PEDESTRIAN ROUTES. 9. SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLANS. WHEN AN OBSTRUCT/ON OF A HEIGHT GREATER THAN 27" FROM THE SURFACE WOULD CREATE A PROTRUSION OF MORE THAN 4" INTO THE PEDESTRIAN CIRCULATION AREA, CONSTRUCT ADDITIONAL CURB OR FOUNDATION AT THE BOTTOM TO PROVIDE A MAXIMUM 4" OVERHANG. PROTRUDING OBJECTS OF A HEIGHT < 27" ARE DETECTABLE BY CANE AND DO NOT REQUIRE ADDITIONAL. TREATMENT. DETECTION BARRIER FOR VERTICAL CLEARANCE <80" CONSULTANT'S JOB NO. FNI PROJECT: C0R13155 i OPMEL,B{LES„ ®B ...: 101367 .' 4490.:. (tCEt15EQG��w1 Tin'3 0 0 z 0 0, m le Deportment of Engineering Services 0 a 0 0 Z 0 ll1 CO 0 0 0 Z w m 0 0 0 Z ^ IJ ) 5 0 J 0 d 0 SHEET 9 4 of 19 0 RECORD DRAWING NO. STR-883 CITY PROJECT E 12093 DETECTABLE WARNINGS DETECTABLE B� CONSULTANT'S JOB Na FM PROJECT: C0R13155 .ao`, %*co,T• og r �4*'' A*( "T *410 DANIEL BILES rE a9, 101367 eJr� k pir't�C •�yfi .L ' ,i12,1071 oz LANDING WARNING SURFACE W g o a 1 6 - a rSHALL DETECTABLE WARNING SURFACE (DOMES TO RUN PARALLEL TO PEDESTRIAN TRAVEL. CONTRACTOR CUT PANELS OR PRECAST DESCRIPTION o I 8.3`7, , MAX. V -- zEZ z o 1 w o¢w a ¢ o LANDING 8.3% MAX - / r.., m< �J ,, TRUNCATEDDOME AT ANGLED to NWE •000000000• •0000000000• 'O0°0 o::O• o riz .pOppp Op00• SIDE FLARE 4 -- H •00000000000• . G p o 0 • (TYPICAL) 1101.11.. \-__- 6" MIN FACE OF 10" MAX CURB PARALLEL CURB RAMP PERPENDICULAR FACE OF V'"---- '---- 6 MIN " - CURB 10" MAX B CURB RAMP CITY OF gi CORPUS CHRISTI TEXAS Department of Engineering Services TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE TYPICAL_ PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN m - 4X4-W2.9XW2.9 WWF OR N0. 4 REBARTO 12" 0.C.E.W. FABRICATED DETECTABLE WARNING PANEL SIDE FLARE-- (TYP) O z z0 � et o N - .<,,,w I, CC. af-� LANDING V DETECTABLE WARNING SURFACE (DOMES TO RUN PARALLEL TO PEDESTRIAN TRAVEL. CONTRACTOR SFIALL CUT PANELS OR PRECAST i TRUNCATED DOME AT ANGLED CURB RAMPS.) DETECTABLE WARNING PANEL SHALL UNIFORMLY FOLLOW THE _'- ���yyy _��`�\ I • �'- ,�---�-_--- - ,-Y-""" DESCRIPTION 1 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 4 OF 4 \--- CLASS ECTION SECTION S TYPICAL SECTION THROUGH MIN 5" DEPTH EXCLUSIVE OF DETECTABLE WARNING MATERIAL A CONCRETE A—A CURB RAMP , CURB LINE ON CURB RADII AT 6" TO 10" MAX DISTANCE FROM FACE OF CURB. o z •O•O•O•O 0• •,4 • 000000004. 00000000000• •000°0000000�(TYPICAL) \ �SIDE FLARE 0000000°000• • O O O O G 0 0 "A,4,0 ,\ 0000. •\0000000000• \ , CURB BEYOND MATCH FLOWUNE GUTTER ELEVATION-1 \ �� DETECTABLE WARNING SURFACE 4x4-W2.90N2.9 p WELD WIRE FABRIC OR O.C. E. W. VARIES _ 6" MIN 10" MAX ._FACE OF CUPB DIRECTIONAL_ CURB RAMP PAVEMENT TO MATCH LIP OF GUTTER- _—� �, #4012" y' (MIN) fMA%. SOP�� a - 2% _ "`"' TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS — _'.= .____ _.11;,..\ // /A = °` "',`•'\ \\ o CURB RAMP ' /< ' %/� �\./ COMPACT SUBGRADE / \ \ �\ / ` /�, JO [XPAN510N MATERIAL TO 95% STD. PROCTOR DENSITY 061LL AND EPDXY 6" OF B4 x12" LONG DOWELS 0 12' U.C. �•,1 SHEET 95 of 190 RECORD DRAWING NO, STR-883 SECTION B—B CURB RAMP PROFILE o c CITY PROJECT i E12093 R F PA MRK T (W) <4') <SLD) e 0 !ERADICATE REFL PAV MRK TY1 (4') (W) (DIAMOND) REFL PAV MRK TY1 (W) BICYCLE LANE PAV MRK W/ARROW PA REFL PAV MRK TY1 (W) (12") (SLD) PREFAB REFL PAV MRK TY1 (W) (ARROW) n n� CONSULTANT'S SHEET No. FNI PROJECT: COR13155 (V) (4') (SLD) EXISTING STRIPE R F PA MRK T <W) (8') <SLD) f R FA F PA R F PA MRK TY TY1 (W) (24') CSLD) <W) (4') (SLD) OCEANDRNE REFL PAV MRK TY1 (W) (4") (BRK) PREFAB REFL PAV MRK TY1 (W) (WORD) REFL PAV MRK 1Y1 (Y) (4") (SLD) 0+00 1+00 2+00 3+00 t 4 00 D JT VV REFL PAV MRK TY1 (W) (4") (BRK) 2' SEGMENTS 6' GAP PREFAB REFL PAV MRK TY1 (W) (YIELD LINES 18'x12 (SLD) REFL PAV MRK TY1 W) 12) (SLD OCE.,4AID/?/ye Ws via RIMY STRIPING NOTES: 1. CONTRACTOR SHALL BE RESPONSIBLE FOR LAYING OUT ALL PAVEMENT MARKINGS, CHECKING OVERALL DISTANCES ON GROUND AND MAKING ANY ADJUSTMENT IF NECESSARY PRIOR TO PLACEMENT OF ALL FINAL MARKINGS, WITH APPROVAL OF PROJECT ENGINEER. 2. LANE WIDTHS ARE MEASURED TO THE BACK OF CURB. 3. AU. STREET LANE PAVEMENT MARKINGS SHALL BE REFLECTORIZED THERMOPLASTIC MATERIAL AS SPECIFIED IN SECTION 025809 OF THE CITYS STANDARD SPECIFICATIONS OR TXDOT SECTION D-9-4220, 4. ALL PAVEMENT MARKINGS INCLUDING DIRECTIONAL ARROWS, WORDS, CROSSWALKS, STOP BARS AND BICYCLE RIDER PANELS SHALL. BE PREFAB. THERMOPLASTIC MATERIAL AS SPECIFIED IN SECTION 025813 OF THE CITY STANDARD SPECIFICATIONS. 5. FOR BICYCLE LANE MARKING DETAILS REFER TO SHEET 146. 6. CONTRACTOR SHALL PREMARK STRIPING LAYOUT FOR APPROVAL OF CITY'S TRAFFIC ENGINEERING DEPARTMENT APPROVAL PRIOR TO THE PLACEMENT OF ANY FINAL PAVEMENT MARKINGS. 7. CONTRACTOR SHALL INSTALL PERMANENT TRAFFIC SIGNS AND MAINTAIN EXISTING TRAFFIC SIGNS. a/\ DENOTES TRAFFIC DIRECTION ONLY AND SHOULD NE BE MARKED ON THE PAVEMENT. to 1+0 GENERAL NOTES: 1. RAISED PAVEMENT MARKERS TYPE I -C & TYPE II -C-R ARE NOT SHOWN FOR CLARITY ON DRAWINGS BUT WILL BE REQUIRED. REFER TO SHEETS 142 & 143 FOR SPECIFIC REQUIREMENTS. 2. BLUE BUTTONS SHALL BE INSTALLED ON OUTSIDE LANES OF TRAFFIC IN FRONT OF ALL FIRE HYDRANTS WITHIN PROJECT LIMITS. REFL PAV MRK TY1 m N (W) (4") (BRK) REFL PAV MRK TY1 (w) (4') (SLD) PREFAB REFL PAV MRK TY1 (W) (WORD) SCALE IN FEET 11 Department of Capital Programs REFL PAV MRK TYI (W) (4") (SLD) REFL PAV MRK TY1 (W) (4) (BRK) REFL PAV MRK TY1 (W) (8') (SLD) REFL PAV MRK TY1 (W) (4") (SLD) BICYCLE RIDER PANEL 50' x 4 GREEN PRE -FORMED THERMOPLASTIC) s M PREFAB REFL PAV MRK TY1 (W) (ARROW) OCEANDRIVE 10+00 12+00 13+ 0 14 a REFL PAV MRK TY1 (Y) (4") (SLD) (W) (4") (BRK) 2' SEGMENTS 6' GAP PREFAB REFL PAV MRK TY1 W 24" (SLD) PREFAB REFL PAV MRK TY1 (W) (WORD) PREFAB REFL PAV MRK TY1 (WaARROW) OCEANDRIVE BICYCLE RIDER PANEL - =111111 )111111 -------1111111111111111 PREFAB REFL PAV MRK CROSSWALK MARKING PI :���x 4 GREEN PRE-FORMED)REFL PAV MRK TYtREFL PAV MRK TY1al MOPLASTIC)THER(W) (4") (BRK) (Y) (4') (SLD) REFL PAV MRK TY1TY1 (W) (ARROW) TYPE 1 (W) (4') (SLD) REFI PAV MRK TY1 W 4 (SLD REFL PAV MRK TY1 PREFAB REFL PAV MRK (Y) (47 (SLD) (DBL) REFL PAV MRK TY1 TY1 (W) (WORD) 7 YIELD LINES 18 X12) (SLD) s- STRIPING PLAN SCALE: 0 30' 60' SCALE IN FEET 0 0 + H (n W z J 2 U w SHEET 96 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 08, 2015 - 3,55pn User: Isj File: N:\if\Drawings \CV-DCN-PL-STRIPE(01).dwg U REFL PAV MRK TY1 (Y) (4") (DBL) (SLD) v REFL PAV MRK TY1 (W) (4") (BRK) PREFAB REFL PAV MRK TY1 (w) (24") (SLD) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) REFL PAV MRK T71 (W) (YIELD UNES 18"X12") (SLD) REFL PAV MRK TY1 (w) (8") (SLD) REFL PAV MRK TY1 (W) (4") (SLD) REFL PAV MRK TY1 (W) (4") (BRK) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) N ' N 4k(st OCEAN DRIVE PREFAB REFL PAV MRK 5+00 TY1 W WORD CROSSWALK MARKING PREFAB (TYPE 1) PREFAB REFL PAV MRK TY1 (W) (ARROW) 16+00,_ 17+00 PREFAB REFL PAV MRK TY1 (W) (ARROW - 18+00 19+00 CROSSWALK MARKING PREFAB (TYPE 1) 20+00 0 0 -1- N PREFAB REFL PAV MRK TY1 (W) (WORD) OCE4NDR/1/E REFL PAV MRK TY1 (W) (4") (BRK) REF. _ .MR (W) (4") (SLD) - 2-1 /2"IRR /41-1/4"IRR-1 REFL PAV MRK TY1 (W) (8") (SLD) R F PA (W) (4") (BRK) 2' SEGMENTS 6' GAP REFL PAV MRK TY1 (W) (YIELD LINES 18"X12") (SLD) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) REFL PAV MRK TY1 (W) (4") (SLD) REFL PAV MRK TY1 (Y) (4") (SLD) REFL PAV MRK TY1 (W) (4") (BRK) CROSSWALK MARKING PREFAB (TYPE 1) PREFAB REFL PAV TY1 (W) (ARROW) REFL PAV MRK TY1 (W) (8") (SLD) PREFAB REFL PAV MRK TY1 (W) (24") (SLD) MRK STRIPING PLAN SCALE: 0 PREFAB REFL PAV MRK TY1 (W) (WORD) I PREFAB REFL PAV MRK TY1 (Y) (4") (DBL) (SLD) 30' 60' SCALE IN FEET REFL PAV MRK TY1 (w) (4") (BRK) REFL PAV MRK 1Y1 (Y) (4") (SLD) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) REFL PAV MRK TY1 (W) (4") (SLD) 0 0 N Na l - PREFAB REFL PAV MRK TY1 (W) (ARROW) 23+LIU OCEANDR/V- E 24+00,_, ///////!/d CROSSWALK MARKING PREFAB (TYPE 1) 25+00 REFL PAV MRK TY1 (W) (4") (BRK) REFL PAV MRK TY1 (w) (4") (SLD) PREFAB REFL PAV MRK TY1 (Y) (4") (SLD) PREFAB REFL PAV MRK 26+00 Tri (w) (24") (SLD) 27+00 LJ Z J 0 Q TY1 (W) (ARROW) PREFAB REFL PAV MRK TY1 (W) (24') (SLD) CROSSWALK MARKING PREFAB (TYPE 1) OCEAN DRIVE REFL PAV MRK TY1 (W) (4") (BRK) REFL PAV MRK TY1 (W) (8") (SLD) to 00 .001111°- I REFL PAV MRK T (w) (4') (SLD) PREFAB REFL PAV MRK TY1 (W) (YIELD LINES 18"X12") (SLD) STRIPING PLAN SCALE: 0 30' 60' l I SCALE IN FEET (W) (4") (BRK) 2' SEGMENTS 6' GAP BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) REFL PAV MRK TY1— (W) (4') (BRK) REFL PAV MRK TY1 (W) (4") (SLD) REFL PAV MRK TY1 (W) (8") (SLD) MATCHLINE STA. 30+00 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m uJ a DESCRIPTION <n E E Oi O O 0 O U 0 a� E 0 0 m 0 Ym 0 0 a: 0 ;IV c r O C o O h o o � 0 C o 0 o a mv.' w- 0"0 N 0 N 0 Z 0 ;m L O Z L - W 0 O O Z (1) ) 0 J SHEET 97 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Date: Aug 25, 2015 - 1:42pm User: bj File: Ni\if\Drawings \CV-DCN-PL-STRIPEC01).dwg O O MATCHLINE STA. REFL PAV MRK TY1 (W) (8") (SLD) PREFAB REFL PAV MRK TY1 (W) (ARROW) REFL PAV MRK TY1 (Y) (4") (SLD) (DBL) PREFAB REFI PAV MRK TYI (W) (24") (Sl0) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) m n EL/ ABETHST. ' / PREFAB REFL PAV MRK TY1 (W) (WORD) REFL PAV MRK TY1 (W) (4") (BRK) PREFAB REFL PAV MRK TY1 (W) (24") (SLD) REFL PAV MRK TY1 (W) (8") (SLD) PREFAB REFL PAV MRK TY1 (w) (ARROW) REFL PAV MRK TY1 (w) (4") (BRK) REFL PAV MRK TY1 PREFAB REFL PAV MRK PREFAB REFL PAV MRK TY1 (W) (WORD) REFL PAV MRK TY1 (W) (8") (SLD) PREFAB REFL PAV MRK TY1 (W) (ARROW) REFL PAV MRK TY1 (Y) (4") (SLD) (DBL) PREFAB REFL PAV MRK TY1 (W) (24") (51D) MORGAN AVE BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED (W) (4") (SLD) TY1 (W) (ARROW) THERMOPLASTIC) • irik„f-: I/i/////i/1/1/1/1/1li4 OCEANDRIVE CROSSWALK MARKING PREFAB (TYPE 1) _31+00 PREFAB REFL PAV MRK TY1 (W) (WORD) REFL PAV MRK 7Y1 (Y) (4") (SLD) 33+00 34+00- 35+00 6+00 PREFAB REFL PAV MRK TY1 (W) (24") (SLD) PREFAB REFL PAV TY1 W ARROW REFL PAV MRK TY1 (W) (4") (BRK) CROSSWALK MARKING PREFAB (TYPE 1) 38• PREFAB REFL PAV MRK TY1 (W) (24") (SLD) CROSSWALK MARKING PREFAB (TYPE 1) OCEAN DRIVE / r //✓ fir/ ✓ FL REPAV MRK TY1— — (w) (8") (SLD) rr r r/. r / ✓' r r✓ r/ r / ✓rr r / / / / / / REFL PAV MRK TY1 (W) (4") (BRK), / / / REFL PAV MRK TY1 / (w) (4") (SLD) PR/VAT EDRIVE PREFAB REFL PAV MRK TY1 (W) (24") (SLD) .�:::. ✓. !, // r///i,!rG✓/i////.�.✓3�r'�iir✓i/✓..:✓.,. i., / / / / / / / i / / / / / / / / / / / / / / / / / / / / / / / // // / BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) ✓ / y / / / / / / / / / / / PREFAB REFL PAV MRK TY1 (W) (WORD) REFL PAV MRK TY1 (W) (8") (SLO) PREFAB REFL PAV MRK TY1 (W) (24") (5L0) REFL PAV MRK TY1 (W) (4") (BRK) REFL PAV MRK TY' (Y) (4' (SLD) REFL PAV MRK TY1 (W) (4") (SW) STRIPING PLAN SCALE: 0 30' 60' I I SCALE IN FEET PREFAB REFL PAV MRK TY1 (W) (WORD) REFL PAV MRK TY1 (Y) (4") (SLD) (DBL) PREFAB REFL PAV MRK TY1 (W) (24") (SLD) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) REFL PAV MRK TY1 (W) (4") (BRK) ra, CROSSWALK MARKING PREFAB (TYPE 1) PREFAB REFL PAV MRK TY1 (W) (ARROW) 80' II//IUI/IIIIIIJ z REFL PAV MRK TY1 (W) (4") (BRK) REFL PAV MRK TY1 (Y) (4") (SLD) 20' OCEANDRIVE REFL PAV MRK TY1 PREFAB REFL PAV MRK TY1 (W) (WORD) 41+00 x:42+00=° PREFAB REFL PAV MRK TY1 (W) (ARROW) m O PREFAB (TYPE 1) CROSSWALK MARKING PREFAB (TYPE 1) OCEANDRIVE CROSSWALK MARKING REFL PAV MRK TY1 (W) (4") (510) r/. OCEANDR/VE PREFAB REFL PAV MRK TY1 (W) (ARROW) (W) (4") (BRK) /%„r/i/✓NrC11✓rir/✓✓ rri✓ i .r.p iti 67 BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) REFL PAV MRK TY1 (W) (4") (BRK) REFL PAV MRK TY1 (W) (8") (SLD) REFL PAV MRK TY1 (W) (4") (SLD) REFL PAV MRK TY1 (W) (4") (BRK) STRIPING PLAN SCALE: 0 30' 60' SCALE IN FEET O + MATCHLINE STA. CONSULTANT'S SHEET No. FNI PROJECT: COR 1 3155 _ DESCRIPTION m z DESCRIPTION 1-^ 0) O O U a mil �Qc°a oW- (3 0 4_ c O E >- I- a 0 o co REVISION NO. LOUISIANA TO SHEET 98 o/ 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Date: Sep 08, 2015 - 3•56pm User: b j File: N:\if\Drawings\C V-DCN-PL-STRIPEC01).dwg ERADICATE APPROX. 160' OF EXIST. DOUBLE YELLOW STRIPE TO OCEAN DRIVE INTERSECTION. REFL PAV MRK TY1 (4") (SLD) REFL PAV MRK TY1 ((W) (4") (BRK) BICYCLE RIDER PANEL (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) PREFAB REFL PAV MRK TY1 (W) (24") (SLD) \ X11 BUFORD SE 1111141' Aktt PREFAB REFL PAV MRK TY1 (w) (WORD) 1 PREFAB REFL PAV MRK TY1 (W) (ARROW) REFL PAV MRK TY1 (W) (8") (SLD) REFL PAV MRK TY1 (Y) (4") (SLD) (DBL) CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 �sa PREFAB REFL PAV MRK TY1 (W) (24") (SLD) PREFAB REFL PAV MRK 1Y1 (W) (24') (SLD) SHORELINE BLVD. 49+00 PREFAB REFL PAV MRK TY1 (W) (24") (SLD) REFL PAV MRK TY1 (W) (8") (SLD) REFL PAV MRK TY1 (Y) (4") (SLD) Date: Sep 17, 2015 - 11.13am REFL PAV MRK 1Y1 (W) (4') (SLD) REFL PAV MRK TY1 (W) (4") (BRK) User: bj File: N:\if\ Drawings \CV-OCN-PL-STRIPEC01).dwg STRIPING PLAN SCALE: 0 30' 60' SCALE IN FEET CROSSWALK MARKING BICYCLE RIDER PANEL PREFAB (TYPE 1) (50' x 4' GREEN PRE -FORMED THERMOPLASTIC) PREFAB REFL PAV MRK TY1 (W) (241 (SLD) U 8„ Lt Cn E ° O 0 O a 0) 0 0 z w U O 0 z zw -1 O dF- 0 0 z 0 Nt (n Q (n SHEET 99 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 NOTE: 1. SIGN SUPPORTS SHALL BE LOCATED AS SHOWN ON THE PLANS, EXCEPT THAT THE ENGINEER MAY SHIFT THE SIGN SUPPORTS WITHIN DESIGN GUIDELINES. WHERE NECESSARY TO SECURE A MORE DESIRABLE LOCATION OR TO AVOID CONFLICT WITH UTILITIES. REFER TO TRAFFIC SIGN INSTALLATION DETAILS. 2. REFER TO SHT. 140 FOR TRIANGULAR SLIP BASE SYSTEM SIGN MOUNTING DETAILS. 3. CONTRACTOR TO INSTALL 12" OF YELLOW REFLECTIVE TAPE WRAPPED AROUND SIGN POST APPROXIMATELY 4 FEET ABOVE EDGE OF ROADWAY. SPECIAL NOTE: ALL NEW TRAFFIC SIGNS. EXCEPT STREET NAME BLADES, WILL HAVE "F -CAL -ANTI -GRAFFITI PROTECTIVE FILM INSTALLED ON THE FRONT AND BACKSIDE OF EACH SIGN. EXISTING BIKE LANE SIGN (REMOVE "AHEAD" SIGN) CONSULTANT'S SHEET No. FNI PROJECT: COR13155 Z ~.• E * <i�3�y111 a O -� i4'1T! 1 rj I:G4.. OCEANDR/VE 0+00 1+00 2+00 3+00 REMOVE EXISTING SPEED LIMIT SIGNS ( BEGIN J SPEED LIMIT 35 6+ R1-2 — 36"x36"x36" STA. 6+24 R2-1 30"x36" STA. 3+82 =Ct411IailOrS.4111111rsib---- OCEANDR/VE REDUCE SPEED AHEAD R2 -5a 24"x36" STA. 0+00 "NEIGHBORS ON WATCH" SIGN TO BE REPLACED W4-1 36"x36" STA. 2+25 BIKE LANE R7 -9A 12"x18" STA. 8+29 SIGNAGE PLAN SCALE 0 30' 60' 1 I SCALE IN FEET COLE PARK NEXT RIGHT VARIES x 24" STA. 5+14 BIKE LANE 10+040+ R7 -9A 36"x12" 12"x18" STA.VON STA 12+22 (SEE NOTE OTE3 3.) NEIGHBORS ON WATCH" SIGN TO BE REPLACED BEGN RIGHT TURN LANE 1 YIELD TO BITES R4-4 36"x30" STA. 6+26 O 0 + OCEAN DRIVE 10+00 12+00 13+ 14 H OCEAN DRIVE J ONE WAY R6-2 36"x12" STA. 6+78 (SEE NOTE 3.) SPEED LIMIT 35 R2-1 30"x36" STA. 7+50 RIGHT LANE MUST TURN RIGHT R3-7 30"x30" STA. 8+50 WI IA -2 36"x36" STA 9+43 NO PARKING ANY TIME R7-1 18"x24" STA. 9+71 R1-1 30"x30" STA. 10+27 mir/Ale1=11TIMMIElpospict.mmJIEli i 111111'I,I11,1' �� •'` AMPHITHEATER �rNERIGHT ` BIKE LANE REMOVE EXISTING & INSTALL NEW PEDESTRIAN SIGN/FLASHER ASSEMBLY (REFER TO SHEET 173) 4 AHEAD WI1-2 (36"x36") W16 -9P (24"x12") STA. 10+46 SCALE IN FEET R3-17 18'x24" R7 -9A STA. 10+82 12"x18" STA. 11+49 VARIES x 24" STA. 12+47 R6-2 36"x12" STA. 13+26 (SEE NOTE 3.) STREET NAME SIMS AND STOP SKINS (SY NUMBERED LOCATION) STATION LOC. 941. BLADE 9-14. BLADE STOP 6+75 OCEAN DR. 2000 SOUTHERN ST. 100 30" 9+93 OCEAN DR. 1900 ATLANTIC ST. 100 30" 13+12 C) OCEAN OR. 1800 NAPLES ST. 100 30" MATCHLI 00 e '6)-5 0 C O o a 0 o o oh SHEET100 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 17, 2015 - 11:08ar1 User: bj File: NNf\Drawings\CV-OCN-PL-SIGN<01).dwg O O COLE PARK NEXT LEFT VARIES x 24" STA. 14+30 REMOVE EXISTING & INSTALL NEW PEDESTRIAN SIGN/FLASHER ASSEMBLY (REFER TO SHEET 173) U "NEIGHBORS ON WATCH" SIGN TO BE REPLACED HELD HERE REMOVE EXISTING & INSTALL NEW PEDESTRIAN SIGN/FLASHER ASSEMBLY to (REFER TO SHEET 173) ly R7 -9A 12"x18" STA. 15+28 W11A-2 36"x36' FEDESTRWiS W16 -7P 24"x12" !Jo III1111i111i11111k R5-2 24"x24" STA. 17+09 R1-5a(L) 30"x42" STA. 17+54 R7 -9A 12"x18" STA 18+44 R3-17 _18"x24" STA. 20+44 ( AHEAD J W11-2 (36"x361 W16 -9P (24"x12") STA. 20+73 SPEED LIMIT 35 R2-1 30"x36" STA. 21+61 1- N w z J 2 U CQ OCEAN DRIVE 15+00 R3-17 18"x24" STA 16+39 1,5+00„,,,„„„„.„,„„„„„„„,..„4 17+00 19+00 20+00 O O f N R1-1 30"x30" STA. 17+14 •4"IRR- — 2-1 /2"IRR AMPHITHEATER NEXT LEFT VARIES x 24" STA. 22+26 LIJ z J U L1-1/4"IRR TO PEDESTRIANS R1 -50(L) 30"x42" R3-17 REMOVE EXISTING & 18"x24" INSTALL NEW PEDESTRIAN STA. 17+83 WI IA -2 SIGN/FLASHER ASSEMBLY 36"x36" (REFER TO SHEET 173) R5-2 24"x24" STA. 18+68 BIKE LANE R7 -9A 12"x18" STA. 19+50 R6-2 36"x12" STA. 21+04 (SEE NOTE 3.) SPECIAL NOTE: ALL NEW TRAFFIC SIGNS, EXCEPT STREET NAME BLADES. WILL HAVE -CAL-ANTI-GRAFFITI PROTECTIVE FILM INSTALLED ON THE FRONT AND BACKSIDE OF EACH SIGN. R5-2 24"x24" STA. 23+03 23+00 OCEANDRNE 24+00 _. ONLY ONLY R3-8 VAR 36"x30" R3-17 18"x24" STA. 24+73 II11J IIIIII/Ih W16 -7P 24"x12" SIGNAGE PLAN SCALE: 0 30' 60' SCALE IN FEET I NOTE; 1. SIGN SUPPORTS SHALL BE LOCATED AS SHOWN ON THE PLANS, EXCEPT THAT THE ENGINEER MAY SHIFT THE SIGN SUPPORTS WITHIN DESIGN GUIDELINES, WHERE NECESSARY TO SECURE A MORE DESIRABLE LOCATION OR TO AVOID CONFLICT WITH UTILITIES. REFER TO TRAFFIC SIGN INSTALLATION DETAILS. 2. REFER TO SHT. 140 FOR TRIANGULAR SLIP BASE SYSTEM SIGN MOUNTING DETAILS. 3. CONTRACTOR TO INSTALL 12" OF YELLOW REFLECTIVE TAPE WRAPPED AROUND SIGN POST APPROXIMATELY 4 FEET ABOVE EDGE OF ROADWAY. BIKE LANE R7 -9A 12"x18" STA. 29+23 25+00 26+00 OCEAN DRIVE 411,004"4 i 08 0 W4-1 36"x36" STA. 23+00 4> CW1-7 48"x24" STA. 24+98 (SEE NOTE 3.) R1-2 36"x36"x36" STA. 25+38 SIGNAGE PLAN SCALE: 0 30' 60' I 1 SCALE IN FEET R3-17 18"x24" STA. 27+40 SPEED LIMIT 35 R2-1 30"x36" STA. 28+26 SWEET NAME BK3i11S AND STOP SONS (BY NUMBERED LOCATION) STATION LOC. 9-11. BLADE 9-114. BLADE STOP 16+62 ® OCEAN DR. 1700 DEL MAR BLVD. 100 30" 20+90 © OCEAN DR. 1600 COLE ST. 100 30" BIKE LANE R7 -9A 12"x18" STA. 29+22 MATCHLINE STA. 30+00 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION REVISION NO. DESCRIPTION I- U In E 0 1L m REVISION NO. 00 c O10 o 111 5 c 0 O ° Wo a O ° " �Lg �o N 0 N 0 z 0 m rxo ocK 0 z L- Q D w CO U O O (f) z O J O O O z. 0_ v) w O 0 1— z O z O + (n <i' SHEET 1 01 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 17, 2015 - 11.06am User: bj File: N:\if\Drawings \CV-DCN-PL-SIGN(01).dwg ONLY R3-8 VAR 36"x30" ONLY ONLY R3-8 VAR 1.71,14111,14 36"x30" CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 Y'N �dE 0 0 0 M z J 2 0 Q L R3-17 18"x24" STA. 30+92 %llllllllll/llllllllll/I Illl1/llllllllllll8 X s s. -xi 4.5;1 a .. :.. gyu "; w y�a�i % it% moiW� :';' f. 0 0 DO 1-- (n w z J 0 Q R7 -9A 12"x18' STA. 32+49 SPECIAL NOTE: ALL NEW TRAFFIC SIGNS, EXCEPT STREET NAME BLADES, WILL HAVE 'F -CAL -ANTI -GRAFFITI PROTECTIVE FILM INSTALLED ON THE FRONT AND BACKSIDE OF EACH SIGN. R7 -9A 12"x18" STA. 39+66 SPEED LIMIT 35 /rir✓r r ✓r ., r.r � 9/I As� 24 x24 Air ,17,A,A, STA. 34+50 SIGNAGE PLAN SCALE: 0 30' 60' SCALE IN FEET NOTE: 1. SIGN SUPPORTS SHALL BE LOCATED AS SHOWN ON THE PLANS, EXCEPT THAT THE ENGINEER MAY SHIFT THE SIGN SUPPORTS WITHIN DESIGN GUIDELINES, WHERE NECESSARY TO SECURE A MORE DESIRABLE LOCATION OR TO AVOID CONFUCT WITH UTILITIES. REFER TO TRAFFIC SIGN INSTALLATION DETAILS. 2. REFER TO SHT. 140 FOR TRIANGULAR SLIP BASE SYSTEM SIGN MOUNTING DETAILS. 3. CONTRACTOR TO INSTALL 12" OF YELLOW REFLECTIVE TAPE WRAPPED AROUND SIGN POST APPROXIMATELY 4 FEET ABOVE EDGE .OF ROADWAY. R2-1 30"x36" STA. 40+88 R3-17 18"x24" STA. 43+06 ls.=1 ' P_alllllllllllllli' . / R3-2 24"x24" STA. 43+18 R1-1 36"x36" STA. 43+69 CW1-7 I I aa"x2a" STA. 37+45 1(SEE NOTE ,3)— -I— f- 111 I�T 41+00 R6-2 36"x12" STA. 43+54 (SEE NOTE 3) ,/i4 / � r / / r / r r iii ✓ lg %moi//, 6/pi/ ' // ,./ / .✓.. /-..,. r//moi✓i.✓//r ,. ,/� r r ✓.✓/..e' i/ f / T / ✓ r i.;: r p/i✓ ; ,.' ✓ 1 % i,✓i�ia Vii;; ce BIKE LANE R7 -9A 12"x18" STA. 38+79 WB -3 36"x36" STA. 40+50 R5-1 36"x36" STA. 43+89 STA. 44+46 SCALE IN FEET REDUCE SPEED AHEAD R2 -5o 24"x36" STA. 44+12 STREET NAME 81013 AND STOP SK>1'IS (BY NUMBERED LOCATION) STATION LOC. 941 BLADE 9-01. BLADE STOP 43+15 © OCEAN DR. 1200 CRAIG ST. 500 30" 44+29 07 OCEAN DR. 1100 SHORELINE BLVD. 1100 36" 0 0 Ln Z V) w 0E- Q Z O 0 0 (7) -I- <e d N SHEET102 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 ate: Sep 17, 2015 - 11.08an User: bj File: N:\iF\Drawings \CV-OCN-PL-SIGN(01).dwg BIKE LANE ONLY R3-8 VAR 36'x30" R3-17 18"x24 - STA. 46+94 \‘' Vat SHORELINE BLVD. 46+00 47+00-n 48+00 1 49+00— U 2 BIKE LANE R7 -9A 12 -x18 - STA. 45+89 SPECIAL NOTE: ALL NEW TRAFFIC SIGNS, EXCEPT STREET NAME BLADES, WILL HAVE "F -CAL -ANTI -GRAFFITI PROTECTIVE FILM INSTALLED ON THE FRONT AND BACKSIDE OF EACH SIGN. SCALE IN FEET NOTE: 1. SIGN SUPPORTS SHALL BE LOCATED AS SHOWN ON THE PLANS, EXCEPT THAT THE ENGINEER MAY SHIFT THE SIGN SUPPORTS WITHIN DESIGN GUIDELINES, WHERE NECESSARY TO SECURE A MORE DESIRABLE LOCATION OR TO AVOID CONFUCT WITH UTILITIES. REFER TO TRAFFIC SIGN INSTALLATION DETAILS. 2. REFER TO SHT. 140 FOR TRIANGULAR SUP BASE SYSTEM SIGN MOUNTING DETAILS. 3. CONTRACTOR TO INSTALL 12" OF YELLOW REFLECTIVE TAPE WRAPPED AROUND SIGN POST APPROXIMATELY 4 FEET ABOVE EDGE OF ROADWAY. CONSULTANT'S SHEET No. FNI PROJECT: COR1 3155 DESCRIPTION N REVISION NO. DESCRIPTION 0 o: 00 r o � o o n 0 0 -5 C '60 0 0 62 9 0 p h mv.._ w^ co O 0 Z 0 m co o Cr 0 Z b - Q D LiJ m U O O 1— Q Z N O J 0 Z Z go a Lit O 0 O Q + Z Lc) o Q Ln SHEEN 03 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 25, 2015 - 1.46pm User: bj File: N:\if\ Drawings \CV-DCN-PL-SIGN(01).dwg SwY.LTACE PRECAUTION TO PROTECT 1/2" D1Ai M.I.S. CONDUIT DURING 7oN_ ANY :WORK REEATED CONFLICTS 0l,HT SHAU. BE REIRORTED TO ROBERT EY OF CORPUS OHRIST1 MTS DEPT) 361-818fr/43tOMMUZZrigg":''''5.-- OCE4N DRIVE 0+00 1+00 2+00 3+00 OCEgi/DR/VE PROTECT EXISTING STREET LIGHTS ❑ 5+0 0 Ln co SCALE IN FEET PROP. CURB & GUTTER 2b M.I.S. CONDUIT SIGNALIZATION CONDUIT STA 10+26 STREET LIGHTING HANDHOLE DETAIL SCALE: N.T.S. I 5) N E 0 ▪ L , = o U 0 (n o III �Xo 11 U 1— o y— -:)E E I` 0 1— C1 U o OCEAN DRIVE STA 8+00 STREET LIGHTING FOUNDATION & HANDHOLE STA 8+19 M.I.S. HANDHOLE. FIELD LOCATE ON EXISTING M.I.S. LINE STA 9+50 PROP. 3 9 x 84 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) PROP. 6"0 x 275 LF PVC SLEEVE FOR IRRIGATION (4' MIN. DEPTH) PROP. 3'0 x 600 LF PVC CONDUIT FOR STREET UGHTING (4' MIN. DEPTH) STA 12+25 10+00 r PROTECT EXISTING STREET LIGHTS _7+00 1 STA 12+60 STREET LIGHTING FOUNDATION & HANDHOLE 13+00 z J 0 Q STA 9+50 STREET LIGHTING FOUNDATION & HANDHOLE STA 10+25 STREET LIGHTING HANDHOLE STA 11+00 STREET LIGHTING FOUNDATION & HANDHOLE PROP. 2'0 x 530 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) 1 104 104 OCEANDR/VE PROP. 2"0 x 66 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) STA 8+67 M.I.S. HANDHOLE STA 10+50 STREET SIGNALIZATION HANDHOLE (TYPE 'D') REFER TO SHT. 107 PROP. 2.0 x 350 LF PVC SIGNALIZATION CONDUIT (4' MIN. DEPTH) SCALE IN FEET LEGEND — - - — FOUNDATION & HANDHOLE (REFER TO SHEET 107 FOR DETAIL) CONDUIT © CAP ENDS 0 0 z+ Q 0_ 1-- D I -- 0 U) Q 0 J I— I— 0 D 0 + z 0 0 U (r) SHEET104 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Date: Sep 14, 2015 - 10:47am User: bj File: N:\if\Drawings\CV-DCN-PL-CONDUITCOI.dwg O O d (n L1J z J 2 0 O U STA 17+38 STREET SIGNAUZATION HANDHOLE (TYPE 'D') PROP. 2"0 x 326 LF PVC SIGNAUZATION CONDUIT (4' MIN. DEPTH) STA 20+93 STREET LIGHTING HANDHOLE STA 20+68 STREET SIGNALIZATION HANDHOLE REFER TO SHT. 107 I 1 REFER TO SHT. 107 ° STA 14+20 STA 15+80 - STREET LIGHTING FOUNDATION STREET LIGHTING FOUNDATION & HANDHOLE & HANDHOLE •00 — _ 15+000�" PROP. 2"0 x 89 LF PVC SIGNAUZATION CONDUIT (4' MIN. DEPTH) 17+00 STA 19+00 STREET LIGHTING FOUNDATION & HANDHOLE OCEAN DRIVE 18+00 PROP. 3'0 x 181 LE PVC CONDUIT FOR STREET UGHTING (4' MIN. DEPTH) PROP. 3"0 x 460 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) STA 20+93 STREET LIGHTING HANDHOLE 1'+00 20+00 OCEANDRIVE STA 17+40 STREET UGHTING FOUNDATION & HANDHOLE PROP. 2"0 x 795 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) PROP. 3"0 x 85 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) STA 20+55 STREET LIGHTING FOUNDATION & HANDHOLE STA 17+18 STREET SIGNALIZATION HANDHOLE (TYPE 'D') REFER TO SHT. 107 - 2-1 /2"IRR PROP. 2"0 x 304 LF PVC PVC SIGNALIZATION CONDUIT 4"IRR- - (4' MIN. DEPTH) r PROP. CURB & GUTTER L1-1/4"IRR-20 M.I.S. CONDUIT 2"0 SIGNALIZATION CONDUIT DETAIL SCALE: N.T.S. CONDUIT LAYOUT PLAN SCALE: 0 30' 60' SCALE IN FEET PROP. 2"0 x 69 IF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) STA 22+10 STREET LIGHTING FOUNDATION & HANDHOLE STA 23+65 STREET LIGHTING FOUNDATION & HANDHOLE STA 24+87 M.I.S. HANDHOLE PROP. 2"0 x 92 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) STA 27+00 OCEAN DRIVE STREET LIGHTING FOUNDATION & HANDHOLE 23+00 26+00 PROP. 3"0 x 301 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) 28+00 STA 28+60 STREET LIGHTING FOUNDATION & HANDHOLE Lnrvv PROP. 3"0 x 166 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) PROP. 2"0 x 268 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) STA 24+74 M.I.5. HANDHOLE OCEANDRNE PROP. 2"0 x 527 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) SCALE IN FEET LEGEND -i- — FOUNDATION & HANDHOLE (REFER TO SHEET 107 FOR DETAIL) — CONDUIT © CAP ENDS MATCHLINE STA. 30+00 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION w 0 z z 0 DESCRIPTION (— U (I 0 0n 0 am 0 a REVISION NO. LOUISIANA TO 0 0 z+ Q 0 J V) I-- W D (j) O QO H 0 -o 0 + Z ,r 0 U Q 1-- () SHEET105 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 14, 2015 - 10:48am User: bj File: N:\if\ Drawings \CV-OCN-PL-CDNDUIT(011.dwg 00 STA 31+23 STREET LIGHTING HANDHOLE 2 PROP. 3'0 x 109 LF PVC CONDUIT """"""������ / FOR STREET LIGHTING (4' MIN. DEPTH) \ STA 37+50 M.I.S. HANDHOLE r •7 11 7 OCEAN DRIVE -00. STA 30+71 STREET LIGHTING HANDHOLE 31+00 1 32+00 PROP. 3"0 x 525 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) PROP. 2"0 x 134 LF PVC / CONDUIT FOR M.I.S. / 1 (2.5' MIN.DEPTH) / 33+00 34+00 35+00 36+00y, 7+00, STA 30+20 STREET LIGHTING FOUNDATION & HANDHOLE PROP. 2"0 x 732 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) STA 33+70 STREET LIGHTING FOUNDATION & HANDHOLE STA 35+24 STREET LIGHTING FOUNDATION & HANDHOLE OCEAN DRIVE STA 37+30 M.I.S. HANDHOLE 1 38• 7 9 is ar Ar % PROP. 2"0 x 70 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) Apiwsi'�1/1��0'�%Irlinw�y�� -}— 1— CONDUIT LAYOUT PLAN SCALE: o 30' 60' r SCALE IN FEET / / y Vie/ / • PROP. 3"0 x 623 IF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) STA 40+40 STREET LIGHTING FOUNDATION & HANDHOLE -00 OCEANDR/VE 39+00 (1) --�— + atunsmiementre z J 2 0 STA 40+83 40+00 41+00 STA 42+00 STREET LIGHTING FOUNDATION & HANDHOLE STA 43+60 STREET LIGHTING FOUNDATION & HANDHOLE OCEANDR/VE 42 STA 38+80 STREET LIGHTING FOUNDATION & HANDHOLE PROP. 2"0 x 682 LF PVC CONDUIT FOR M.I.S. (2.5' MIN. DEPTH) PROP. 6"0 x 275 LF PVC SLEEVE FOR IRRIGATION (4' MIN. DEPTH) 7/2/ r r"r�ii O\�� 44xp0 STA 43+60 n CONDUIT LAYOUT PLAN SCALE: 0 30' 60' SCALE IN FEET LEGEND — -t — FOUNDATION & HANDHOLE (REFER TO SHEET 107 FOR DETAIL) — — CONDUIT © CAP ENDS MATCHLINE STA. 38+00 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION Ym r REVISION NO. DESCRIPTION 1-12 U REVISION NO. cV O N 0 z 0 m O O CC0 Z W CO U 0 LOUISIANA TO SHEET106 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 14, 2015 - 10:49om User: bj File: N:\if\Drawings\CV-DCN-PL-CONDUIT(01).dwg STA 47+27 STREET LIGHTING HANDHOLE STA 45+10 STREET UGHTING FOUNDATION & HANDHOLE STA 46+80 STREET UGHTING HANDHOLE PROP. 3"0 x 69 LF PVC CONDUIT FOR STREET UGHTING (4' MIN. DEPTH) — _46+00 .47+00 PROP. 3"0 x 219 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) SHOREL/NEBLVD. STA 47+18 SHOREL/NEBLVD, 48+00 (—i— I 49+00 STREET UGHTING HANDHOLE PROP. 3"0 x 44 LF PVC CONDUIT FOR STREET LIGHTING (4' MIN. DEPTH) STA 46+80 STREET UGHTING HANDHOLE 0 x 0 0, 01 3 36" (M.I.S) 18" (ST. UGHTING) N hUS. QUAZITE PG24368A24-IIA OR APPROVED EQUIVALENT STREET LIGHTING CDR SYSTEMS PA -12-1324-18 OR APPROVED EQUIVALENT PULL BOX (HANDHOLE) PLAN SCALE: N.T.S. HEAVY DUTY TRAFFIC RATED COVER WITH SERVICE DESCRIPTION ETCHED INTO COVER CONCRETE RING AROUND BOX FIN. GRADE OR PAVEMENT POLYMER CONCRETE FIBERGLASS REINFORCED t NOTE: ALL FITTINGS TO BE (SCHEDULE 80) GREY PVC. 6" TO 8" THICK COMPACTED GRAVEL BASE 2" GREY PVC (SCH 80) CONDUIT FOR M.I.S WITH MULE TAPE (2500 LB. RATED) GREY PVC (SCH 80) CONDUIT FOR STREET UGHTING WITH MULE TAPE (2500 LB. RATED) CONDUIT LAYOUT PLAN SCALE: 0 PULL BOX (HANDHOLE) SECTION SCALE: N.T.S. 30' 60' SCALE IN FEET STA 48+20 EXISTING 24" X 36" M.I.S. BOX LEGEND - t — FOUNDATION & HANDHOLE (REFER TO SHEET 107 FOR DETAIL) - — CONDUIT 0 CAP ENDS WARNING MARKER TAPE "DANGER HIGH VOLTAGE" FIN. GRADE 111mf Jjjm CONTRACTOR MAY USE EXCAVATED MATERIAL OR SAND AS BACKFILL MATERIAL COMPACTED TO 95% STD. PROCTOR DENSITY AROUND CONDUIT. 2" OR 3" GREY PVC CONDUIT WITH MULE TAPE (2500 LB. RATED) TYPICAL CONDUIT EMBEDMENT DETAIL SCALE: N.T.S. CONCRETE CURB, CONC. MEDIAN OR CONC. SIDEWALK IRRIGATION SLEEVE DETAIL SCALE: N.T.S. 6" SCH 80 PIPE SLEEVE 3 {,13 BARS AT EACH END OF VERTICAL REBARS 3/4" CHAMFER is C BOLT CIRCLE DIAM. ANCHOR BOLT (SPACED 90°) E- VERTICAL REBAR CIRCULAR TIES OR SPIRAL (D— INSIDE DIAM.) //'.:i ����r�/j Nptes: 1) G.L. Moment capacity: '1 16 In. Dia. -41 Ft -K 22 In. Dia. -108 Ft -K 2) All concrete work shall be II in accordance with ACI - - t_ 310-77 and have a 28 day cownreasive..etr..ength of (I l,,. 2500 PSI. /// / 511 X 8' GROUND ROD 8 3) Reinf. steel: ASTNA-615 grade 40 deformed bars. 4) Dimensions: Anchor Base A - Diameter 16" MR se 22 B - D1.. Rebar 8)" 1 " C - Dolt Circle 11" D - Inolde Tie Dia 91" R - Vert. Rebar F - '1'F• Spacing 6 116 118 14" 16" 6 CU GROUND WIRE 2" PVC OR DUCT r,. .. DUnrc .__.. 71143 TIES (F -SPACE O.C.) 5) Behar cages shall be ac- e) curately s securely tied (minimum of 506 of joints 3� to I,u tied), welding rebar is not per- mitted. Rebar cages shall be placed as shown and adequately secured to insure the specified cover. The general tolerance for tying and placing rebar shall be 3 1 inch. 6) Anchor bolts to be 1" x 36" x 4", Grade A325 galvanised to ASTM -A153 spec. 7) All foundations to be 12 foot deep below grade. gp/L9d CONCRETE BASE FOR AL. LIGHTING STANDARD - PREFERREDT7` REV. SCALE I"=1'-0" (APP. I,JN)p, IDATE 6/83 At:( I UO3-020.0 DESCRIPTION w z z 0 O CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 :`e�•• -oma; �� to Cn DESCRIPTION 0) 0 U li Cio 0 'hi Lc; W0 U F. ° y_ G o E I: • O 1--- .E3 -U o w REVISION NO. r N 0 N 0 z 0 W m Cr 0 0 Cr0 Z Q W m U 0 0 F— a Z () 5 0 J Z <z O W F— 0 0 < 0 + F- V7 0 ' z� U SHEET1 07 of 190 RECORD DRAWING NO. STR-883 C11Y PROJECT / E12093 Date: Sep 14, 2015 - 10:52am User: bj File: N:\if\ Drawings \CV-DCN-PL-CONDUIT(01).dwg NOTE: 0+00 1+00 SEDIMENT CONTROL FENCE (85 LF) 1' OUTSIDE OF EXIST. SIDEWALK EXISTING CURB INLETI (REFER TO SHEET 114) OCEANDR/VE EXISTING CURB INLET REFER TO SHEET 114) (REFER TO SHEET 114) 2+00 0 0 3+00 4+00 5+00 PROP. BASELINE 6+00 'EXISTING CURB INLET (REFER TO SHEET 114) 0 LO 1c (t) W Z J U OCEAN DRIVE 1. FOR CONTRACTORS INFORMATION ONLY. 2. WATERING BASED ON 0.5 WATERING DEPTH PER WEEK WHICH EQUAL APPROX 13,575 GAL/ACRE/WEEK 3. PERIMETER SILT FENCING AROUND INLET AND MANHOLE LOCATIONS SHALL BE INSTALLED AFTER PIPE IS PLACED. CURB INLET PROTECTION AT CURB INLET LOCATIONS SHALL BE INSTALLED AFTER INLET TOP PLACEMENT. 0 In I II X11 SOUTHERN ST. SEDIMENT CONTROL FENCE (50 LF) 1' INSIDE OF PROPERTY LINE LEGEND CI-# PROPOSED CURB INLET MH -M PROPOSED MANHOLE AREA TO RECEIVE BLOCK 50D, FERTILIZER, r--, L - y' - SILT FENCE AND WATERING TEMP FILTER FABRIC INLET AND MANHOLE PROTECTION AND CURB INLET PROTECTION (REFER TO SHEET 114 (TYP.) SEDIMENT CONTROL FENCE (62 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (62 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (80 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (43 LF)I- 1' INSIDE OF PROPERTY LINE CI -2 STA. 9+95.43 (60.1' LT) CI -1 MH -1 STA. 7+30.27 (57.0' LT) STA. 6+92.03 (62.1' LT) OCEAN DRIVE MH -2 CO 1126 -1 --STA. 6+75.38 (22.2' LT) 7+00 1- 8+00 _1 9+00 MH -3 STA. 10+09.53 (61.5' LT) 10+00 STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' SCALE IN FEET SEDIMENT CONTROL FENCE (134 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (45 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (388 IF) 1' OUTSIDE OF EXIST. WALK SEDIMENT CONTROL FENCE (58 LF) 1' INSIDE OF PROPERTY UNE CI -3 STA. 10+25.42 (63.0' LT) MH -4 STA. 10+14.98 (2.0' LT) CI -5 STA. 13+70.82 (39.5' LT) r -i MH -5 JL - STA. 13+73.80 (26.0' LT) 11+00 12+00 13+00 {- CI -4 STA. 10+45.13 (39.5' RT) .ITT';' A z. 110W Z J DCF- Qi(,,,,,,e"-- SEDIMENT CONTROL FENCE (332 LF) 1' OUTSIDE OF EXIST. SIDEWALK SEDIMENT CONTROL FENCE (403 LF) 1' OUTSIDE OF EXIST. SIDEWALK STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' SCALE IN FEET 6 a N CONSULTANT'S SHEET No. FNI PROJECT: COR13155 N E zc N O W In N E 62 Q = 0 U (J) o 2 c X U OL+.I"' UI—° y� C 0 N E >- O I— a U n 01. O 0 Z 0 W CO CC O 0 Z Li W m U O LOUISIANA TO 0 1- SHEET108 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT 1 E12093 Dote: Sep 23, 2015 - 5,07pm User: bj File: N:\if\ Drawings \CV-OCN-PL-SW3PC01).dwg O O 0 0 SEDIMENT CONTROL FENCE (98 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (164 LF) 1INSIDE OF PROPERTY LINE •I (I) •00 LJ z CI -6 = STA. 14+63 (39.5' RT) 0 MH-6 TSTA. 14+63.02 (26.0' LT) L J OCEAN DR/VE MH -7 STA. 16+62.24 (26.0' LJ 15+00 16+00_ EX -MH -1 STA. 14+62.98 (169.1' RT) r'1 LJ SEDIMENT CONTROL FENCE (280 LF) 1' OUTSIDE OF EXIST. SIDEWALK v NOTE; U SEDIMENT CONTROL FENCE (48 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (34 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (51 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (56 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (70 LF') 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (29 LF) 1' INSIDE OF PROPERTY LINE SEDIMENT CONTROL FENCE (34 LF) 1' INSIDE OF PROPERTY LINE 311�iuir .,.W.a Aine a moi. �7►i////////b CI -8 D rep STA. 17+46.96 (39.5' LT) L -MH -B STA, 17+44.84 (26.0' LT) 17+00 18+00 CI -9 STA. 17+46.96 (39.5' RT) 0 1. FOR CONTRACTORS INFORMATION ONLY. OCEAN DRIVE 19+00 20+00 1r4! ■f1 r_ u 13 CI -10 STA. 20+93.15 (71.7' LT) MH -9 STA. 21+09.13 (72-0' LT) SEDIMENT CONTROL FENCE (100 LF) 5' OUTSIDE OF PROP. SIDEWALK MH -10 STA. 21+09.13 (25.5' RT) ��. - - -- .. �- _ -.� �..f; ai{ice/////!•''//�/��/�� 21+00 2 0) W 2. WATERING BASED ON 0.5 WATERING DEPTH PER WEEK WHICH EQUAL APPROX 13,575 GAL/ACRE/WEEK 3. PERIMETER SILT FENCING AROUND INLET AND MANHOLE LOCATIONS SHALL BE INSTALLED AFTER PIPE I5 PLACED. CURB INLET PROTECTION AT CURB INLET LOCATIONS SHALL BE INSTALLED AFTER INLET TOP PLACEMENT. SEDIMENT CONTROL FENCE (127 LF) 5' OUTSIDE OF PROP. SIDEWALK SEDIMENT CONTROL FENCE (184 LF) 5' OUTSIDE OF PROP. SIDEWALK / wle//////O///i'O//////////iiy/////////Q/A V., STA. 22+84.99 (39.5' RT) CI -14 STA. 25+05.10 (89.8' LT) f'11111Prt <46ifietoz CI -12 STA. 22+84.99 (39.5' LT) 23+00 24+00 25+ 100 - F -F - 0 © MH -11 STA. 22+90 (24.8' RT) r L MH -13 STA. 25+04.84 (26.6' RT) SEDIMENT CONTROL FENCE (462 LF) 1' INSIDE OF PROPERTY LINE STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' AYERSST / MH -14 STA. 25+31.57 (82.8' LT) r CI -15 STA. 25+46.57 (78.8' LT) SCALE IN FEET l#777777777/l�'7777 7T%TlT/ ii777%T7=7 LEGEND CI -N MH-* L --J PROPOSED CURB INLET PROPOSED MANHOLE AREA TO RECEIVE BLOCK SOD, FERTILIZER, AND WATERING TEMP FILTER FABRIC INLET AND MANHOLE PROTECTION AND CURB INLET PROTECTION (REFER TO SHEET 114 (TYP.) SILT FENCE SEDIMENT CONTROL FENCE (465 LF) 5' OUTSIDE OF PROP. SIDEWALK 2 .7 AF O SEDIMENT CONTROL FENCE (167 LF) 1' INSIDE OF PROPERTY LINE OCEAN DRIVE CI -16 STA. 27+09.81 (39.5' LT) 26+00 27+00 28+00 29+00 30 SEDIMENT CONTROL FENCE (145 LF) 5' OUTSIDE OF PROP. C&G V MH -12 STA. 24+77.77 (138.1' RT) l L141121 TJ f MH -15 STA. 27+09.29 (26.0' RT) 1 CI -17 L J STA. 27+12.34 (40.5' RT) 6.1 STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' SCALE IN FEET SEDIMENT CONTROL FENCE (442 LF) 2' OUTSIDE OF PROP. SIDEWALK MATCHLINE STA. 30+00 DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 m 0 REVISION NO. DESCRIPTION m a REVISION NO. N 0 N 0 Z 0 w CO CC 0 0 z� Q LJ m U 0 LOUISIANA TO z 0 zo O O z + O LJ EI!Q Z � O i O O O O+ d LJ ~j a ,U) V / LL 0 1- (n SHEET 109 of 19 0 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 23, 2015 - 507pm User: bj File: N.\if\ Drawings \CV-DCN-PL-SW3P(01).dwg 0 0 0 1- (/) L1J z J 0 a 0 0 60 ro SEDIMENT CONTROL FENCE (136 LF) 5' OUTSIDE OF PROP. WALK 77i;77777 •0 31+00 32+00 SEDIMENT CONTROL FENCE (268 LE) 5' OUTSIDE OF PROP. SIDEWALK 33+00 OCEAN DRIVE 34+00 SEDIMENT CONTROL FENCE (16 LF) 5' OUTSIDE OF PROP. SIDEWALK SEDIMENT CONTROL FENCE (115 LF) 5' OUTSIDE OF PROP. SIDEWALK ./77777777//////// 35+00 36+00 SEDIMENT CONTROL FENCE (137 LF) 5' OUTSIDE OF PROP. SIDEWALK tit CI -19 STA. 37+05.42 (39.5' LT) 37+00 MH -16 STA. 33+50 (26.0' RT),,,1 LJ STA. 33+50 (39.5' RT) MH -17 STA. 37+05.42 (26.0' RT) CI -20 I 1 STA. 37+00 (39.5' RT) L J 38 A11111111111111111111111 v7 — SEDIMENT CONTROL FENCE (75 LF) 2' OUTSIDE OF PROP. WALK SEDIMENT CONTROL FENCE (660 LF) 25' OUTSIDE / OF PROP. WALL MH -18 / STA. 37+34.31 (68.3' RT) c c SEDIMENT CONTROL FENCE (266 LF) 5' OUTSIDE OF PROP. SIDEWALK /y /ff /,777/////7.77, sr SF — SF SEDIMENT CONTROL FENCE (34 LF) 5' OUTSIDE OF PROP. SIDEWALK SF SF SF SEDIMENT CONTROL FENCE (30 LF) 3' OUTSIDE OF PROP. SIDEWALK SF N SF SF SF SF STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' SCALE IN FEET SEDIMENT CONTROL FENCE (149 LF) 5' OUTSIDE OF PROP. SIDEWALK ®%/ZZ5'j////// A %/////ZIA% Z. CI -21 STA. 38+29.49 (39.5' LT) OCEANDR/VE CI -22 STA. 43+21.87 (76.1' LT) y sr SF SF r J SEDIMENT CONTROL FENCE (141 LF) 5' OUTSIDE OF PROP. SIDEWALK CI -23 STA. 43+87.97 (75.1' LT) SEDIMENT CONTROL FENCE (53 LF) 1.5' OUTSIDE OF PROP. SIDEWALK War OCEAN DRIVE SF 4q%00 SEDIMENT CONTROL FENCE (677 LF) 3' OUTSIDE OF PROP. SIDEWALK .................................... NOTA 1. FOR CONTRACTORS INFORMATION ONLY. 2. WATERING BASED ON 0.5 WATERING DEPTH PER WEEK WHICH EQUAL APPROX 13,575 GAL/ACRE/WEEK 3. PERIMETER SILT FENCING AROUND INLET AND MANHOLE LOCATIONS SHALL BE INSTALLED AFTER PIPE IS PLACED. CURB INLET PROTECTION AT CURB INLET LOCATIONS SHALL BE INSTALLED AFTER INLET TOP PLACEMENT. LEGEND CI-# MH-# L --J PROPOSED CURB INLET PROPOSED MANHOLE AREA TO RECEIVE BLOCK SOD, FERTILIZER, AND WATERING AREA TO RECEIVE SOIL STABILIZATION. (REFER TO SHEET 115 FOR DETAILS) TEMP FILTER FABRIC INLET AND MANHOLE PROTECTION AND CURB INLET PROTECTION (REFER TO SHEET 114 (TYP.) — SF — SILT FENCE STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' SCALE IN FEET MATCHLINE STA. 38+00 DESCRIPTION m a REVISION NO. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION 0 >- U a 0 REVISION NO. N 0 N 0 z 0 LUJ , E0 act 0 Z W CO 0 0 LOUISIANA TO z -J a_ zo 00 z + W LT) > 't LiJ OC Q z (n 00 5 I— J O 0 O O + d 0 CC 1'r) W • Q Q 1— (n CC0 1— SHEET 1 10 of 19 0 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Dote: Sep 23, 2015 - 5.08pr1 User: bj File: Ni\iF\ Drawings \CV-DCN-PL-SW3P(01).dwg • SEDIMENT CONTROL FENCE (172 LE) 1.5' OUTSIDE OF PROP. WALK V1 0 1-- ▪ 00 uJ z .J U SHOREL/NEBL VD. 46+00 47+00 -ED r�� LJ CI -24 STA. 48+02.11 (42.0' LT) SEDIMENT CONTROL FENCE (75 LE) 3' OUTSIDE OF PROP. WALK 'EXISTING CURB INLET' REFER TO SHEET 114 REFER TO SHEET 114 48+00 SEDIMENT CONTROL FENCE (255 LE) 3' OUTSIDE OF PROP. WALK 49+00 ( 1 0 50+00 j STORM WATER POLLUTION PREVENTION PLAN SCALE: 0 30' 60' SCALE IN FEET NOTE. 1. FOR CONTRACTORS INFORMATION ONLY. 2. WATERING BASED ON 0.5 WATERING DEPTH PER WEEK WHICH EQUAL APPROX 13,575 GAL/ACRE/WEEK 3. PERIMETER SILT FENCING AROUND INLET AND MANHOLE LOCATIONS SHALL BE INSTALLED AFTER PIPE 15 PLACED. CURB INLET PROTECTION AT CURB INLET LOCATIONS SHALL BE INSTALLED AFTER INLET TOP PLACEMENT. LEGEND CI -Q PROPOSED CURB INLET MH-# PROPOSED MANHOLE AREA TO RECEIVE BLOCK SOD, FERTILIZER, AND WATERING TEMP FILTER FABRIC INLET AND MANHOLE PROTECTION r — —1 L — _ J AND CURB INLET PROTECTION (REFER TO SHEET 114 (TYP.) SILT FENCE — g — EXISTING CURB INLET REFER TO SHEET 114 CONSULTANT'S SHEET No. FM PROJECT: COR 13155 DESCRIPTION m REVISION NO. DESCRIPTION F` N 0 U v) 111 X 0 U F— 0 Li° 4 O E 0 1— 0. U o REVISION NO CV 0 N 0 z 0 L1J CO 0 0 L 0 zLJ D LLJ CO U 0 LOUISIANA TO z 0 z 0 LJ0 >z LJ LsJ El- 0 z 0 0 F— O D J O t O Ct LLJU) Q 0 'F— ( SHEET1 1 1 of 19 0 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 23, 2015 - 5:08pm User: bj File: N:\if\ Drawings \CV-OCN-PL-SV3PC01).dwg SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS z o it `''i v a CONSULTANT'S SHEET No. FNI PROJECT:COR13155 PROJECT LIMITS- OCEAN DRIVE FROM LOUISIANA TO BUFORD ST, SOIL STABILIZATION PRACTICES: T TEMPORARY SEEDING OTHER EROSION AND SEDIMENT CONTROLS: MAINTENANCE. All erosion and sediment controls will be maintained ' �F'%F.1, *:: al %NICHOLAS A. CECAVA lig, . 97391 ': It 4's .A 9 2 Freese and Niche t inc. Texas Registered Engineering Firm F-2144 TOTAL PROJECT LENGTH IS 4425 FT. = 0.83 MILES P PERMANENT PLANTING, SODDING, OR SEEDING in good working order. If o repair is necessary PROJECT DESCRIPTION- GRADING, DRAINAGE, STRUCTURES, WATERLINES, STABILIZED FLEXIBLE MULCHING it will be done at the earliest date possible but _ P SOIL RETENTION BLANKET no later than 7 calender days after the surrounding BASE, ASPHALT PAVEMENT,CONCRETE DRIVEWAYS, SIDEWALKS & BUFFER exposed ground has dried sufficiently to prevent WHEELCHAIR CURB RAMPS AND CURB & GUTTER. ZONES P PRESERVATION OF NATURAL RESOURCES further damage from heavy equipment. The area adjacent to the bayor drainageways shall have OTHER. DISTURBED AREAS ON WHICH CONSTRUCTION ACTIVITY HAS CEASED SHALL BE priority followed by devices protecting storm sewer inlets. INSPECTION: An inspection will be performed by the contractor STABILIZED WITHIN 14 DAYS UNLESS ACTIVITIES ARE SCHEDULED TO RESUME OR BE PERFORMED WITHIN 21 DAYS every 14 days as well os after every half inch or rinFlulEgtis 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 STRUCTURAL PRACTICES: T SILT FENCES more of rain (as recorded on a non-freezing rain gauge to be located at the Project Site). An inspection and maintenance report should be mode each inspection. SOIL DISTURBING ACTIVITIES* SOIL DISTURBING ACTIVITIES WILL INCLUDE per ed on the inspectiontthresultsnspethe controls shall be BMAJOR revisedev according to the inspection report. PREPARING RIGHT-OF-WAY EXCAVATION AND EMBANKMENT FOR THE ROADWAYS, GRADING, HAY BALES INLETS, STORM SEWERS, WATERLINES AND RETAINING WALLS AT THE TIMES AND LOCATIONS ROCK BERMS WASTE MATERIALS. The dumpster used to store all waste material LISTED BELOW. DIVERSION, INTERCEPTOR, OR PERIMETER DIKES DIVERSION, INTERCEPTOR, OR PERIMETER SWALES t m DIVERSION DIKE AND SWALE COMBINATIONS shall meet all state and local city solid waste PIPE SLOPE DRAINS management regulations. All trash and construction PAVED FLUMES debris will be deposited in the dumpster. The dumpster T ROCK BEDDING AT CONSTRUCTION EXIT will be emptied as necessary or as required by local w o TIMBER MATTING AT CONSTRUCTION EXIT regulation and the trash will be hauled to a local landfill. CHANNEL LINERS No construction waste material will be buried on site. SEDIMENT TRAPS SEDIMENT BASINS HAZARDOUS WASTE (INCLUDING SPILL REPORTING): In the event of o spill which z o s ' .___L— STORM INLET SEDIMENT TRAP STONE OUTLET STRUCTURES CITY of CORPUS CHRISTI TEXAS Department of Capital Programs _P__ CURBS AND GUTTERS P STORM SEWERS moy be considered hazardous, the oppropriote spill coordinator shall be contacted immediotely. VELOCITY CONTROL DEVICES EROSION CONTROL LOGS z o a U o — OTHER: SANITARY WASTE* All sonitory waste will be collected from the portable units as necessory NARRATIVE - SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ACTIVITIES: 1. Install structural controls and inlet protection at existing inlets prior to or os required by local regulations by o licensed sanitary waste management contractor. disturbance of existing topsoil. 10.8 ACRES 2. Install silt fences: OFFSITE VEHICLE TRACKING: X HAUL ROADS DAMPENED FOR DUST CONTROL A. Around topsoil stockpiles and at embankment and excavation locations TOTAL PROJECT AREA TOTAL AREA TO BE DISTURBED• 10.8 ACRES B. Around all new and temporary inlets as soon as they are functional. �L_ LOADED HAUL TRUCKS TO 8E COVERED WITH TARPAULIN 3. Install curb inlet protections as indicated on the drowings. WEIGHTED RUNOFF COEFFICIENT: (AFTER CONSTRUCTION)• ((Provide combined runoff coeff.)) OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CITY OF CORPUS CHRISTI STORM WATER POLLUTION PREVENTION PLAN NOTES 1 of 3 EXCESS DIRT ON ROAD REMOVED DAILY —X- STABILIZED CONSTRUCTION ENTRANCE OTHER. Install stabilized rock construction entrance for slope work at Morgan Ave. 4. Install stabilized construction entrance for slope work EXISTING CONDITION OF SOIL & VEGETATIVE COVER AND % OF EXISTING VEGETATIVE COVER: 5. Construct the proposed improvements in accordance with the plans and specifications. at oppropriote point in construction sequence prior to any slope work. Construction of entrance will be subsidiary to the items for slope 6. Prepare topsoil and apply gross block sodding to areas specified in the stobilizotion improvements. FAT CLAY SOIL (CH) contract documents. > m PAVEMENT AND FLATWORK 70% Disposal areas, stockpiles, and haul roads shall be constructed in a GRASS LANDSCAPING 30% 7. Prepare topsoil and apply seeding for erosion control on all areas outside of REMARKS manner that minimize the that the right-of-way disturbed by contractor's activities. will and control sediment may enter receiving woterways. Disposal oreos shall not be locoted in onv woterwoy. woterbody or Construction ¢ 0 8. Upon completion of construction activities, remove all temporary structural streambed. staging areas and vehicle maintenance areas shall be by the in NAME OF RECEIVING WATERS: CORPUS CHRISTI BAY BASIN controls and re -seed areas disturbed by their removal. constructed contractor a manner which minimizes the runoff of all oollutants. All waterways shall be cleared as soon as practical of temporary embankments. temporary bridges. matting. falnework. piling debris and other CC -BB -250 obstructions placed during construction operations that are not of the CC -B8-240 STORM WATER MANAGEMENT. part finished work. z z 991 I CC -B8-230 PERMITS: CC -BB -220 During construction of the improvements, storm water runoff will be conveyed via existing ditches, curb & putters, inlets, and storm sewers: and such temporary drainage structures that moy be required to be provided by contractor until the CONTRACTOR SHALL UTILIZE 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 LIMITED 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. ALL PERMITS SHALL BE INCLUDED AND PAID FOR USING THE BID ITEM FOR "STORM WATER POLLUTION PREVENTION PLAN". VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on ioximmi IhIe ek.a4 ...Al,.*i.....I. permanent storm water drainage improvements have been constructed SHEET 1 12 of 19 0 RECORD DRAWING NO. STP -883 CITY PROJECT if E12093 Date: Sep 25, 2015 - 1123am User: bj File: N:\if\Drawings\NEW CDCC STD\CDCC STD SW3Rdwg Stormwater Pollution Prevention - Clean Water Act Section 402 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 in accordance with TPDES Permit TXR 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, Woterbodies and Wetlands Clean Water Act Sections 401 & 404 USACE Permit required for filling, dredging. excavating or otter 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. Required Actions: List waters of the US permit applies to, location in project and check Best Management Practices planned to control erosion, sedimentation and post -project TSS. 1. 2. 3. 4. Best Management Practices: Erosion ❑ Temporary Vegetation ® Blankets/Matting ❑ Mulch Sodding ❑ Interceptor Swale ❑ Diversion Dike ❑ Erosion Control Compost ❑ Mulch Filter Berm and Socks ❑ Compost Filter Berm and Socks Sedimentation ® Silt Fence ❑ Rock Berm ❑ Triangular Filter Dike ❑ Sand Bag Berm 0 Straw Bole Dike ❑ Brush Berms ❑ Erosion Control Compost ❑ Mulch Filter Berm and Socks ❑ Compost Filter Berm and Socks ❑ Stone Outlet Sediment Traps O Sediment Basins ® Curb Inlet Protection Post -Construction TS5 ❑ Vegetative Filter Strips ❑ Retention/Irrigation Systems ❑ Extended Detention Bosin ❑ Constructed Wetlands ❑ Wet Basin 0 Erosion Control Compost ❑ Mulch Filter Berm and Socks ❑ Compost Filter Berm and Socks ❑ Vegetation Lined Ditches ❑ Sand Filter Systems III. Cultural Resources 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 Action No. 1. 2. 3. 4. 5. 0 Required Action IV. Vegetation Resources 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. ® No Action Required Action No. 1. 2. 3. 4. 0 Required Action 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 otter structures during nesting season of the birds associated with the nests. If caves or sinkholes ore discovered. cease work In the Immediated area, and contact the Engineer Immediately. VI. Hazardous Materials or Contamination Issues General (applies to all protects): Comply with the Hazard Communication Act (the Act) for personnel who will be working with hazardous materials by conducting safely meetings prior to beginning construction and making workers aware of potential hazards In tie workplace. Ensure that all workers are provided with personal protective equipment approplate for any hazardous materials used. Obtain and keep on-site Material Safety Data Sheets, (MSDS) for all hazardous products used on the protect, 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 bore ground and covered, for products which may be hazardous. Maintain product labelling as required by the Act. Maintain an adequate supply of on-slte 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 os normo/) • Trash piles. drums. canister. barrels, etc. • Undesirable smells or odors • Evidence of leaching or seepage of substances Any other evidence indicating passible hazardous materials or contamination discoverd on site. Hazardous Materials or Contamination Issues Specific to this Protect: ▪ No Action Required Action No. 1. 2. 3. 4. VII. Other Environmental Issues 0 Required Action (Include applicable regionol or site specific enviromental issues.) ® No Action Required Action No. 1. 2. 3. 4. 0 Required Action CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION w 0 O z 0 DESCRIPTION ul E • 2 U o 6 • (r) .6_ am) a. !h p w 0 k o a' >- til U o a 0 REVISION NO. N O 0 Z 0 , Et o 0 Q 0 Z Q � W m U O O 1- a Z O J (1) 1-- w a J t - N Z IiJ U ( Z DO Ct O > Lt. Z olij U W 0 H (n 0 N U 0 W ISSUED AND COMMENTS SHEET 1 13 of 190 RECORD DRAWING /10. STR-883 CITY PROJECT if E12093 Dote: Sep 17, 2015 - 4:03pr1 User: bj File: N:\if\Drawings\NEW COCC STD\COCC STD SW3P.dwg TEMPORARY DRAIN HOLES 2" DRAIN PLUG AFTER USE 8' USUAL SUPPORT POSTS INLET WALLS N 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 SILT FENCE EXTEND 2'-0" MINIMUM BEYOND INLET OPENING AT EACH END 3" OVERLAP AT FABRIC SPLICES VAPoES 32 LF OF SILT FENCE PER MANHOLE MANHOLE - PLAN NOT TO SCALE 2"x4"-W1.4xW1.4 WIRE FABRIC STRUCTURE CUT AWAY OF FILTER FABRIC (4" FROM TOP DOWN) FLOW 20 Ib SANDBAGS (DOUBLE BAGGED) AT 3' O.C. -/ CLEAR OPENING 20 Ib SANDBAGS (DOUBLE BAGGED) AT 3' 0.C. SEE NOTE 1 - FILTER FABRIC 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 15 PLACED. 3. FABRIC MATERIAL SHALL BE A NET -REINFORCED FENCE, USING WOVEN GEOTEXT1LE 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 4 OZ. MIN. WOVEN GEOTEX TILE FILTER FABRIC NOTE: REFER TO STANDARD SPECIFICATION SECTION 022420 "SILT FENCE" 4' LONG (MIN.) STEEL "T" 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 -CLIPS 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 +06,•1O,.�0.I. 4 Imwi//•/� ll� �1 �I %NS,� PROP. CHANNEL $.1��/ ,' ..�.L1I1/ FLOWLINE �� INE *-Z4Y"iI 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 WITH 1/4" OR 3/8" CONCRETE SCREWS. THE 1/4" OR 3/8" CONCRETE SCREWS SHALL BE ATTACHED TO THE GUTTER BY DRILLING 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 LIEU 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 LIEU 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 CLIPS 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 STABILIZED. 4" MIN. SEE NOTE 6 LA ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL NOT TO SCALE GALVANIZED WOVEN WIRE MESH SEE NOTE 4 OPEN GRADED ROCK 2 2' MIN. 4 GALVANIZED WOVEN WIRE MESH 4" MIN. SEE NOTE 6 SECTION A -A NOT TO SCALE PROP. CHANNEL FLOWLINE BOCK 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 GUIDLELINES 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. x THE GUIDELINES SHOWN HERE ARE SUGGESTIONS ONLY AND MAY BE MODIFIED BY THE ENGINEER. EXISTING GRADE 50' MIN. GRADE TO PREVENT RUNOFF FROM LEAWNG SITE 8" MIN PROFILE PROVIDE APPROPRIATE TRANSITION BETWEEN STABILIZED CONSTRUCTION ENTRANCE AND PUBLIC RIGHT-OF-WAY 50' MIN. r L PLAN STABILIZED CONSTRUCTION ENTRANCE NOT TO SCALE ROADWAY R.O.W 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 70 ENTRANCE ONTO PUBLIC ROADWAY. WHEN WASHING IS REQUIRED, IT SHALL BE DONE ON AN AREA STABILIZED WITH CRUSHED STONE AND DRAINS INTO AN APPROVED TRW 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 PUBLIC 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 TRW SEDIMENT. ALL SEDIMENTS THAT IS SPILLED, DROPPED, WASHED OR TRACKED ONTO PUBLIC 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. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 w 0 REVISION NO. jrW- '/O WV 1CC 1_ w i If) 0 1 N DESCRIPTION F- 0) g a O U ri (n 411111 1:dc_ lid 0 LI; U 1. ° o ° >- 1- a U (8 8 REVISION NO rn Fe w Fe >o 0 N 0 z 0 CO Ct 0 IX0 Z l. - D LU CO U 0 0 H z (1) 5 0 J z 0 1- z LTJ CC 1 CL 2 V 1nI- CL J p J V 0 O a 0 LIJ 1-- Q 0 1- (n (1) J H Lu 0 0 0 Z SHEET 1 14 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT I E12093 Dote: Aug 20, 2015 - 3.00pm User: eg File: N:\if\Drawings\NEW CDCC STD\CDCC STD SW3P.dwg _44,11731+00 "1 / ELIZABETH ST. 11111L/Ihl/lll/l/lll / / V EXIST. CONC. PAVEMENT 32+00 33+00 34+00 EXIST. TOP OF EMBANKMENT cci 0 0 OCEANDR/VE PROP. C & G 35+ 36+ 1 1 1 MORGAN AVE TOP OF WALL EL= 33.5 3 15 HORIZ. BARS 0 12" O.C. EACH FACE 16 VERT. BARS 0 12" 0.C. (TYP) -DRAINAGE EXIST. BOTTOM EASEMENT LINE OF EMBANKMENT 3" CHAMFER _0 en TRANSITION WALL HEIGHT FROM 10' TO 7' 15 VERT. BARS 0 12" 0.C. o 4" WEEP HOLE (REFER TO SHEET 117) EXIST. GRADE -i / 16 BARS 0 12" 0.C. \\i; TOP & BOTTOM 15 BARS (CONT.) 0 12" 0.C. TOP & BOTTOM i o 2 m N 2jv 1'-0 R.O.W. LINE PROP. 9' HEAW DUTY SIDEWALK / / W/FOOTER & RAIL / REFER TO SECTION 6/83 TOP OF /ELL= 24.5ALL .�>.,1/aralrarA/,lr1AWD�t/AI TOP OF WALL EL= 24.5 PJ. STA. 33+81.73 (93.8' RT) SOIL STABILIZATION EMBANKMENT CANTILEVER RETAINING WALL PLAN SCALE: 0 30' 69' SCALE IN FEET 1. PP PROVIDE EXPANSION JOINTS 0 32' ON CENTER (MAX.) 2. CONSTRUCTION JOINT LOCATIONS MUST BE APPROVED BY ENGINEER PRIOR TO PLACEMENT. 3. EXPOSED FACES OF THE WALL TO HAVE RUBBED FINISH. 4. BETWEEN STA. 33+60 TO STA. P.I. STA, 33+81.73, TRANSITION WALL HEIGHT FROM 10' TO 7' AS SHOWN ON DETAILS 1 AND 2 THIS SHT. 3 15 HORIZ. BARS 0 12" 0.C. EACH FACE 17 VERT. BARS 0 12" O.C. 15 BARS 0 12" 0.C. TOP & BOTTOM -t T50' DRAINAGE EASEMENT LINE CANTILEVER RETAINING WALL' REFER TO DETAIL 1/115 (TYP) ?'i CHAMFER O 17 VERT. BARS 0 12" 0.C. 44 WEEP HOLE (REFER TO SHEET 117) of 0 16 BARS (CONT.) O 12" 0.C. TOP & BOTTOM N o \ m W EXIST. i0 NMI 'llll/l/l//ll/l/Il/l/l, PROP. 8' HEAW DUTY SIDEWALK 38- a: GRADE CANTILEVER RETAINING WALL REINFORCING CANTILEVER RETAINING WALL REINFORCING DETAIL — STA. 33+81.73 TO STA. 37+00 SCALE: 0 1' 2' 4' 15659 1/2"=1'-0" DETAIL — STA. 31+87.2 TO STA. 33+60 SCALE: 0 1' 2' 4' 195 1/2"= 1' —0" CONSULTANT'S SHEET No. FNI PROJECT: COR13155 O ce :110-5 U c o a o c T. o « Dov moo c m o •m Asa -- w� CV O cV o O C7 W m Z F— CC Q— Z W CC• o0 Q O UJ Q D W CO OO wg I 11 1— _z U LOUIS SHEEN 1 5 of 1 9 0 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 09, 2015 - 3:10pm User: bj File: N:\iF\Drawings\CV-DCN-PL-RETWALL.dwg 40 35 50' DRAINAGE EASEMENT (TYPICAL) W oz D: J PROP. CURB & GUTTER PROP. SIDEWALK 4" TOPSOIL, SEEDING, AND TEMPORARY EROSION CONTROL BLANKET (SEE NOTE 1, THIS SHT.) PROP. ROADWAY 30 SECTION 25 20 40 2' THICK ON-SRE CLAYS OR CLASS 2 EARTH FILL (SEE RETAINING WALL NOTE NO. 2, SHEET 117) PROP. PEDESTRIAN GUARDRAIL REFER TO DETAIL 10/83 35 30 PROP. ROADWAY SECTION PROP. 9' SIDEWALK FOOTER & RAIL PROP. CURB & GUTTER EXIST. GROUND (TYP.) PROPOSED COMPACTED SELECT FILL IN 6" LIFTS. MATERIAL AND COMPACTION TO COMPLY WITH SPEC. NO. 022080. SECTION SCALE: 1".5' J 5' z z 40 TOP OF WALL ELEV. 24.5'± 50' DRAINAGE EASEMENT (TYPICAL) CANTILEVER RETAINING WALL (SEE DET. 1/115) 0z reI3 5' EL. 36.7' 9' 25 4 TOPSOIL. SEEDING. AND TEMPORARY EROSION CONTROL BLANKET (SEE NOTE 1, THIS SHT.) 3 2' THICK ON-SITE CLAYS OR CLASS 2 EARTH FILL (SEE RETAINING WALL NOTE NO. 2, SHEET 117) PROPOSED COMPACTED SELECT FILL IN 6" LIFTS. MATERIAL AND COMPACTION TO COMPLY WITH SPEC. NO. 022080. 5' 35 30 25 20 40 35 30 EXIST. GROUND ;;;i:,;;:' .;,,,,, (TIP) ' ;;5,:;,,,;';;';;, „ ::--;.iii TOP OF WALL 25 20 LIMITS OF F;CCAygTIDN 40 35 30 PROP. PEDESTRIAN GUARDRAIL REFER TO DETAIL 10/83 PROP: CURB & GUTTER PROP. 9' SIDEWALK FOOTER & RAIL DRAINAGE EASEMENT (WIDTH VARIES) 3z • 5' EL. 37.4' 4" TOPSOIL, SEEDING. AND TEMPORARY EROSION CONTROL BLANKET (SEE NOTE 1, 5• THIS SHEET) 9 2' THICK ON-SITE CLAYS OR CLASS 2 EARTH FILL (SEE RETAINING WALL NOTE NO. 2, SHEET 117) PROP. ROADWAY SECTION 9' 2.5' iii TOP OF WALL ELEV. 33.50' BEHIND WALL DRAINAGE (REFER TO SHEET 117) 25 20 LIMITS OF EXCAVATION BEHIND WALL DRAINAGE (REFER TO SHEET 117) CANTILEVER RETAINING WALL (SEE DET. 2/115) PROPOSED COMPACTED SELECT FILL IN 6" LIFTS. MATERIAL AND COMPACTION TO COMPLY WITH SPEC. NO. 022080. ,,,,,,,,,,,,,,,,, SECTION SCALE: 1"=5' EXIST. GROUND (TYP.) ELEV. 24.5' 20 `CANTILEVER RETAINING WALL (SEE DET. 1/115) 40 35 30 25 20 NOTES; 1. ALL REGRADED AND DISTURBED AREAS ON THE SLOPE OF THE EMBANKMENT ARE TO BE COVERED WITH TEMPORARY EROSION CONTROL BLANKET. WESTERN EXCELSIOR EXCEL -2 (DYED GREEN). OR APPROVED EQUAL. THE TEMPORARY EROSION CONTROL BLANKET SHALL BE INSTALLED AND SECURED PER MANUFACTURER'S RECOMMENDATION. 0 5' 10' SCALE IN FEET DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 Id 0 0 a uan Imo :w WV y- N 1135.1 L ONV cU N-• l.tioiii ^ N 6 o Ll� zoo C I aox o-rr.0u DESCRIPTION • 0 1 U 1n E 0 0 0 0 N 0 X Lv f• O) E 0 N 0 Id 0 z 0 0 N 0 Z 0 m LY 0 0 W m U 0 0 Z (/) 5 0 J 1n Z J - O ▪ U W C.0 U) Z Z - Z W OC Ct W m W _J P Z U Cl F- SHEET1 16 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Date: Sep 08, 2015 - 4.01pm User: bj File: N:\if\Drawings\CV-DCN-SEC-WALL.dwg w zz wl- Fw r D <0 0 0 0 F Ill u- 2' THICK ON-SITE CLAYS OR CLASS 2 EARTH FILL (SEE RETAINING WALL NOTE NO. 2, THIS SHEET) 3 1'-O" 4" CHAMFER WASHED 3:" GRAVEL (CLASS 2 AGGREGATE FILL ASTM 0448, SIZE NO. 67) WRAPPED IN FILTER FABRIC STOP COARSE AGGREGATE AT THIS LEVEL COMPACTED SELCT FILL EDGE OF DRAIN, EASEMENT 4"0 SCH 40 PVC (MIN. 14" LONG) WEEP HOLES 0 15" 0.C. MAX. (2 PER WALL O SEGMENTS) SLOPE TO DRAIN. PLACE 12" SQ. HARDWARE CLOTH BEHIND OPENING • EXIST. GRADE PLACE TOE AND KEY AGAINST UNDISTURBED SOIL TYPE 10 WATERPROOFING tV i". 0 0 4.-0" 1'-0" 5'-0• CANTILEVER RETAINING WALL EARTHWORK DETAIL SCALE: 1/2"=1'-0" 2" 2" PVC WATERSTOP, GREENSTREAK 747 KEYWAY KEYWAY DETAIL NOT TO SCALE Waterstop, Green Streak 772 Bars F - 1" Dia x 3'-0" smooth dowels at 1'-0" c -c Use spacer for stems of unequol thickness %i' Edge of woll Compressible plug (sponge, etc.) -1 Permanent Expansion S� Joint mat'I Foce of wall 1„ 1" I.D. Polyethylene sleeve or wrap with 30• roofing felt 34"chamfer EXPANSION JOINT Woterstop, Green Streak 774 Use spacer for stems of unequol thickness Face of wall CONSTRUCTION JOINT CONCRETE NOTES; 1. CONCRETE CONSTRUCTION SHALL CONFORM TO THE LATEST EDITIONS OF ACI 301 AND ACI 318. 2. ALL DETAILING, FABRICATION AND ERECTION OF REINFORCING BARS. UNLESS NOTED OTHERWISE, SHALL BE IN ACCORDANCE WITH MANUAL OF STANDARD PRACTICE FOR DETAILING REINFORCED CONCRETE STRUCTURES (ACI 315). LATEST EDITION. 3. CONCRETE SHALL BE IN ACCORDANCE WITH ACI 318 AND SHALL HAVE A MINIMUM 28 -DAY COMPRESSIVE STRENGTH OF 3000 PSI. 4. REINFORCEMENT SHALL BE IN ACCORDANCE WITH ASTM A615, GRADE 60, FY=60,000 PSI. 5. MINIMUM CONCRETE CLEAR COVER FOR REINFORCING BARS, UNLESS NOTED OTHERWISE, SHALL BE AS FOLLOWS: A. CONCRETE CAST AGAINST AND PERMANENTLY EXPOSED TO EARTH - 3" B. CONCRETE EXPOSED TO EARTH OR WEATHER. (1) BARS 16 OR GREATER - 2" (2) BARS 15 OR LESS -1 1/2" 6. ADDITIONAL CONSTRUCTION JOINTS SHALL HAVE PRIOR APPROVAL OF ENGINEER. 7. PENETRATIONS OTHER THAN SHOWN SHALL NOT BE ALLOWED WITHOUT ENGINEER'S APPROVAL. 8. PROVIDE THE FOLLOWING MINIMUM LAP SPLICE LENGTHS WHERE REOUIRED: 42" FOR /6 BAR, 35" FOR /5 BAR AND 28" FOR 14 BAR. PROVIDE THE FOLLOWING MINIMUM EMBEDMENT LENGTHS WHERE REQUIRED: 32" FOR /6 BAR, 27" FOR /5 BAR AND 22" FOR 14 BAR. 9. IN CASES WHERE REINFORCING BARS CANNOT BE EXTENDED AS FAR AS REQUIRED DUE TO THE LIMITED EXTENT OF THE ADJACENT CONCRETE STRUCTURE, THE BARS SHALL EXTEND AS FAR AS POSSIBLE AND END IN STANDARD HOOKS. 10. BARS ENDING IN RIGHT ANGLE BENDS OR HOOKS SHALL CONFORM TO THE REOUIREMENTS OF PAR. 7.1, ACI 318. 11. EXCEPT AS OTHERWISE REQUIRED. EXPOSED CONCRETE CORNERS AND EDGES SHALL HAVE 3/4" CHAMFERS. 12. FOR WALL REINFORCING REFER TO DETAIL 1 ON SHEET 113. RETAINING WALL NOTES* 1. SELECT FILL SHALL BE USED FOR BACKFILL AGAINST WALLS. SELECT FILL (CLASS 4 EARTH FILL) SHALL CONSIST OF MATERIALS WHICH ARE A VERY SANDY CLAY. CLAYEY SAND, OR CRUSHED LIMESTONE WHICH HAVE A LIQUID LIMIT LESS THAN OR EQUAL TO 35 AND A PLASTICITY INDEX BETWEEN A MINIMUM OF 4 AND A MAXIMUM OF 15, AND WHICH ARE FREE OF ORGANIC MATERIALS. PLACE IN 8" LOOSE LIFTS AND COMPACTED TO BETWEEN 95 AND 100 PERCENT OF MAXIMUM DRY DENSITY AS DETERMINED BY ASTM 0698 (STANDARD PROCTOR) AND WITHIN 2 PERCENT BELOW TO 2 PERCENT ABOVE OPTIMUM MOISTURE CONTENT. 2. AT AREAS NOT PAVED, BACKFILL SHALL STOP 2'-0" BELOW FINAL GRADE. THE UPPER 2'-0" SHALL BE BACKFILLED WITH ON-SITE CLAYS OR CLASS 2 EARTH FILL. EXTEND CLAY CAP A MINIMUM OF 3'-0" BEYOND UMITS OF SELECT FILL. PLACE CLAY IN 8" LOOSE LIFTS AND COMPACT TO BETWEEN 95 AND 100 PERCENT OF MAXIMUM DRY DENSITY AS DETERMINED BY ASTM 0698 (STANDARD PROCTOR) AND AT OPTIMUM MOISTURE CONTENT TO 5 PERCENT ABOVE OPTIMUM MOISTURE CONTENT. 3. DO NOT BACKFILL AGAINST ANY WALL UNTIL THE CONCRETE HAS REACHED ITS SPECIFIED 28 -DAY COMPRESSIVE STRENGTH OR 7 DAYS, WHICHEVER IS LONGER. COMPACTION WITHIN 5'-0" OF WALLS SHALL BE ACHIEVED WITH HAND COMPACTION EQUIPMENT. OVER COMPACTION IS NOT ALLOWED. 4. IN-PLACE FIELD DENSITY TESTS SHALL BE CONDUCTED AT A RATE OF 1 TEST PER 3000 SQUARE FEET FOR EACH LIFT. WITH A MINIMUM OF 2 TESTS PER UFT. EACH LIFT SHALL BE COMPACTED, TESTED AND APPROVED BEFORE ANOTHER LIFT IS PLACED. ANY AREA FOUND NOT TO COMPLY WITH COMPACTION REQUIREMENTS SHALL BE REWORKED AND RETESTED. THE SUBGRADE MOISTURE CONTENT AND DENSITY SHALL BE MAINTAINED DURING CONSTRUCTION. Texas Dopsrtm,nt of Transportation Bridge DA/on Standard RETAINING WALL MISCELLANEOUS DETAILS RW 2 cal=: notdellegn CbDOT Merd1_2010_ REVISIONS 0L1t1.16WNob2 ors _TxOOT_ Jac h00T IGw JGD— ICI WE_ coreOCr Joe I HIGHWAY GIST COUNTY 91EEM O. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION re z 0 s 11 DESCRIPTION ym CN 0 N z 0 W m (2Co 0 0 Z D W CO U 0 LOUISIANA TO RETAINING WALL MISCCELANEOUS DETAILS SHEET 1 17 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT I E12093 Date: Sep 11, 2015 - 430pn User: bj File: N:\if\Drawings\CV-DCN-DT-RET WALL.dwg Lp,WNV1EW 2 ND Si. CORPUS CHRISTI BAY CONSTRUCTION SEQUENCING LAYOUT SCALE: 1"=200' NOTES. 1. THE CONSTRUCTION SEQUENCING PHASES SHOWN SHALL BE USED FOR BIDDING PURPOSES. THE CONTRACTOR SHALL PROVIDE A RECOMMENDED SEQUENCING PLAN TO THE ENGINEER PRIOR TO CONSTRUCTION THAT COINCIDES WITH THE CONTRACTOR'S CONSTRUCTION MEANS AND METHODS. A DETAILED TRAFFIC CONTROL PLAN WILL BE PROVIDED TO THE CONTRACTOR PRIOR TO CONSTRUCTION. NO DEVIATION FROM THE CONSTRUCTION SEQUENCING SHOWN WILL BE ALLOWED WITHOUT WRITTEN APPROVAL FROM THE ENGINEER. 81D ITEM A6. `TEMPORARY TRAFFIC CONTROLS" WILL BE UTILIZED FOR THE CONSTRUCTION. MAINTENANCE, AND REMOVAL OF ALL TEMPORARY TRAFFIC CONTROLS NEEDED FOR THE PROJECT. 2. THE CONTRACTOR WILL BE REQUIRED TO ACCOMMODATE CERTAIN SPECIAL EVENTS THAT ARE SCHEDULED TO OCCUR DURING THE CONSTRUCTION PERIOD. A DETAILED LIST OF SPECIAL EVENTS IS PROVIDED FOR REFERENCE IN THE CONTRACT DOCUMENTS. TECHNICAL SPECIFICATION 025802 "TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION". 7V4 EMERALD BEACH HOTEL yo (4a LEGEND; 1O DENOTES CONSTRUCTION PHASE CONSTRUCTION WORK AREA 0 100' 200' 400' SCALE IN FEET CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 cri 0 U a (f) o 111 ci Q Ih Ow a) >- o E E 0 U 0")- d 0 0 c s o` c o e N o c of s .0 Dov co . c o o �a e� n V w- 0 0 z LJJ U 0 N 0 N 0 Z 0 m 0 0 IL CD 0 1-- z (N 0 J H D CONSTRUCTION SEQUENCING SHEET1 18 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 25, 2015 - 12.14pm User: bj File: N:\if\Drawings\CV-DCN-TRAF-SEOUENCING.dwg SUGGESTED SEOUENCE OF CONSTRUCTION NOTES PHASE 1 NORTH BOUND LANES FROM STA 30+00 (SOUTH OF ELIZABETH ST.) TO BUFORD ST. ADJUST PAVEMENT MARKINGS AND TRANSITION ALL TRAFFIC TO THE SOUTH BOUND LANES BETWEEN ELIZABETH ST. AND BUFORD ST. MAINTAIN A MINIMUM OF ONE LANE IN EACH DIRECTION. CLOSE THE OCEAN DR. NORTH BOUND TRAFFIC LANES BETWEEN ELIZABETH ST. AND BUFORD ST. CLOSE SOUTH HALF OF THE EMERALD BEACH HOTEL DRIVEWAY AT BUFORD ST. CONSTRUCT SLOPE STABIUTY IMPROVEMENTS, STORM WATER, WATER, UTILITY, CURB, SIDEWALK AND ROADWAY IMPROVEMENTS BETWEEN STA 30+00 AND BUFORD ST. RECONSTRUCT THE DRIVEWAY AT THE MARINA DEL SOL CONDOS AT ELIZABETH ST. IN TWO PARTS TO MNNTNN CONTINUOUS ACCESS TO THE CONDOS DURING CONSTRUCTION. RECONSTRUCT THE DRIVEWAY AT THE EMERALD BEACH HOTEL AT BUFORD ST. IN TWO PARTS TO MAINTAIN CONTINUOUS ACCESS TO THE HOTEL DURING CONSTRUCTION. PHASE 2 NORTH BOUND LANES FROM LOUISIANA AVE. TO STA 30+00 (SOUTH OF ELIZABETH ST.) ADJUST PAVEMENT MARKINGS AND TRANSITION ALL TRAFFIC TO THE SOUTH BOUND LANES BETWEEN LOUISIANA AVE. AND STA 30+00. MAINTAIN A MINIMUM OF ONE LANE IN EACH DIRECTION. CLOSE THE OCEAN DR. NORTHBOUND TRAFFIC LANES BETWEEN LOUISIANA AVE. AND STA 30+00. CONSTRUCT STORM WATER, WATER. UTILITY, CURB, SIDEWALK AND ROADWAY IMPROVEMENTS BETWEEN LOUISIANA AVE. AND STA 30+00. TRAFFIC EXITING COLE PARK WILL BE DIRECTED TO EXIT AT DEL MAR BLVD. THE DRIVEWAY INTO COLE PARK AT ATLANTIC ST. WILL 8E PHASED TO ALLOW CONTINUOUS ACCESS TO THE PARK. PHASE 3 SOUTH BOUND LANES FROM ELIZABETH ST. TO LOUISIANA AVE. CONTRACTOR WILL PLACE ADVANCED WARNING SIGNS, TRAFFIC CONTROL DEVICES AND TEMPORARY PAVEMENT MARKINGS. NORTH BOUND TRANSITION ALL OCEAN DR. TRAFFIC TO THE EASTERN LANES BETWEEN AYERS ST. AND LOUISIANA AVE. MNNTNN A MINIMUM OF ONE LANE IN EACH DIRECTION. CLOSE THE OCEAN DR. SOUTH BOUND TRAFFIC LANES BETWEEN LOUISIANA AVE. AND ELIZABETH ST. CONSTRUCT STORM WATER, WASTEWATER. WATER, UTILITY, CURB, SIDEWALK AND ROADWAY IMPROVEMENTS BETWEEN LOUISIANA AVE. AND ELIZABETH ST. PHASE 4 SOUTH BOUND LANES FROM BUFORD ST. TO ELIZABETH ST. ADJUST PAVEMENT MARKINGS AND TRANSITION ALL TRAFFIC TO THE NORTH BOUND LANES BETWEEN BUFORD ST. AND ELIZABETH ST. MAINTAIN A MINIMUM OF ONE LANE IN EACH DIRECTION. CLOSE THE OCEAN DR. SOUTH BOUND TRAFFIC LANES BETWEEN BUFORD ST. AND ELIZABETH ST. CLOSE THE OCEAN DRIVE CUT THROUGH FROM BUFORD ST. CONSTRUCT STORM WATER, WATER, UTILITY, CURB, SIDEWALK AND ROADWAY IMPROVEMENTS BETWEEN BUFORD ST. AND ELIZABETH ST. MAINTAIN CONTINUOUS ACCESS FOR LOCAL BUSINESSES AND HOMEOWNERS. PHASE 5 CONSTRUCT FINAL MEDIANS UTILIZING APPROPRIATE TRAFFIC CONTROL INSTALLATION OF FINAL ASPHALT PAVEMENT SECTION (TYPE D) ALONG WITH INSTALLATION OF PERMANENT STRIPING, SIGNAGE, SIGNALIZATION, LIGHTING (BY AEP), LANDSCAPING. IRRIGATION AND ALL APPURTENANCE INDENTIFIED IN THE PROJECT SCOPE AND UTILIZING APPROPRIATE TRAFFIC CONTROL. GENERAL NOTES FOR TRAFFIC CONTROL 1. ROAD CLOSURES SHALL BE LIMITED TO WORK AREAS ONLY. 2. 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. 3. CONTRACTOR SHALL PROVIDE TWO (2) TRAILER MOUNTED TRAFFIC MESSAGE BOARDS (3 LINE MESSAGE) AND TWO (2) TRAILER MOUNTED TRAFFIC ARROW BOARDS TO BE USED THROUGHOUT THE CONSTRUCTION PHASE. MESSAGE BOARDS ANO ARROW BOARDS HALL BE USED PRIOR TO ANY CHANGES IN TRAFFIC PATTERNS AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL PROVIDE THE ENGINEER TWO WEEKS NOTICE PRIOR TO MAJOR TRAFFIC CHANGES IN ORDER TO NOTIFY THE MEDIA. 4. 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. 5. 6. 7. 8. 9. 10. 11. 12. 13. CONTRACTOR SHALL PROVIDE CONTINUOUS ACCESS TO ALL BUSINESS AND RESIDENTIAL DRIVEWAYS DURING THE CONSTRUCTION PERIOD. THE STREET INTERSECTIONS DESIGNATED FOR PARTIAL CLOSURE MAY BE PARTIALLY CLOSED TO TRAFFIC 24 HOURS A DAY UNTIL THE WORK 15 COMPLETE. CONTRACTOR SHALL NOTIFY ENGINEER 14 CALENDAR DAYS PRIOR TO COMMENCING ANY INTERSECTION CLOSURE ACTIVITY. ALL WORK ACTIVITIES SHALL BE IN ACCORDANCE WITH THE PROJECT'S TRAFFIC CONTROL PLAN. NO WORK SHALL BE PERFORMED OUT OF SEQUENCE UNLESS AUTHORIZED BY CITY REPRESENTATIVE. TRAFFIC SIGNS, SIGN SPACING, SIGN LOCATIONS, TAPER LENGTHS, TRANSITION LENGTHS, AND ALL TRAFFIC CONTROL DEVICES SHALL BE IN STRICT ACCORDANCE WITH THE PROJECT'S TRAFFIC CONTROL PLAN AND SHALL ALSO COMPLY WITH THE LATEST EDITION 'TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" AND CURRENT REVISIONS. 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. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING AND MNNTNNING 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. THE CONTRACTOR SHALL INSTALL AND MAINTAIN A 4' HIGH BARRIER FENCE AROUND ALL OPEN TRENCHES OR EXCAVATED AREAS. SAFETY BARRICADE FENCING SI -ALL BE HIGH DENSITY POLYETHYLENE TENSAR-UX4050 9SB-ORANGE-4' H101-1). DURING NON -WORKING HOURS, CONTRACTOR WILL BE REOUIRED 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 VARIOUS 81D ITEMS OF THIS CONTRACT. BARRICADES, SIGNS, CHANNELIZING DEVICES AND OTHER TRAFFIC CONTROL DEVICES MAY BE ADJUSTED TO FIT FIELD CONDITIONS AS DIRECTED BY THE ENGINEER. EQUIPMENT AND MATERIALS SHALL NOT BE STORED IN PUBLIC RIGHT-OF-WAY AT ANY TIME 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 WITH TYPE II BARRICADES ON EACH DIRECTION OF TRAVEL. 14. THE CONTRACTOR SHALL MNNTNN ALL REGULATORY SIGNS DURING THE CONSTRUCTION PERIOD. 15. ALL CONSTRUCTION WARNING SIGNS MAY BE GROUND MOUNTED OR ENGINEER APPROVED PORTABLE MOUNTING DEVICES. 16. 17. CONTRACTOR SHALL NOTIFY THE CITY'S TRAFFIC ENGINEERING DEPARTMENT IMMEDIATELY AT (361)-826-3540 IN THE EVENT THAT ANY STREET SIGN, SIGN POST OR SIGN FOUNDATION IS DAMAGED DURING CONSTRUCTION. THE CONTRACTOR SHALL MAINTAIN AND PROVIDE 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/MAINTAINING TEMPORARY DRAINAGE IMPROVEMENTS WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT. 18. TRAFFIC CONTROL DURING INSTALLATION OF UTILITY CROSSINGS (i.e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r2" H.MA.C. (TYPE D) OVER / PRIME COAT (0.15 GAL/S.Y.) .11-111 1 ' / \ =1111+1 e 6" SUBGRADE COMPACTED TO 95% STANDARD PROCTOR DENSITY (ASTM D 698) AT OR SLIGHTLY ABOVE OPTIMUM MOISTURE CONTENT 61 8" CRUSHED LIMESTONE BASE (TYPE A, GRADE I) COMPACTED TO 985 MODIFIED PROCTOR DENSITY (ASTM 0-1557) TEMPORARY PAVEMENT FOR DETOURS SCALE: 1"=10' SPECIAL NOTE; 1. ALL TEMPORARY PAVEMENT NECESSARY FOR DETOURS. WIDENING, TRANSITIONS, ETC. SHALL BE INCLUDED UNDER BID ITEM A7 OF THE ESTIMATED QUANTITIES SUMMARY. `SUBGRADE WORK ZONE NOTE: MAINTAIN EDGE SLOPE OF 3:1 OR FLATTER. CHANNELIZING DRUM EXIST. OR NEW PVMT. TYPICAL EDGE TREATMENT DETAIL SCALE: 1"=10' BUSINESS f i 'I tit t M4-3 "BUSINESS" SIGN AND BARREL TO BE PLACED NEXT TO ENTRANCE OF BUSINESS OR STREET IN CONSTRUCTION ZONE. BUSINESS SIGN PLACEMENT DETAIL SCALE: 1 "=10' CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION m 0 REVISION NO. DESCRIPTION 4.. 0 m 0 0 REVISION NO W Ln >0 Lu 6E 0 Z LJJ 0 0 N O N 0 z 0 CO 0 CC 0 1.i D CO LOUISIANA TO 0 z z 0 0 V) D LJJ I- O (/) Z z O -1 U < LLJ 0 Z W LLJ 0 Z LLI 0 U) WV -11901190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 25, 2015 9,09on User: bj File: N:\if\Drawings\CV-DCN-TRAF-NOTES.dwg 00,04 01111111100 �► 010/1 _ ► /WO 100-• .ice ra owl �? Ns .• o •• o vole w woo Om *III*1*1 1 COLE PARK LEGEND T TRAFFIC SIGNS 1 1 TYPE III BARRICADE ® CONSTRUCTION WORK AREA NOTES - 1. CONTRACTOR SHALL MAINTAIN ALL ADVANCE WARNING TRAFFIC CONTROL SIGNAGE FOR THE COMPLETE CONSTRUCTION PERIOD DURATION OF THE OCEAN DR. IMPROVEMENTS. BID ITEM A5, "TRAFFIC CONTROL ADVANCE WARNING SIGNAGE" WILL BE USED. 2. CONTRACTOR SHALL PROVIDE TWO (2) TRAILER MOUNTED TRAFFIC MESSAGE BOARDS (3 -LINE MESSAGE) AND TWO (2) TRAILER MOUNTED TRAFFIC ARROW BOARDS TO BE USED THROUGHOUT THE CONSTRUCTION PHASE. MESSAGE BOARDS AND ARROW BOARDS WILL BE USED AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL SET-UP. MAINTAIN, AND UTILIZE THE MESSAGE BOARDS AND ARROW BOARDS DURING THE ENTIRE PROJECT DURATION. THE CONTRACTOR SHALL INCLUDE THE COST OF THE TRAFFIC MESSAGE BOARDS AND ARROW BOARDS IN BID ITEM A5 "TRAFFIC CONTROL ADVANCE WARNING SIGNAGE". OBSERVE WARNING SIGNS STATE LAW R20-3 48"x42" TRAFFIC CONTROL ADVANCE WARNING SIGNAGE SCALE: 1"=200' BEGIN WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT G20-9TP 36"x30" ER20-5 36"x36" ER20-5 PLAQUE 38" X 18" CW20-1D 48"x48" BEGIN ROADWORK NEXT 1 MILE NAME ADDRESS CRY STATE CONTRACTOR SG20-5T 24"x18" SG20-6 24"x30" END ROAD WORK CORPUS CHRISTI BAY ROAD WORK f NEXT X MILES G20 -7o G20-1bL 72"x30" 48"x24" © O ROAD WORK 4 NEXT X MILES NEXT X MILES • G20 -lo 72x30" ROAD CLOSED TO THRU TRAFFIC RI1-4 60"x30" DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 m 0 REVISION NO. ul lila WZ 5E Wu H- N I G p ONV cV N� •d V M a�"N V I v inoo co f CO `. co aL. DESCRIPTION 8 w 0 z 0 00 I.-5 `o c0 II 0 o 511 o .6 a. c •moow 0 • O 0 ► � aro 5. bio N O N 0 z 0 CO Ct 00 Z Q � W CO U 0 0 1— z 5 O J TRAFFIC CONTROL W z 0 ,-.. N (Ni o u - z0 z' Q1— ?� W 2 U (I) z 0 SHEEN 20 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 17, 2015 - 1.28pm User: bj File: N:\if\Drawings\CV-DCN-TRAF-AVS.dwg TCHLINE A 11111110 ore C • "lira 1 111111114 ,,,I,j b ai SPOHN HOSPITAL MARINA DEL SOL LEGEND T TRAFFIC SIGNS 1 1 TYPE III BARRICADE CONSTRUCTION WORK AREA V//2 CORPUS CHRISTI BAY Zit SANTA FE ST. ifiwt OM 7 C.G. GLASSCOCK BAYFRONT EMERALD BEACH HOTEL slig tea_ •*ibik Nat 101111 pr -17 1 Sal avoi /4//////// IC ft4:71 /////////to /,,////// is."„„„ .01/ 114a It •*, 114 z9 I� NOTES - 1. CONTRACTOR SHALL MAINTAIN ALL ADVANCE WARNING TRAFFIC CONTROL SIGNAGE FOR THE COMPLETE CONSTRUCTION PERIOD DURATION OF THE OCEAN DR. IMPROVEMENTS. BID ITEM A5, "TRAFFIC CONTROL ADVANCE WARNING SIGNAGE" WILL BE USED. 2. CONTRACTOR SHALL PROVIDE TWO (2) TRAILER MOUNTED TRAFFIC MESSAGE BOARDS (3 -LINE MESSAGE) AND TWO (2) TRAILER MOUNTED TRAFFIC ARROW BOARDS TO BE USED THROUGHOUT THE CONSTRUCTION PHASE. MESSAGE BOARDS AND ARROW BOARDS WILL BE USED AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL SET-UP, MAINTAIN, AND UTIUZE THE MESSAGE BOARDS AND ARROW BOARDS DURING THE ENTIRE PROJECT DURATION. THE CONTRACTOR SHALL INCLUDE THE COST OF THE TRAFFIC MESSAGE BOARDS AND ARROW BOARDS IN BID ITEM A5 "TRAFFIC CONTROL ADVANCE WARNING SIGNAGE". OBSERVE WARNING SIGNS STATE LAW R20-3 48"x42" TRAFFIC CONTROL ADVANCE WARNING SIGNAGE SCALE: 1'=200' BEGIN G20-9TP WORK 36"x30" ZONE TRAFFIC FINESER20-5 36"x36" DOUBLE WHEN ER20-5 WORKERS PLAGUE ARE PRESENT 36" X 18" CW20-1D 48"x48" BEGIN SG20-5T ROADWORK 24"x18" NEXT 1 MILE NAME ADDRESS CITY STATE CONTRACTOR SG20-6 24"x30" END ROAD WORK G20 -7o 48"x24" © e,4 'CSO ROAD WORK • NEXT X MILES G20-1bl 72"x30" ku Lit tit ROAD WORK ♦ NEXT X MILES NEXT X MILES G20 -la 72"x30" ROAD CLOSED TO THRU TRAFFIC RI1-4 60"x30" O © O ROAD CLOSED Rif -2 48"x30" 2- TYPE III BARRICADES (8' LONG) O CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION O REVISION NO. LA it DESCRIPTION 8 REVISION NO. c 00 01U O oho 0Ob 0 c op 0 o E. c 0 c0 c`— c 0 o po n o `o+ mv.. �a N O N 0 z 0 CO c a D CK 0 Z 1�- Q D W CO U O O 1- a Z (n 0 J LU Za �z c� J CC Z H Z Z O < U U 0 I� W Li. U < Z j 0 Li_ O N 1 - L W 2 N SHEET 121 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Sep 17, 2015 - 1.28pm User: bj File: N:\if\Drawings\CV-DCN-TRAF-AVS.dwg CONSULTANT'S SHEET No. FNI PROJECT: COR13�11/515 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 4 9; 19.7" 6" 24.5" 4.9" � N 1. The Barricade and Construction Standard Sheets (BC sheets) are intended L. \ N a� to typical -r _ 2.88" ►1 COLORS: - - �; show examples for placement of temporary traffic control devices, construction pavement markin s and t g ypiasI work zone signs. n inrthe 1 "Texason tManuaI oined 1 onn tUniformhese eTrafficets tControI or eDeved iceshe "eq(TMUTCD).ts R=. 13"�� R-1.1 N1-LBEGENDER YELLOW BACKGROUND AND TAY ALERT_ o� -L - i7s1::::::- _BLACK o JshownThe �• A 2. The development and design of the Traffic Control Plan (TCP)is the responsibility of the Engineer. R=.79' �� r rI M 1 ORANGE 1. z5 - - M. BY DE FREESE 1 NICHOLS ioreline Blvd. Suite ^pus Christi, Texas 17 (361) 561-6500 ,/ 61) 561-6501 Texas R 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed profess i Ona I engineer for approval. The Engineer may develop, R=. 75" BACKGROUND BLACK LEGEND, BORDER / �C. 1 2 o N v sign and seal Contractor proposed changes. WHITE BLACK AND SYMBOL -..--..-1. 25" •. - M 4. The Contractor is responsible for installing and maintaining the traffic ,r;) �� control devices as shown in the plans. The Contractor may not move or change m 75"y - �, the approximate location of any device without the approval of the Engineer. J TALK 0 R TEXT LATER U, 5. Geometric design of lane shifts and detours should, when possible, meet the 26" applicable design criteria contained in manuals such as the American FR=. WHITE • lJ .i Q, y f 1 1 •= A.4E.0 1 Association of State Highway and Transportation Officials (AASHTO), O1 ` CID REVISION NO. I DATE r 800 N. 5 CHRISTI 8401 C Phone • Fax - 0/ Programs "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway 20" I 20" 20" Design Manual" or engineering judgment. m Q O O O 3.5I 12 14.6" 2. " 11.7"{ 2.8h." •2.8"6.3"---'1 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC ,60" O O 60" FINES DOUBLE, and other advance warning signs if the signing would be • redundant and the work areas appear continuous to the motorists. If the adjacent project is completed first, the Contractor shall erect the °• Q �O O Border, 0.75" Indent, Black on Yellow; 3. [STAY Radius, t .Y ALERT] necessary warning signs as shown on these sheets, the TCP sheets or as v Font: D directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be R=1.5" _ 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Orange; to 4 t [TALK OR TEXT LATER] Font: C specified length; revised show appropriate work zone distance. 1.68".67i' 1.68". 671.68" " n 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 " 1 1 6.38" 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 plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the SIGN DETAIL (G20 -10T) BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. v V 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 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: I BY I 'IVE ► (BOND 2012) INSTRUCTION RTES MENTS shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place onlywhile work is actual) in y progress or a definite need Texas Department of Transportation Traffic Operations Division TE Phone (512) 416-3118 exists. 12. The Engineer has the final decision on the location of ail traffic control 0 W � v 0 Ct 0 10'21 V Jdevices.SHEET CT Q 1 OF 12 Z 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.txdot.gov AMMO.'" ,Texas Department ofTransportation Theft StandarDivisiond o z O 61 re' BARRICADE AIN GENEF AND RE or as approved by the Engineer. COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) one inch on original ig. If not one inch on heat, adjust scale. LOUISIANA 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 of ISEA "American National Standard for High -Visibility STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) BC II I - 1 4 v performance for Class 2 or 3 risk exposure. Class 3 garments should be FILE, bc-14.dgn DN: TxDOT 01 T%DOT DW: TxDOT CK:T%DOT considered for high traffic vo I ume work areas or night time work. TRAFFIC ENGINEERING STANDARD SHEETS ©Tx000 November 2002 DANT SECT JOB HIGHWAY REVISIONS 4-03 5-10 8-14 9-07RECORD 7-13 DIST COUNTY SHEET N0 . DRAWING NO. 41 Date: Ann 25. 2015 - 4.05nm User 11 i f�le N: McVnrnvinnc‘ri+v c+..1'e\rnrr TTS er-le NW.. L o JSTR-8831 CITY PROJECT / E12093 :bJ File: N�\if\Drnwings\City .dwg DESCRIPTION 1 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 P.E of F.ItI y,. ;..sty *• •* rt .NICHOLAS A. CECAVA 97391 1 15' Freese Freese and Niche . Inc. Texas Registered Engineering Firm F-2144 TYPICAL LOCATION OF CROSSROAD SIGNS T -INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING45,6 ROAD WORK ROAD G20-2 END •41..NEXT X MILES NEXT X MILES 2J WORKROAD AHEAD ROAD WORK NEXT X MILES G20-IbTL WORK G NEXT X MILES SPACING SIZE ROAD WORK (Optional G20-IDTR see Note G20-1aT CW20-1D 4 4 J 1 and 4) INTERSECTED 1 Block - Cit City ROADWAY 1000'-1500' - Hwy % I 1000'-1500' - Hwy 1 Block - City Sign Number or Series Conventional Road Expressway/ Freeway Posted Speed Sign SpaCinq X CROSSROAD I % X X h h ��/ 777 CW204 MPH Feet (Apprx.) X x F x WORK CW21 30 120 * I G20-5oP WORK 80' 620-5aP Limit ZONE CW22 48" x 48" 48" x 48" rim NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 ZONE BEGIN min. TRAFFIC CW23 35 160 R TRAFFIC G20 -5T ROAD WIOES o R20 -5T FINES CW25 40 240 ROAD ROAD WORK R20 -5T FINES DOUBLE WORK C. x MILES \ DOUBLE ADDRESS T �s 45 320 AHEAD T 8 NExT X MILES \ END R20-5aTP .o: G20 -6T CITYNAME / R20-SaTP CW1 , CW2, 50 400 CW20-1D 620-2 * .'° .., sTATE CW8, 36" x 36" 48" x 48" G20-1ai (Optional ROAD WORK carman*CW7, see Note CW9, CW11, 55 5002 1 and 4l I I ROADWORK END CWI4 60 6002 m May be mounted on back of "ROAD WORK AHEAD"(CW20-1D) sign with approval of Engineer. CW3, CW4, 65 700 2 * (See note 2 below) CW5, CW6, 48" x 48" 48" x 48" 70 8002 1. The typical minimum signing on a crossroad approach should be a "ROAD WORK AHEAD" (CW20-ID)sign and a "END CSJ LIMITS AT T -INTERSECTION CW8-3, 75 9002 (G20-2) ROAD WORK" sign, unless noted otherwise in plans. 2. The Engineer may use the reduced size 36" x 36" ROAD WORK AHEAD (CW20-1D) sign mounted back to back 1. The Engineer will determine the types and location traffic CW10, CW12 80 10002 w o 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 and Spacing"). See the "Standard Highway Sign Designs for of any additional control devices, such os a flogger and occomponying signs, or other signs, that should be used when work is being performed at or near an intersection. aK * 3 Texas" manual for sign details. The Engineer may omit the advance warning signs on low volume crossroads. The Engineer will determine whether a rood is low volume. This information shall be shown in the plans. 3. Based on existingfield conditions, the Engineer/Inspector re uire additional signs such os FLAGGER may q 9 AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs are required, these signs will be considered part of the minimum requirements. The Engineer/Inspector will determine the proper location and spacing of any sign not shown on the BC sheets, Traffic Control Plan sheets or the Work Zone Standard Sheets. 4. The "ROAD WORK NEXT X MILES"(G20-laT)sign shall be required at high volume crossroads to advise 2. If construction closes the rood at a T -intersection the Contractor shall place the "CONTRACTOR NAME"(G20-6T) sign behind the Type 3 Barricades for the road closure (see BC(10) also), The "ROAD WORK NEXT X MILES" left arrow(G20-IbTL) and "ROAD WORK NEXT X MILES" right arrow (G20-1bTR)" signs shall be replaced by the detour signing called for in the plans. * For typical sign spacings on divided highways, expressways and freeways, see Part 6 of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) typical application diagrams or TCP Standard Sheets. o Minimum distance from work area to first Advance Warning sign nearest the work area and/or distance between each additional sign. GENERAL NOTES o Z z 0 0 CITY of CORPUS CHRISTI TEXAS Department of Capital Programs Z o a (5 o motorists of the length of construction in either direction from the intersection. The Engineer will determine whether 0 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 the pions or os determined by the Engineer/Inspector, shall be in place. 1. Special or larger size signs may be used as necessary. 2. Distance between Signs should be increased as required to have 1500 feet odvance warning. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS k 3. Distance between signs should be increased as required to hove 1/2 mile or more advance warning. * C20 9TP * * BEGIN 4. 36" x 36" "ROAD WORK AHEAD" (CW20-1D)signs may be used on low volume SPEED WORK ZONE crossroads at the discretion of the Engineer. See Note 2 under "Typical ROAD LIMIT STAY ALERT Location of Crossroad Signs". * * G20 -5T BEGIN ROAD WORK NEXT x MILES CW1-4L R4-1 (as DO NOT PASS WORK AHEAD X X R20 -ST* * TRAFFIC FINES DOUBLE OBEY WARNING SIGNS 5. Only diamond shaped warning sign sizes are indicated. CW20-ID ROAD ROAD * *G20 -6T NAME ADDRESS X X CW13-IP XX appropriate) * *R2-1 R20-5oTP* * '"' TALK OR TEXT LATER STATE LAW "TMUTCD", WORK WORK WORK CWI-4R AHEAD CITY sun CW20-1D O\ G20-10T3E�F\ R20-3TTE 6. See sign size listing in Sign Appendix or the "Standard Highway Sign Designs for Texas" for list AREA AHEAD X CONTRACTOR \1Ak manual canplete of available Sign design OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION PROJECT LIMITS 3X M MPH CW13-IP Type 3 Barricade or X X X X X X X yl sizes. >I CW20-1D k > c > > > _ s < channeliZing devices M.k 4 4 4 4 4 4 4 4 \ // aa';'''';-1,- LEGEND e�o"0' ""4eee""".,""✓ o a°� l-- Type 3 Barricade .i /J 1 O O O Channelizing Devices y m WORK �, �, I Beginning of SPACE NO -PASSING SPEED �-wh p' O ♦< �� R2-1 Channesizing line LIMIT / WORKNZONE 620-2bT * * i Sign 3% CSJ Limit h END ROAD WORK should coordinate 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)signs are placed in advance of these work areas to remind drivers they are still within the project limits. See the applicable TCP sheets for exact location and spacing of signs and G20-2** with sign location i on NOTES X Warning Sign Size and Spacing chart or the w o chonnelizing devices. The Contractor shall determine the appropriate distance to be on the G20-1 "BEGIN TMUTCD for sign spacing requirements. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS placed series signs and ROAD WORK WORK NEXT X MILES"(G20-5T)sign for each specific project. SHEET 2 OF 12 d a v, k **G20-5oP This distance shall l l replace the "X" and sholl be rounded * BEGIN ZONE STAY ALERT OBEY to the nearest the ROAD X* 620-5T ROAD ROAD ROAD WORK NEXT %MILES SPEED LIMIT *.*.R20 -ST TRAFFIC FINES WARNING SIGNS whole mile with approval of the Engineer. No decimals shall be used. • Marc Operations Division CLOSED 1171 WORK Rt 1.2 WORK NAME *xveEss �/ �/ DOUBLE STATE LAW O The "BEGIN WORK ZONE"(G20-9TP) and "END WORK ZONE" (620-2bT) , Texas Department of Transportation Standard CWt-4L AHEAD /2 MILE Type 3 CITY /� /� **R20-SaTP wp101O1S TALK OR 1IXT LATER shall be used as shown on the sample layout VERIFY SCALE Bar Is one Inch on original 0 1 drawing. It not one inch on this sheet. adjust scale. �� CWt-6 G20 -6T CW20-ID STATE **R2-1 '"E'"E"" R20 -3T when advance Barricade or X X RP" CW13-t P CW20- t E * * CONTRACTOR G20 -10T signs are required outside the CSJ Limits. They inform the devncelizing \\1** * * devices % X X x x X % N.N., / motorist of entering or leaving a port of the work zone lying outside the CSJ Limits where traffic fines may double if workers are present. BARRICADE AND CONSTRUCTION K k I< yN 4 4 4 4 ' 4` 4 � 4 )( ** Required CSJ Limit signing. See Note 10 on BC(1). TRAFFIC PROJECT LIMIT / I I 4 1 FINES DOUBLE signs will not be required on projects consisting solely of mobile operations work, channelizing 11"�CSJ Limit "ROAD p 4 B C ( 2) — 1 Devices Area for placement of WORK AHEAD" (CW20-ID)sign * 1 and other signs or devices as coiled for on the Traffic FILES be -I4. VI ee TxDOT Icx: TxDOT IDw: TxDOT Icx: TxDOT X SPEED R2-1 Control PIan9 © TxDOT November 2002 CONT SECT JOB HIGHWAY WORK SPACE END ROAD WORK ..� LIMIT \,`, O Contractor will install a regulatory speed limit sign at REVISIONS 620-2 Xx O the end of the work zone. 9-07 8-14 DIST COUNTY SHEET No. * * 7-13 :bJ File: N�\if\Drnwings\City .dwg • • 14.dwg DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 ySPS�OF\tQ1SI :r:',,•':ti *# %.N CHOL/S A. CECAA. . % �i 97391 III 011.C:ENZa...tr • 17115 Freese and Nichols, c. Texas Registered Engineering Firm F-2144 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 Signing shown for one direction only.one See BC(21 for additional advance signing. CSJ of work act i v i ty and not throughout the entire project. LIMITS Regulatory work zone speed signs (R2-1) sha I I be removed or covered during periods when they are not needed. Signing shown for direction only. See BC(2) for additional advance signing. CSJ LIMITS NICHOL rjIS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 � I I i/ I° I )\ p 1750' 1500') b See General Note 4 b o • b See General Note 4 I k JI I b (750' - 1500'1 b $e Note 4al b 0 o } n >1 n n n WORK SPEEDWORK G20-5oP = o CITY of CORPUS CHRISTI TEXAS Department of Capital Programs ZONE LIMIT Q ZONE G20-5aP SPEED SPEED LIMIT Q WORK WORK SPEED 7 0 R2 1 L1EEO 6� SPEED LIMIT R2 1 SPEED ZONE G20 5oP ZONE G20-5oP(n LIMIT CW3-5 LIMIT 6 0 07 R2-1 EMT 60 SPEED SPEED 7 0 R2-1 6 0 R2-1 LIMIT DESCRIPTION CW3-5 R2-1 R2-1 6 0 6 0 GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES This type of work zone speed limit should be included on the design of 1. Regulatory work zone speed limits should be used only for sections of construction the traffic control plans when restricted geometrics with a lower design projects where speed control is of major importance. speed ore present in the work zone and modification of the geometrics to 2. Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum a higher design speed is not feasible. mounting height. Long/Intermediate Term Work Zone Speed Limit signs, when approved as described 3. Speed zone signs are illustrated for one direction of travel and are normally posted above, should be posted and visible to the motorist when work activity is present. for each direction of travel. Work activity may also be defined as a change in the roadway that requires 4. Frequency of work zone speed limit signs should be: a reduced speed for motorists to safely negotiate the work area, including: 40 mph and greater 0.2 to 2 miles a) rough rood or damaged pavement surface 35 mph and less 0.2 to 1 mile b) substantial alteration of roadway geometrics (diversions) c) construction detours 5. Regulatory speed limit signs shall have black legend and border on a white reflective d) grade background (See "Reflective Sheeting" on BC(4)). e) width f) other conditions readily apparent to the driver 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, As long as any of these conditions exist, the work zone speed limit signs "WORK ZONE"(G20-5aP) plaque and the "SPEED LIMIT"(R2-1)signs shall not be paid for should remain in place. directly, but shall be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless as SHORT TERM WORK ZONE SPEED LIMITS otherwise noted under "REMOVING OR COVERING" on BC(4). OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT 8 G This type of work zone speed limit may be included on the design of SHEET 3 OF 12 8. Techniques that may help reduce traffic speeds include but are not limited to: the traffic z o Pe control plans when workers or equipment are not behind concrete A. Law enforcement. barrier, when work activity is within 10 feet of the traveled way or actually B. Flogger stationed next to sign. in the travelled way. C. Portable changeable message sign (PCMS) . ,Texas Department of Transportation Opel ns Staa dared D. Low-power (drone) radar transmitter. Short Term Work Zone Speed Limit signs should be posted and visible to the E. Speed monitor trailers or signs. motorists only when work activity is present. When work activity is not present, signs shall be removed or covered. 9. Speeds shown on details above are for illustration only. (See Removing or Covering on BC(4)). 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 #1204 in the TxDOT e -form system. BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC ( 3) -14 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. It not one Inch on this sheet. adjust scale. FILE: be -14. don ow TxDOT Ic.: TxDOT I DN: TxDOT IC.: TxDOT ©TxDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. n., a nmc _ w.na.._ n.... B • r..,. ..vo. n__....__... r.... �.�._. ,..,,.� ter„ „ • • 14.dwg ole: Rug Go, euIo - 9N pm ser: bj File: N:\If\Drawings\City Std's\CDCC STD BC-14.dwg DESCRIPTION 1 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 ?1PSE ... ....... ,••••.::I *n In NICHOLAS A. CECAVA 97391 is 9 ►7/r5 Freese and Nichols. nc. l Texas Registered Engineering Firm F-2144 GENERAL NOTES FOR WORK ZONE SIGNS 12' min. TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 1. Contractor shall install and maintain signs in a straight and plumb condition and/or os 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 as directed by the Engineer. Signs shall be used to regulate, warn, and rn ROAD ®��®�� AHEAD6 ROAD minimumROAD AHEAD from curb < 'rti ®�� AHEAD ROAD C MRK AHEAD 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" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD 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 con include documenting the changes in the Inspector's TxDOT diary and having both the Inspector and Contractor initial date the 0 d m 2 >.I min. I and agreed upon changes. 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD). The Controctor 0 o* 7' y H hall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation > 0'-6' 7.0' min. 9.0' max. > a 6' or n 7.0' min. S ,, 7.0' min. procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations 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 IjI NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361> 561-6500 Fax - (361> 561-6501 o ` ,, X L greater 9.0' max. y �' 9.0' max. ,. 6.0' min. damaged or marred reflective sheeting as directed by the Engineer/Inspector. 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 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shall not be spliced. ao � rr!-//&///:-. gpr/p�I/�1 /1-V%\\,�//� '�������i• DURATION OF WORK (os Defined by the 'Texas Manual on Uniform Traffic Control Devices' Port 6) Paved r�i/\ Paved rrC/q\\, shoulder \� shoulder \ x �r...1 * When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb, Objects shall NOT be placed under skids os a means of leveling. * * When plaques are placed on dual -leg supports, they should be attached to the upright nearest the travel lane. Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. II * 1. The 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 appropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign Support, sign mounting height and substrate meets manufacturer's recommendations in regard to crashworthiness ond duration of work requirements. a. Long-term stotionary - work thot occupies a location more than 3 days. b. Intermediate-term stationary - work that occupies 0 location more than one daylight period up to 3 days, or nighttime work lasting more than one hour. c. Short-term stationary - daytime work that occupies o location for more than 1 hour in o single daylight period. d. Short, duration - work that occupies a location up to I hour. e. Mobile - work thot moves continuously or intermittently (stopping for up to approximately 15 minutes.) m ,,, o SIGN MOUNTING HEIGHT Support ATTACHMENT FOR SIGN SUPPORTS Attachment to wooden supports 1. The bottom of Long-term/Intermediote-term signs shall be at least 7 feet, but not more than 9 feet, above the paved surface, except d z z o ce CITY of CORPUS CHRISTI TEXAS Department of Capital Programs shall not will be by bolts and nuts as shown for supplementol plaques mounted below other signs. ���� ZONE protrude2. above signrn - \' , or screws. Use TxDOT's or manufacturer's recommended procedures for attaching sign The bottom of Short-term/Short Duration signs shall be o minimum of 1 foot obove the pavement surface but no more than 2 feet above the ground. 3. long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. 4. Short-termVShort Duration signs shall be used only during daylight and shall be removed at the end of the workday or raised to 1 1 ` TR/i�E0� WWSIZE Support ;I1\Hamill) "I; un(Ilulluel(> op, substrates to other types of supports appropriate Long-term/Intermediate sign height. 5. Regulatory signs shall be mounted at least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. OF SIGNS DESCRIPTION nkEs shall protrude+ r J U O A D 1. The Contractor shall furnish the sign sizes shown on BC (21 unless otherwise shown in the pions or as directed by the Engineer. SIGN SUBSTRATES BO DD IE above sign 1 nnn i W 0O , OR Nails shall NOT 1. The Contractor shall ensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign support that is being used. The CWZTCD lists each substrate that con be used on the different types ond models of sign supports. £ (04 seO85 5s, Q j -L /��� E[n1 1 be allowed. Each sign 2. "Mesh" type materials ore 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 plywood cleat, 1/2" thick by 6" wide, fastened ARE ORtSEHT _ to the bock of the sign and extending fully across the sign. The cleat shall be ottoched to the back of the sign using wood Sign supports shall extend more than 1/2 way up the _ .mmNu b \ ,Airedishall 11(mpmmmugmi% \ be attached directly to the sign screws that do not penetrate the face of the sign panel. The screws shall be placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. REFLECTIVE SHEETING back of the sign substrate. FRONT ELEVATION Wood, metal or Fiber Reinforced Plastic - support. Mu I t i p l e signs shall not be joined or spliced by any Blooms. Wood 1. All signs shall be retroreflective 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 DMS specifications is Shown on BC(1). 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 BFL or Type CFL, shall be used for rigid signs with orange backgrounds. §IDN LETTERS Splicing embedded perforated square metol tubing in order to extend post height will only be allowed when the splice is made using four bolts, two above and two below the spice point. Splice must be located entirely behind SIDE ELEVATION supports shall not be extended or repaired by splicing or I. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWA) and os published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Deportment Standards and Specifications. REMOVING OR COVERING OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES the sign substrate, not near the base of the support. Splice insert lengths should be of least 5 times nominal post size, centered on the splice and Wood other means. 1. When sign messages may be confusing or do 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 from traffic 90 degrees when of at least the same gouge material. the sign messoge is not opplicoble. This technique may not be used for signs installed in the median of divided highways or near ony intersections where the sign may be seen from approaching traffic. STOP/SLOW PADDLES 1. STOP/SLOW paddles ore 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. 3. STOP/SLOW be to CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 1. Permanent signs ore used to give notice of troffic lows or regulations, call attention to conditions that are potentially hazardous to 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 of work. SIGN SUPPORT WEIGHTS m o paddles may attached a staff with o 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 o work zone need the same, if not better route guidance as normally installed on a roadway without construction. 1. Where sign supports require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand should be used. 2. The sandbags will be tied shut to keep the sand from spilling and to SHEET 4 OF 12 P d _ o o z shall only be as specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. 9 9 2. When permanent regulatory or warning signs conflict with work zone conditions, remove or cover the permanent signs until the g permanent sign messoge motches maintain a constant weight. 3. Rock, iron, Tiaff/c Opemuons the roadway condition. 3. When existingpermanent signs ore nerved and relocated due to construction g concrete, steel or other solid objects shall not be permitted for use as sign support weights. g g 4. ,Texas Department of 7Yansportatlon Division Standard 10" 10" 101°111111LIS purposes, they shall be visible to motorists at 011 times. 4. If existing signs ore to be relocated on their original supports, they shall be installed on crashworthy bases as shown on the SMD Standard sheets. The signs Sondbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. 5. Sandbags shall be mode of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall NOT be used. VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one inch on lee this sheet, adjust scale. 24" < 5 \ X U C )(%" 8" 24 \\ ,�\1rtIOR1 v\\ R=2 I WI . I g Ye" meet the required mounting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor shall use croshworthy supports as shown on the BC sheets or the CWZTCD. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Rubber ballasts designed for channelizing devices should not be used forL�shall ballast on portable sign supports. Sign supports designed and manufoctured1IIIC 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 and shall not be suspended obove 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 and shall not be used to level sign supports placed on slopes. BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC ( 4 ) - , 4 6. Any sign or traffic control device that is struck or damaged by the Contractor FLAGS ON SIGNS FILE: be -14. dgn ow: TxDOT lox: TxDOT I Dw: Tx5OT I ca: TxDOT k k24 or his/her construction equipment shall be replaced os soon as possible by the ©TxDOT Hovember 2002 COT SECT JOB HIGHWAY 24 Background -mea BockgrourM - orange Contractor to ensure proper guidance for the motorists. This will be subsidiary 1. Flogs may be used to draw attention to warning signs. When used the flog shall be 16 inches square or larger and shall be orange or fluorescent REVISIONS LemmaBorder - !Mite Legend P. Border - BIaCk to Item 502. red -orange in color. Flags shall not be allowed to cover any portion of 9-07 8-14 DIST coueev SHEET No. the sign face. 7-13 ole: Rug Go, euIo - 9N pm ser: bj File: N:\If\Drawings\City Std's\CDCC STD BC-14.dwg .bJ • CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 ��OF 1 pt,................... NICHOLAS A. CECAVA %, 97391 Ti Ies ".CENSE.'r�.. i Y'I 1"1/1'5 Freese and Nichols, nc. Texas Regietere0 Engineering Firm F-2144 Maximus L 24' 2x6 1l Sign -m Sign tr Sign Sign t Maximum 4x4 , - 12 sq. ft. of LA 1- 'I0e'skid , Post .4,,,, Post Post Post 14" 21 sq. ft. of sign face 0 wood post 2x6 27"1 sign face 2x6 r 12x6aSa�,cJ�oa+i■I��ui LI , G�oP Gto� fl G<4x4 DESCRIPTION /wood 4x4 60" II4x4 9" 9" 4" max. 1t►block post 72" block18■'34" desirabledesirableI min. in■W :::onal INN:x.4 Top 4x4 Length of sk'ds nay be increased for 48" minimum strong soils, 55" min, in reinforcing sleeve Base r-� 2NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 See BC (4) for sign 30" height P4" x 40" wood post See BC(4> adtlitionat stability. Top weak soils. (1/2" larger than sign post) x 18"weak 34" min in strong soils, 55" min. in soils. See the CWZTCD for embedment. Post requirement /` 2x6 for sign 24" height(1/4" 2x4 brace Anchor Stub larger Anchor Stub (1/4" larger requirement _ 3/8" bolts w/nuts \ than sign than sign 111 111 �� _ or 3/8" x 3 1/2' post) 16"�'iCit+iati (min.) lag post) — screws ' 40" 36" Front Side Front 4x4 block 4x4 block 5i Side OPTION 1 Embedment) OPT (Anchor ON 2 Stub( OPT ON 3 (Anchor Stub and Reinforcing Sleeve)) WING CHANNEL m PERFORATED SQUARE METAL TUBING LbtDDcachrolednoSKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTSCI GROUND MOUNTED SIGN SUPPORTS o Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. The maximum sign square Two footage sholl adhere to the manufacturer's recommendation. post installations con be used for larger signs. d z CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 16 sq. ft. or less of ony rigid sign substrate listed in section J. 2.d of 9 sq. ft. or less- the CWZTCD, 1 1/2" Dia. WEDGE ANCHORS Both steel and plastic Wedge Anchor Systems as shown z N ¢ IOmm extruded except 5/8" plywood. on the SMD Standard Sheets may be used as temporary thinwall plastic sign only ^ 4" 1/2" plywood is allowed. 0 3/8" x 3" gr. 5 bolt „ * 18" A 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)). s(2 ignepanel andsupport) supports joining 4 OTHER DESIGNS _ - MORE DETAILS OF APPROVED LONG/INTERMEDIATE ✓ a Direction - AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. - / of Traffic t 3/4" x 13/4" x 11 foot z o ^ 12 go post __._ _ a GENERAL NOTES a (DO NOT SPLICE) 1 3/4" gal v. round 1 3/4 " x 1 3/4 " x 129" (hole to hole) 12 go. supportPost telescopes into sleeve \\ \ Nominal Size Number of Posts Sq. Sign Maximum feet of Face Minimum Soil Embedment Drilled Hole(s) Required 1. Nails moy be used in the assembly of wooden sign supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" lag screws must be used on every joint for final connection. DESCRI with 5/16" holes 4 4 or 13/4" x 13/4" A - x 1 12 36" NO square tubing 1 3/4 x 1 3/4 x 52" (hole im 4 x 4 2 21 36" NO 2. No more than 2 sign posts shall be placed within a OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT to hole) 12 ga, square perforated - 4 x 6 1 21 36" YES 7 ft. circle, except for specific materials noted on the Upright must M tubing diagonal brace nY 4 x 6 2 36 36" YES CWZTCD List. telescope to -'-'-'-'' 3. When project is completed, all sign supports and provide 7' height• above pavement 48" 1 3/4 " x 1 3/4 " x 32" (hole y3 , ea WOOD POST SYSTEM MOUNTED FOR GROUND SIGN SUPPORTS foundations sholl be removed from the project site. This will be considered subsidiaryto Item 502. to hole) 12 ga. square perforoted tubing @F v v a0 cross brace B°? s ;� El See BC(4) for definition of "Work Duration." ®��! • ��� I 3/8" X 4-1/2 gr. o � Wood sign posts MUST be one piece. Splicing will NOT be allowed. Posts shall be m •- %� pin of angle` / 5 BOLT (TYP.) N m _•_�----; N \ �- painted white. A See the CWZTCD for the type of sign substrate W to •• N �� 0 "' 9)3/8 " X 3" gr. that can be used for each approved sign support, o needed r r r 5 bolt match sideslope 36", 0 . 1 3/4 " x 1 3/4 " x 129" SHEET 5 OF 12 2.5' Qj 7/76" (hole to hole) a Traffic z 12 ga, square m_ Operations z to start on opposite sides + perforoted tubing ,Texas Department of Transportation P Division Standard vo_i going in opposite upright '„ • -ti- directions. Minimum _� c lig [111111rt01d15 weld,cnot 2" x 2" x c fildol bock fill 12 = Complete) welded YBARRICADE AND CONSTRUCTION ai weld puddle. ga. upright 2" x 2" x 59" (hole to hole) __ around tubing TYPICAL SIGN SUPPORT ° m `o = o ° a 2 l , 12 ga. perforated ° S weld starts ff' her weld starts here �C weld 5• • tubing skid g 2" x 2" x 8" (hole to hole) ° a t c SINGLE LEG BASE 32' I ,� 12 ga. square A perforated BC (5) -14 "e ° m Side View k tubing sleeve o+r l tled to skid DILE: bC-14.QC gn DN. TxDOT I CIO TxDOT l ox: TxooT I C. TxDOT W IIwe ; 60" _SII ©TxDOT November 2002 COW SECT JOB HIGHWAY `o El mm— SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS HEVIS . 9-07 8-14 DIST COUNTY SHEET NO. Lf - 7 -13 in t o .bJ • CONSULTANT'S SHEET No. FNI PROJECT: COR13155 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 RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer i-7 ` ""` r' -dE PORTABLE CHANGEABLE MESSAGE SIGNS may approve other messages not specifically covered here.) r. :<xa�4 =5.••<6� e,'4��I gm I. 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," "Ar," etc. 3. "FOR," " should consist of a single phase, or two phases thot qList Phase 1: Condition Lists Rood/Lone/Ramp Closure List Other Condition List Phase 2: Possible Component Lists Action to Take/Effect on Travel Location Warning ** Advonce List List Notice List �� %4: ,: < z 00 I4.: a ate . <6 :0.7 1��.h... N ti --osis 'm M =:J =P °. +y: ..0 � - alternate. Three-phase messoges are not allowed. Each phase of the message should convey o single thought, and must be understood by itself. FREEWAY CLOSED FRONTAGE ROAD ROADWORK XXX FT ROAD REPAIRS MERGE RIGHT FORM X LINES AT FM XXXX SPEED TUE-FRI o 11 - 4. Use the word "EXIT" to refer to an exit ramp on a freeway; i.e., "EXIT CLOSED." Do not use the term "RAMP." X MILE CLOSED XXXX FT RIGHT LIMIT XX MPH XX AM- X PM 5. Always use the route or interstate designation (IH, U5, SH, FM) along with the number when referring to a roodway. 6. When in use the bottom of o stationary PCMS messoge panel should be a minimum 7 feet above the roadway, where possible. ROAD CLOSED AT SH XXX SHOULDER CLOSED XXX FT FLAGGER XXXX FT LANE NARROWS XXXX FT DETOUR NEXT X EXITS USE XXXXX RD EXIT BEFORE RAILROAD CROSSING MAXIMUM SPEED XX MPH APR XX40/ - XX X PM -X AM WJ WO $ "o 7. The message term "WEEKEND" should be used only if the work is to start on Saturday morning and end by Sunday evening at midnight. Actuol days and hours of work should be displayed on the PCMS if work ROAD CLSD AT RIGHT LN CLOSED RIGHT LN NARROWS TWO-WAY TRAFFIC USE EXIT XXX USE EXIT I -XX NEXT X MINIMUM SPEED BEGINS MONDAY Z h F o W V 'm o is to begin on Friday evening and/or continue into Monday morning. 8. The Engineer/Inspector FM XXXX XXX FT XXXX FT XX MILE NORTH MILES XX MPH �G mt N� moy 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 RIGHT X LANES RIGHT X LANES MERGING TRAFFIC CONST TRAFFIC STAY ON US XXX USE I -XX E PAST US XXX ADVISORY SPEED BEGINS MAY XX t u so o 'A' FD,, S o^n v� y"r v should be steady burn or continuous while displayed. CLOSED OPEN XXXX FT XXX FT SOUTH TO I -XX N EXIT XX MPH z 8 c 1 10. Do not present redundant information on a two-phose message; i.e., keeping two lines of the message the same and changing the third line. 11. Do not use the word "Danger" in message. "LANES "LANES CENTER LANE CLOSED DAYTIME LANE CLOSURES LOOSE GRAVEL UNEVEN LANES TRUCKS USE WATCH FOR XXXXXXX TO RIGHT LANE MAY X X XX PM o .g.,- o x o m`�N.al... (2. Do not display the message SHIFT LEFT" or SHIFT RIGHT" XXXX FT XXXX FT US XXX N TRUCKS XXXXXXX EXIT XX AM 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 phroses that ore acceptable for use on a PCMS. Both words in a phrase must be NIGHT LANE CLOSURES I -XX SOUTH EXIT CLOSED DETOUR X MILE ROUGH ROAD XXXX FT WATCH FOR TRUCKS EXPECT DELAYS US XXX TO FM XXXX USE CAUTION NEXT FRI-SUN i zm N ~ N 0 0 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 ot least 1/2 (.5) mile and the text VARIOUS LANES CLOSED EXIT XXX CLOSED X MILE ROADWORK PAST SH XXXX ROADWORK NEXT FRI-SUN EXPECT DELAYS PREPARE TO STOP DRIVE SAFELY XX AM TO XX PM TCb Ct 0 a o should be legible from at least 600 feet at night and 800 feet in daylight. Truck mounted units must hove a character height of 10 inches and must be legible from ot least 400 feet. 16. Each line of text should be centered on the message board rather than left or right justified. EXIT CLOSED RIGHT LN TO BE CLOSED BUMP XXXX FT US XXX EXIT X MILES REDUCE SPEED XXX FT END SHOULDER USE DRIVE WITH CARE NEXT TUE AUG XX awl N 8 Q U ��1 x Q 17. If disabled, the PCMS should default to an illegible display that will not alarm motorists and wi l l only be used to alert workers thot the PCMS has malfunctioned. A pattern such as a series of horizontal solid bars is appropriate. MALL DRIVEWAY CLOSED X LANES CLOSED TUE - FRI TRAFFIC SIGNAL XXXX FT LANES SHIFT * USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM- XX AM VI-- o C z `~ a) a 0 E XXXXXXXX o �' o WORD OR PHRASE ABBREVIATION WORD OR PHRASE ABBREVIATION BLVD CLOSED * LANES SHIFT in Phase 1 must be used with STAY IN LANE in Phose 2. STAY IN LANE * * *See Application Guidelines Note 6. c 1.-- a V p Access Rood ACCS RD Major MAJ Alternate ALT Miles MI Avenue AVE Miles Per Hour MPH 1. I DATE I BY kN DRIVE JFORD (BOND 2012) JD CONSTRUCTION = CHANGABLE SIGN (PCMS) Best Route BEST RTE Minor MNR APPLICATION GUIDELINES WORDING ALTERNATIVES Boulevard BLVD Monday MON Bridge BRDG Normal NORM 1. Only 1 or 2 phases are to be used on a PCMS. 1. The words RIGHT, LEFT and ALL can be interchanged as appropriate. Cannot CANT North N 2. The 1st phase (or both) should be selected from the 2. Roadway designations IH, US, SH, FM and LP con be interchanged as "Road/Lone/Ramp "Other Center CTR Northbound (route) N Closure List" and the Condition List", appropriate. 3. "Action Construction CONST AHD Parking PKING A 2nd phase con be selected from the to Take/Effect 3. EAST, WEST, NORTH and SOUTH (or abbreviations E, W, N and S) can on Travel, Location, General Warning, or Advance Notice interchanged Ahead Rood RD be as appropriate. CROSSING XING Right Lone RT LN Phase Lists". 4. Highway names and numbers replaced as appropriate. g Y P Detour Route DETOUR RTE Saturday SAT 4. A Location Phase is necessaryonlyif a distance or location 6. ROAD, HIGHWAY and con interchangedias needed. Do Not DONT Service Road SERV RD instead is is not included in the first phase selected. 6. AHEAD may be used instead of distances if necessary. East E Shoulder SHLDR 5. If two PCMS are used in sequence, they must be separated by 7. FT and MI, MILE and MILES interchanged as appropriate. Eastbound (route) E Slippery SLIP a minimus of 1000 ft. Each PCMS shall be limited to two phases, 8. AT, BEFORE and PAST interchanged os needed. Emergency EMER South S and should be understandable by themselves. 9. Distances or AHEAD con be eliminated from the message if a Emergency Vehicle EMER VEH Southbound (route) S 6. For advance notice, when the current date is within seven days location phase is used. Entrance, Enter ENT Speed SPD of the actual work date, calendar days should be replaced with Express Lane EXP LN Street ST days of the week. Advonce notificotion should typically be for Expressway EXPWY Sunday SUN no more than one week prior to the work. XXXX Feet XXXX FT Telephone PHONE SHEET 6 OF 12 Fog Ahead FOG AHD Temporary TEMP z Freeway FRWY, FWY Thursday THURS PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR raffic opens oz N BARRICADE / PORTABI MESSAGE Freeway Blocked FWY BLKD To Downtown TO DWNTN Division r Hazardous FRI Traffic TRAF CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) , Texas DepartmentofTrans Transportation Standard Driving HAZ DRIVINGTravelers TRVLRS PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE Hazardous Material HAZMATTuesday TOES UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION Is one Inch on original Ong. It not one inch on sheet. adjust scale. >UISIANA High-Occuponcy H0V Time Minutes TIME Vehicle HWY Upper Level MIN UPR LEVEL OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION Highway HR, Vehicles (s) VEH, VEHS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE Hour(s) HRS Warning WARN Information It INFO Wednesday WED FULL MATRIX PCMS SIGNS MESSAGE SIGN (PCMS) Is ITS Weight Limit WT LIMIT Junction JCT West W 1. When Full Matrix PCMS signs are used, the character height and legibility/visibility requirements shall be listed in "PORTABLE Left LFT Westbound (route) W maintained as Note 15 under CHANGEABLE MESSAGE SIGNS" above. Left Lone LFT LN Wet Pavement WET PVMT 2. When symbol signs, such as the "Flogger Symbol"(CW20-7) are represented the Full Matrix PCMS BC(6) 4 Lane Closed LN CLOSED graphically on sign and, with the approval of the Engineer, it Will Not WONT shall maintain the legibility/visibility requirement listed above. FILE, bc-14.dgn oN: TxDOT Icx:TxDOT I ow: TxDOT Lower Level Maintenance LWR LEVEL MAINT . 3When symbol signs are represented graphically on the Full Matrix PCMS, they shall only supplement the use of the static sign represented, and shall not substitute for, that ()TONovember 2002 corer SECT roe lac: HIGHWAY A `o 21 sHEEr1 2 7 of 190 Roadway or replace sign. 4. A full matrix PCMS may be used to simulate a flashing arrow board provided it meets the visibility, flosh rate and dimming requirements on BC(7), for theRECORD REVISIONS III DRAWING designation w IH -number, US -number, SH -number, FM -number some size arrow. 9 07 8 14 015 COUNTY SHEET NO W' NO. 713 STR-883 NIL., A.n as- ants - 4.fAnm lIcnr• hi Fel.. N:\IF\n.•nminnc\ri+.. c+.m,\rnrr con nr_In ,NW.. o CITY PROJECT / E12093 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 1. Barrier Reflectors shall be pre-qualified, and conform to the color and Barrier Reflector reflectivity requirements of DMS-8600. A list of prequalified Barrier Reflectors con be found at the Material Producer List web address 16" toll plastic shown on BC(1). 2. Color of Barrier Reflectors shall be as specified in the TMUTCD. The cost of the reflectors shall be considered subsidiary to Item 512. �- Barrier Reflectors on bracket I 16" Max. spacing of barrier reflectors is 20 feet. Attach the delineators as per manufacturer's recommendations. Arrow Boards may be located behind channelizing devices in place for a shoulder toper or merging taper, otherwise they shall be delineated with four (4) chonnelizing devices placed perpendicular to traffic on the upstream side of traffic. 1. The Flashing Arrow Board should be used for all lone 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-lone, two-way roadwoys, detours, diversions or work on 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 thot should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: DESCRIPTION ��OF‘..‘��1 •SptE •f �1, E „....71,, mss:' LS 0 t •N CHOLAS A. CECAVA tv. 97391 ru: k e%�ACENsia\*. Freese and Nichn1'� 'S Texas Registered Engineering Firm F-2144 LOW PROFILE CONCRETE BARRIER (LPCB) Ali CONCRETE TRAFFIC BARRIER (CTB) • •• •• • •• m" vi W =% See D & OM (VIA) I • • • • • WV (4' o �N �N 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors rem shall be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each 1 ' i�j • • OR • • • ''''.&- :0"I' �alh,v,� ..,a CTB. This will allow for attachment of a barrier grapple without • • • • i ' ,) ^ a� al damaging the reflector. The Barrier Reflector mounted on the side of the CTB located Install a minimum of 3 Barrier Reflectors • • • • • • • s �.o " O shall be directly below the reflector mounted on top of the barrier, os shown in the detail above. 4. Where CTB separates two-way traffic, three barrier reflectors shall be as per manufacturer's recommendations. 4 CORNER CAUTION ALTERNATING DIAMOND CAUTION • • • • • • or? ' z o o c W o ow m s° a mounted on each section of CTB. The reflector unit on top shall hove two yellow reflective foces (Bi-Directional)while the reflectors on each ao CO ..n al` side of the barrier shall have one yellow reflective face, as shown in DELINEATION OF END TREATMENTS the detail obove. • • 5. When CTB seporotes traffic traveling in the some direction, no barrier • • • • • • • • • • Si z reflectors will be required on top of the CTB. 6. Barrier Reflector units shall be yellow or white in color to match the edge) ine being supplemented. END TREATMENTS FOR CTB'S USED • • • • • • • • • • • • • • • • • • • • • • • •• •• •• •• • •• o y Z (n o o: M 7. Moximam spacing of Barrier Reflectors is forty (40) 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 os directed by the Engineer. II. Single slope barriers shall be delineated as shown on the above detail. IN WORK ZONES End treatments used on CTB's in work zones sholl meet croshworthy standards as defined in the National Cooperative Highway Research Report 350. Refer to the CWZTCD List for approved endQ treatments and manufacturers. DOUBLE ARROW LEFT & RIGHT CHEVRON ARROW LEFT & RIGHT 5. The "CAUTION" disploy p y consists of four corner lamps flashing simultaneously, or the Alternating Diamond Caution mode as Shown. 6. The straight line caution display is NOT ALLOWED.rt 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated loop voltage. III II = O V CL (/) O Q_ (n O U O k 4- BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS The flashing rote of the (amps shall not be less than 25 nor more than 40 flashes per minute. 8. Minimum lamp "on time" shall be approximately 50 percent for the flashing arrow and equol intervals of 25 percent for each sequential phase of the flashing chevron. 9. The DESCRIPTION CITY of CI Department Ti sequentiol arrow display is NOT ALLOWED. 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron WARNING LIGHTS disploy may be used during daylight operations. 11. The Flashing Arrow Board shall be mounted on a vehicle, trailer or other suitable support. 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 ore commonly used with drums. They are intended to warn of or mark a potentially hazardous 12. A Floshing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13. A full matrix PCMS 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. Minimus mounting height of trailer mounted Arrow Boards Should be 7 feet from roadway 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. to bottom of panel. 4. Type-C and Type D 360 degree Steady Burn Lights ore intended to be used in a series for delineotion to supplement other traffic control REQUIREMENTS devices. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "SB". N 0 I 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed the traffic MINIMUM MINIMUM NUMBER MINIMUM on control devices. 6. When required by the Engineer, the Contractor shall furnish a copy of the warning lights certification. The warning light manufacturer will 1I TYPE SIZE OF PANEL LAMPS VISIBILITY ATTENTION WHEN NOT OZ certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing Steady-Burn Warning DISTANCE IN USE, REMOVE N Q In 0 and Lights. 7. When used to delineate curves, Type-C and Type D Steady Burn Lights should only be on the outside the the inside. B 30 x 60 13 3/4 mile Flashing Arrow Boards THE ARROW BOARD FROM THE ~ Q placed of curve, not 8. The location of warning lights and warning reflectors on drums shall be as shown elsewhere in the plans. C 48 x 96 15 1 mile shall be equipped with automatic dimming devices. RIGHT-OF-WAY OR PLACE ARROW BOARD BEHIND CONCRETE TRAFFIC THE aU Z O H Type C Warning Light or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS BARRIER OR GUARDRAIL. IJ o c1 z z p Z ce BARRICADE AND CONSTR1 ARROW PANEL, REFLEC WARNING LIGHTS & ATTEI approved substitute mounted on a 1. Type A flushing warning lights are intended to warn drivers that they are approaching or are in apotentially hazardous area. drum adjacent to the travel way. 2. Type A random flashing warning lights are not intended for delineation and shall not be used in a series. 3. A series of sequentiol flashing warning lights placed on chonnelizing devices to form a merging toper may be used for delineation. If used, the flashing FLASHING ARROW BOARDS successive of the sequential warning lights should occur frau the beginning of the toper to the end of the merging toper in order to identify the desired vehicle path. The rote of flashing for eoch 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 lane on detours, on lane changes, on lone closures, and on other similar conditions. SHEET 7 OF ) 2 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 a drum that hos a sign, chevron or vertical panel. - • Traffic Operations 7. The maximum spacing for warning lights on drums should be identical to the chonnelizing device spacing. TRUCK-MOUNTED ATTENUATORS Texas Department ofTransportat/on Division Standard o WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS 1. Truck-mounted attenuotors (TMA( used on TxDOT facilities Warning reflector may be round or square. Must have a yellowq reflective surface area of at least 30 square inches 1. A warning reflector or approved substitute may be mounted on a plastic drum os a substitute for a Type C, steady burn warning light at the discretion of the Controctor 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 hove 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 hove a minimum of 30 square inches of reflectorized sheeting.Theydo not o be reflectorized where it havetfi attaches to the drum. 6. The side of the warningreflector facingapproaching traffic shall have sheetingmeetingthe color and retroreflectivit requirements for pp g y q 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 Y 30 to 100 feet in advance of the area of crew exposure BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS WARNING L IGHTS & ATTENUATOR BC , Bar is one Inch on original drawing. If not one Inch 01 this sheet, adjust scale. DMS 8300-Type B or Type C. without adversely affecting the work performance. 6. The only reason o TMA should not be required is when a work FILE: be-14. don oto TxDOT ICK: TxDOT I ow: TxDOT Imo TxDOT 7. When used near two-way traffic, both sides of the warning reflector shall be reflectorized. 8. The warning reflector be the area is spread down the roadway and the work crew is an ©TxDOT November 2002 CONT SECT JOB HIGHWAY should mounted on side of the handle nearest approaching traffic. 9. The maximum spacing for warning reflectors should be identical to the chonnelizing device spacing requirements. extended distance from the TMA. REVISIONS 9-07 8-14 713 DIST COUNTY SHEET NO. STR-883 e W. I CITY PROJECT / E12093 Dote: Auo 25, 2015 - 4.060m User: b.i File: N:\if\Drawinos\City Stci's\CDCC STD 0C-14 awn •07p !j YNe: N•\it\LrawIngs\lacy St "s .awg DESCRIPTION 1 CONSULTANT'S SHEET No. FM PROJECT: COR13155 APSE OF \��11,, may, •• *+r ff *:'''•: * r, *;, 1,1 NICHOLAS A. CECAVA 1,' • 97391 : IYn'••4/CENSE0 0 i71t5 Freese and Nichol Inc. Texas Registered Engineering Firm F-2144 GENERAL NOTES 1. For long term stationary work zones on freeways, deans shall be used as Handle 18" min the primary channelizing device. 2. For intermediate term stationery work zones on freeways, drum should be Top should not used as the primary channelizing device but may be replaced in tangent allow collection I sections by verticol panels, or 42" two-piece cones. In tangent sections of water or 9/16" dia. (typ) for mounting signs and debris • 0 one-piece cones may be used with the approval of the Engineer but only I if warning lightst personnel are present on the project at all times to maintain the -1 cones in proper position and location. 3. For short term stationary work zones on freeways, drums are the preferred channelizing device but moy be replaced in tapers, transitions and tangent 4" mx a 4" min 8" max Each drEach drum shall hove ' LI sections by vertical panels, two-piece cones or one-piece cones as approved by the Engineer. (typ) a minimum of 2 orange r--� I 1 ‚jI NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 4. Drums and all related items shall comply with the requirements of the current version of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" and 2 white stripes using Type A retro- reflective sheeting 18" x 24" Sign 12" x 24" (Maximus Sign Dimension) Vertical Ponel Chevron CW1-8, Opposing Traffic Lone (CWZTCD). 5. Drums, bases, and related materials Shall exhibit good workmanship and shall be free from objectionable marks or defects that would adversely c affect their oppeoronce or serviceobility. E 6. The Contractor shall have a maximum of 24 hours to reploce ony plastic io 2" max (top.) o e iv with the top stripe being orange. - pposin mount with diagonals Divider, Drivewaysign D70a, Keep Right g d sloping down towards R4 series or Other signs as approved travel way by Engineer drum identified for replacement by the Engineer/Inspector. The replace- meet device must be an approved device. Plywood, Aluminum Or Metal sign n substrates shall NOT be used on GENERAL DESIGN REQUIREMENTS plastic drums Pre-qualified plastic drums shall meet the following requirements: 1. Plostic drums shall be a two-piece design; the "body" of the drum shall be the top portion and the "base" shall be the bottan. 2. The body and base shall lock together in such a manner that the body Taper to allow for stacking a drum5� of 5 SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED w separotes from the base when impacted by a vehicle traveling at 0 speed -- __ ,,-' '�, ON PLASTIC DRUMS of 20 MPH or greater but prevents accidental separation due to normal Q Bose (36" I = = `n ce handling and/or air turbulence created by passing vehicles. 5 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or dia. max) CITY of CORPUS CHRISTI TEXAS Department of Capital Programs single piece plastic drums as channelization devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width of the 36 inch height when viewed from any direction. The height of drum unit (bodyinstalled on base) shall be a minima of 36 inches and a maximum of 42 inches. CWI-6L 24" This detail is not intended for fabrication. See note 3 and the CWZTCD list for providers of approved 1. Signs used on plastic drums sho)1 be monufoctured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with on orange background shall be manufactured with Type 8 or T Oran ype AFL ge DESCRIPTION 5. The top of the drum shall have o built-in handle for easy pickup and ^ Detectable Pedestrian Barricades FL sheeting meeting the color and retroreflectivity requirements 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 0 minimum of four alternating n 12„ * of DMS-8300, "Sign Face Material," unless otherwise specified in the plans. 3. Vertical Panels shall be manufactured with orange and white sheeting meeting the requirements of DMS-8300 Type A orange and white retroreflective circumferential stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized v 36" Continuous smooth roil for hood trailing Diagonal stripes on Vertical Panels shall slope down toward the intended traveled lone. space between any two adjacent stripes shall not exceed 2 inches in width. 7. Bases shall have a 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.A 36„ Fr 8" I I� ► , _ 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. 8. Plastic drums shall be constructed of ultro-violet stabilized, orange, high-density polyethylene (HDPE) or other approved material. 9. Drum body shall hove a maximum unbollasted weight of 11 lbs. IO.Drum and base shall be marked with manufacturer's nave and model number. RETROREFLECTIVE SHEETING , 45 �%%%�� 4" Orange I 4" White Detectable I I Edge Fi, 5. Signs shall be installed using o 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 mare than 1/2 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES 1. The stripes used on drums shall be constructed of sheeting meeting thevinch and retroreflectivity requirements of Departmental Materials Specification DMS-8300, "Sign Face Materials." Type A reflective sheeting shall be supplied unless otherwise specified in the plans. 2. The sheeting 5h011 be suitable for use on and shall adhere to the drum surface such that, upon vehiculor impact, the sheeting shall remain adhered in-place and exhibit no delaminating, crocking, or loss of retroreflectivity other than that loss due to obrosion of the sheeting surface. DIRECTION / INDICATOR BARRICADE •I DETECTABLE PEDESTRIAN BARRICADES 2" Max. beyondnuts.color 7. Chevrons may be pl0cetl On drums On the outside of curves, on merging tapers or on shifting topers. When used in these locations they may be placed on every drum or spaced not more than On every third drum. A minimum of three (3) Should be used 0t each location coiled for in the plans. 8. R9-9, R9-10, R9-1I and R9-11a Sidewalk Closed signs which are 24 inches wide may be mounted on plastic drum, with a o BALLAST 1. The Direction Indicator Barricade moy be used in topers, transitions, and other areas where specific directional 1. When existing pedestrian focalities are disrupted, closed, or relocated in a TTC zone, the temporary facilities shall be approval of the Engineer. 1. Unballasted bases shall be large enough to hold up t0 50 lbs. of sand. guidance to drivers is necessary. 2. If used, the Direction Indicator Barricade should be used detectable and include accessibility features consistent with the features present in the existing pedestrian facility. 2. Where pedestrians with visual disabilities normally use the SHEET 8 OF 12 i 0 ce This base, when filled with the ballast material, should weigh between 35 lbs (minimum) and 50 lbs (maximum). The ballast moy be sand in one in series to direct the driver through the transition and into the intended travel lone. closed sidewalk, a device that is detectable by o person a disability traveling the 4• Traffic Operadons to three sandbags separate from the base, sand in a sand-filled plastic base, or other ballasting devices as approved by the Engineer. Stacking 3. The Direction Indicotor Barricade shall consist of One-DirectionDivisionorn Large Arrow (CW1-61 sign in the size shown with a block arrow on a background of Type BFLor Type CFLOrange retroreflective sheeting with visual with aid of o long cone shall be placed across the full width of the closed sidewalk. 3. Detectable pedestrian barricades similar to the one pictured Texas Department of Transportation portAt Standard Of sandbags will be allowed, however height of sandbags above dement g gg pa surface moy not exceed 12 inches. 2. Bases with built-in ballast 5h011 weigh between 40 lbs. and 50 lbs. Built-in ballast con 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 CWZTCD 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 bya us to m. 5. When used in regions susceptible to freezing, drums shall have drainage 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 ore to g pass. Sheeting types shall be o5 per DMS 8300. 4. Double arrows on the Direction Indicator Barricode will not be allowed. 5. Approved monufacturers are shown on the CWZTCD List. Ballast shall be os approved by the manufacturers instructions. above, longitudinol channelizing devices, some concrete barriers, and wood or choin link fencing with a continuous detectable edging can satisfactorily delineate a pedestrian path. 4. Tope, rope, or plastic chain strung between devices ore not detectable, do not comply with the design standards in the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAGI" and should not be used as a control for pedestrian movements. 5. Warning lights shall not be attached to detectoble pedestrian barricades. 6. Detectable pedestrian barricades may use 8" nominal BARRICADE AND CONSTRUCTION CHANNEL I Z I NG DEVICES w BC (8) A VERIFY SCALE Bar 1s one Inch on original 0 1 drawing. If not one inch on this sheet• adjust scale. holes in the bottoms so that water will not collect and freeze becoming o hazard Struck by a barricade rails as shown on BC(10) provided that the tap roil provides a smooth continuous rail suitable for hand F ILEI be-14. dgn DN: TxDOT I cN: TxDOT I ow: TxDOT Icw TxDOT when vehicle. 6. Ballast shall not be placed on top of drum. trai 1 in with no splinters, inters, burrs, or sharpedges. g p g ©TxDOT November 2002 tour SECT Jos HIGHWAY 7. Adhesives moy be used to secure base of drum to pavement. REVISIONS 4-03 7-13 DIST COUNTY SHEET N0. 9-07 8-14 •07p !j YNe: N•\it\LrawIngs\lacy St "s .awg ate: Aug 25, 2015 - 4'07pm ser: b� File: N•\if\Drawings\City Std's\CULL STD BC-14.dwg DESCRIPTION 1 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 *#,<��1 'pe,.•eso-.4 -`"�• i'`� ii-; (� Edi )\ O 1ti,•• 1 S •a"o-•,Pi`' 1��* �h.......� r E , u o;�� �� o ..+; < n i�� i._- rn �r 0$ ' o z.ppOE 71 4 a " 8" to 12" 8" to 12" 8" to 12" 8" to 12" I. The chevron shall be a vertical rectangle with o 12" k 12 by 18 inches. F.-..-1 F* --.1 J ') I, '` I minimum size of GENERAL NOTES 45 \ IS 4" See q" note 7 24" m n' 3 + o' 45° 4" See 4" note 7 . •E 18" Min. 2. Chevrons ore intended to give notice of a sharp chane of alignment with the direction of trove! 9 9 and provide additional emphasis and guidance for vehicle operators with regard to 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 for side intersection. They in line 1. Work Zone chonnelizingdevices illustroted on this sheet may be installed Y in close proximity to traffic and are suitable for use on high or low speed roadways. The Engineer/Inspector shall ensure thot spacing and placement is uniform and in accordance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. Channelizing devices shown on this sheet may hove a driveable, fixed or portable base. The requirement for self-righting channelizing devices must VP 1L Fixed Base w/ Approved VP 1R Surface Mount Roodwoy Bose 0 �, 0 veliminates c E Rigid Support Support 36" of an sholl be with ontl at right angles to approaching traffic. Spacing should be such that the motorist always has three in view, until the change in alignment its need. 4. To be effective, the chevron should be visible for at least 500 feet. be specified in the General Notes or other plan sheets. 3. Channelizing devices on self-righting supports should be used in work zone areas where chonnelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the chonnelizing devices difficult to maintain. Locutions 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). r-. NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christ, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 Adhesive .0 5. Chevrons sholl be orange with a black nonreflec- 4. The Contractor shall maintain devices in a clean condition and replace CO V/ NIP' '•re' ,P `�� five legend. Sheeting for the chevron shall be damaged, nonreflective, faded, or broken devices and bases as required by AMMEMEMb 18" Self-righting Support 12" minimum embedment retroreflective Type BFLor Type Cn.conforming to Deportmental Material Specification DMS -8300, = unless noted otherwise. The legend shall meet the the Engineer/Inspector. The Contractor shall be required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin ontl/or recycled rubber. The m FIXED depth requirements of DMS -8300. Fixed Base w/ Approved Adhesive 6. For Long Term Stationary use on tapers or portoble bases shall weigh a minimus 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 surface. (Rigid or self-righting) (Driveable Buse, or Flexible transitions on freeways and divided highways Support pavement Adhesives shall be prepared and applied according to the manufacturer's ;" g DRIVEABLE can be used) self-righting chevrons may be used to supplement plastic drums but not to replace plastic drums. recommendations. 7. The installation and removal of channelizing devices shall not cause 1. Vertical Panels (VP's) are normally used to channelize traffic or divide opposing lanes of traffic. CHEVRONS detrimental effects to the final pavement surfaces, including pavement surface discoloration or surface integrity. Driveable bases shall not be permitted on finol pavement surfaces. The Engineer/Inspector shall approve all application and removalprocedures of fixed bases. z o CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 8" to 12" 2. VP's may be used in daytime or nighttime situations. They be the drop-offs may used at edge of shoulder and otherareas such as Ione transitions where positivedaytime delineation is TheEngineer/Inspector T%>,, 24"SeeWork and nighttime required. shall refer to the Roadway Design Manual Appendix B "Treatment of Pavement Drop-offs in Zones" for additional guidelines on the use of DESCRIPTION 7 36" q.. min. 6,. VP's for drop-offs. 3. VP's should be mounted back to back if used at the edge 9 of cuts adjocent to two-way two lone roadways. StripesOra are to be reflective orange and reflective white and B 8 I!iI Sops e0 Formula Minimum!min,note Desirable Taper Lengths )E JE Suggested Moximum Spacing of Channe izing Devices should always slope downward toward the travel lone. 4. VP's used on expressways and freeways or other high 8 �i a * 10' Offset 11' Offset 12' Offset On a Taper On a Tangent 111.11101 speed roadways, may have more than 270 square inches ofretroreflective area facing traffic. 30 2 150' 165' 180' 30' 60' II 5. Self-righting supports are available with portable base. 35 L. 6- 0 205' 225' 245' 35' 70' See "Compliant Work Zone Traffic Control Devices List" (CWZTCD). �� 40 265' 295' 320' 40' 80' 6. Sheeting for the VP's shall be retroreflective Type A ��� 45 450' 495' 540' 45' 90' I I I I r conforming to Departmental Material Specification DMS -8300, 50 500' 550' 600' 50' 100' unless noted otherwise. (Rigid or self-righting) 7. Where the height of reflective material on the 55 L - W S 550' 605' 660' 55' 110' vertical panel is 36 inches or greater, a panel stripe of LONGITUDINAL CHANNEL I Z I NG DEVICES (LCD) 60 600' 660' 720' 60' 120' PORTABLE 6 inches shall be used. 65 650' 715' 780' 65' 130' OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES 1. LCDs are crashworthy, lightweight, deformable devices that ore highly visible, have good target value and con be connected together. They are not designed to contain or redirect a vehicle on impost. 70 700' 770' 840' 70' 140' VERTICAL PANELS (VPs) 2. LCDs may be used instead of a line of cones or drums. 75 750' 825' 900' 75' 150' 3. LCDs shall be placed in accordance to applicotion and instollotion requirements specific to the device, and the CWZTCD 80 800' 880' 960' 80' 160' used only when shown on list. 4. LCDs should not be used to provide positive protection for obstacles, pedestrians or workers. **Toper lengths hove been rounded off. 1. Opposing Traffic Lone Dividers (OTLD) are delineation devices designed to convert o 5. LCDs shall be supplemented with retroreflective delineation as required for temporary barriers on BC(7) when placed roughly parallel to the travel lanes. 6. LCDs used as barricades placed perpendicular to traffic should hove at least one row of reflective sheeting meeting the requirements for barricade roils as shown on BC(10) placed near the top of the L -Length of Toper (FT.) W -Width of Offset (FT.) S -costed Speed (MFH) SUGGESTED MAXIMUM SPACING OF m normal one-way roadway section to two-way operation. OTLD's ore used on temporary LCD along the full length of the device. CHANNEL IZING DEVICES AND 12" CW6-4 centerlines. The upward and downward arrows MINIMUM DESIRABLE TAPER LENGTHS w o I ' on the sign's face indicate the direction of WATER BALLASTED SYSTEMS USED AS BARRIERS 18" A 4vat Alhbock traffic on either side of the divider. The Panels base is secured to the pavement with an mounted adhesive or rubber weight to minimize movement to buck caused by a vehicle impact or wind gust. 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 croshworthiness requirements based on roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shall be supplemented with retroreflective delineation or chonnelizing devices to improve doytime/nighttime visibility. They may also be supplemented with markings. SHEET 9 OF i 2 c z o s 2. The OTLD may be used in combination with 42" cones or VPs. pavement 3. Water ballasted systems used os barriers shall be placed in accordance to application and installation requirements Traffic Operations Portable, specific to the device, and used only when shown on the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging toper except in low speed (less than 45 MPH) 'Texas Department of Transportation DivisionZ 36" Fixed or 3. Spacing between the OTLD shall not exceed 500 urban areas. When used on a taper in a low speed urban area, the taper shall be delineated the taper length Standard Driveable Bose feet. 42" cones or VPs placed between the OTLD's should not exceed 100 foot spacing. may be used, g• or may be 4. The OTLD shall be orange with a black non- mountedreflective legend. Sheeting for the OTLD shall on drums. and 0 be designedalato optimize edea user operations luntiend the dvtiltrlf geometric theic hould en a. When 5. When water ballasted systems used as barriers hove blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or flared to a point outside the clear zone. BARRICADE AND CONSTRUCTION VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on I.wwwwl this sheet. adjust scale. be retroreflective Type BFLor Type CFLconforming to Departmental Material Specification DMS -8300, If used to channelize pedestrians, longitudinal Channelizing devices or woter ballasted CHANNEL I Z I NG DEVICES unless noted otherwise. The legend shall meet the requirements of DMS -8300. systems must have o continuous detectable bottom for users of long canes and the top of the unit shall not be less than 32 inches in height. BC (9) -14 HOLLOW OR WATER BALLASTED SYSTEMS USED AS FILE, bc-14.dgn me TxDOT Imo Tx5OTtom TOOT Imo Tx00T OPPOSING TRAFFIC LANE DIVIDERS (OTL D) LONGITUDINAL CHANNEL I Z I NG DEVICES OR ©TXDOT November 2002 CONT SEE. OB HIGHWAY BARRIERS REVISIONS 9-07 8-14 DIST COUNTY SHEET N0. 7-13 ate: Aug 25, 2015 - 4'07pm ser: b� File: N•\if\Drawings\City Std's\CULL STD BC-14.dwg : Aug 25, e0)5 - 4.07pn ser: b,) File: N:Vf\Drawings\City Std's\CULL STD BC-14.dwg CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 a 4 �%%%%\\ c E . ' 5.••'r>r••tlt -` ��,'" o i ^ d� P.,' m: iii we a Ir• o Vci)�, or1'rs~••e�o-••'`�y hers LL TYPE 3 BARRICADES Each roadway of o o a (-) '6' I. Refer to the Compliant Work Zone Troffic Control Devices List (CWZTCD) for details of the Type 3 Barricades and a list of all materials divided highway shall be barricaded in the some manner. R11-2 ROAD CLOSED NAM ADDRESS clrr•_ STATE G20 -6T �_- ----____NI 1. Where positive redirectional •• ® �� - - -"W<kV3��1 . i capability isprovided, drums D y used in the construction of Type 3 Barricades. CONTRACTOR i = --� may be omitted. \ 2. Type 3 Barricades be 1 M4 -IOL ECM ��� �� 2. Plastic construction fencing shall used at each end of construction projects closed to all traffic. �� �.�iiii� may be used with drums for 3. Barricades extending across a roadway should have stripes that slope downward in the direction toward which traffic must turn in detouring. When Doth right ond left turns are provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns ore provided at a c I osed rood striping should tl s I ape downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slope downward to the left. For the left side of the roadway, striping Jr '' -- /� .�►�� 010 / i ��^� �- i% - !.�__i%i.'s,( ,. / L._ 4 -- iii _ _ _ ,.r- i�� �,�,i _� • \ > .„ J ^•• � l \� safety as required in the plans. - 3. Vertical Panels on flexible support may be substituted for drums when the Typical shoulder width is less than 4 feet. Plastic Dann 4. When the shoulder width is greater PERSPECTIVE VIEW than 12 feet, steady -burn lights may be omitted if drums are used. rjI NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 should slope downward to the right. 5. identification markings may be shown only on the bock of the barricade rails. The maximum height of letters and/or company logos used for identification sholl be I". ..� / 30 feet "• _ --- i/� These drums 5. Drums )must extend the length are not required of the culvert widening. on one-way roadway 6. Barricades shall not be placed parallel to traffic unless on adequate clear zone is provided. PERSPECTIVE VIEW Detour Roadway 1 LEGEND 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over,'.... two drums shall Iss the work area. max. 110' max. ® l! ® Plastic drum the use of sondbogs with dry, cohesionless sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner that covers any portion of o barricade roils reflective sheeting. The three rails on Type 3 barricades shall be reflectorized orange and reflective stripes 10' AG ® Plastic drum with steady burn light or yellow warning reflector Rock, concrete, iron, steel or other solid objects will NOT be permitted. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon white on one side facing one-woy troffic and both sides 11 for two-way traffic. MO Barricade striping should slant 11 -�- 11 11 11 11 11$ 11 1 I B Steady burn warning light or yellow warning reflector w e 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 not be suspended above ground level 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 unless otherwise noted. downward in the direction of detour. 1. Signs should be mounted on independent supports of a 7 foot mounting height in center of roadway. The signs should be a minimum of 10 feet behind Type 3 Barricades. 8' max. length Type 3 Barricades PLAN VIEW _ a o '� y 'E w a a - o e o ^ e Increase ntmber of plastic drubs on the 1 side of approaching traffic if the crown - width mikes it necessary. (minimum of 2 and maximum of 4 drums) d z z 0 o CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 2. Advance signing shall be as specified elsewhere in the plans. II, e e Barricades shall NOT be used as a sign support. TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT DESCRIPTION LIMITS Minimum nominalAlV Reflective s" Width of THIS DEVICE SHALL NOT BE USED ON ,A50 /� /� / Sheeting "'/ 7 inches. - 3.._4.. CONES PROJECTS LET AFTER MARCH 2014. 6" 4" min, orange 1: TYPICAL STRIPING DETAIL FOR BARRICADE RAIL2"min, 4" min. white ■ „ to . 2.. 4' min., 8' max. 3"-4" 2" min. ■ 4 r 7 , 6" min. i4" min, orange --2" max. 2" ► �/ / / / / / / AP- r 2.. min. 2„ min. 3" min. 2" EDGELINE ' 1 o 4" min. illmi illi 4" min, white 111\t,3"-4" 6" min. 2" to 6" 4„ 42„ CHANNELIZER Mv/ / / / � � /r .4► Q 2" min. ' ' 6 P8 min. min. 4" min. 3" min. OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES Stiffener / / / / / / AP' z 28" 28" Flat I min. min. � roil Stiffener may be inside or outside of support, but no more than 1. This device is intended only for use in place of a vertical panel to 2 stiffeners shall be allowed on one barricade. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Two -Piece cones One -Piece cones Tubular Marker chonnelize traffic by indicoting the edge of the travel lone. It is not intended to be used in transitions or tapers. 2. This device sholl not be used to separate tones of traffic (opposing or otherwise) or warn of objects. 3. This device is based on o 42 inch, two-piece cone with an alternate 8 Alternate 1:Alternate Approx. Drums, vertical panels or 42" cones Approx. CD 28" Cones shall have a minimum weight of 9 1/2 lbs. 42" 2 -piece cones shall have o minimum weight of 30 lbs. including base. striping pattern: four 4 inch retroreflective bands, with on approximate 2 inch gap between bands. The color of the band 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 bands shall be retroreflective Type A conforming to Departmental Material Specification DMS -8300, w o 50' at 50' maximum spacing I 50' unless otherwise noted. 4. The base most weigh a minimum of 30 lbs. b �Ic I. Traffic cones and tubular markers shall be oronge, and SHEET 10 OF 12 _ o v, z Min. 2 drums Min. 2 drums or 1 Type 3 or 1 Type 3 predominantly meet the height and weight requirements shown above. 2. One-piece cones hove the body base the in _. barricade ® STOCKPILE \N" barricade and of cone molded one consolidated unit. Two-piece cones hove a cone shaped bodyand a separate rubber base, or ballast, that is added to keep the device upright and in place. ,Texas Department of7Fansportat/on Operations Division Standard --- \j ® 3. Two-piece cones may have a handle or loop extending up to 8" above the mininun height shown, in order to aid in retrieving the device. VERIFY SCALE Bar Is one inch on original 0 1 drawing. If not one Inch on this sheet. adjust scale. ❑ ❑ On one-way roads Desirable downstream drums stockpile location or barricade may be is outside omitted here clear zone. 0 0 0 Channelizing devices parallel to traffic should be used when stockpile is within 30' frau travel lone. 4. Cones or tubular markers used at night shall hove white or white ond orange reflective bands as shown above. The reflective bands shall hove o smooth, sealed outer surface and meet the requirements of Departmental Material Specification DMS -8300 Type A. 5. 28" cones and tubular markers ore generally suitable for short duration and short-term stationary work as defined on BC(4). These should not be used for intermediote-term or long-term stationary work unless personnel is on-site BARRICADE AND CONSTRUCTION CHANNEL I Z I NG DEVICES a to mointoin them in their proper upright position. 6. 42" two-piece cones, vertical ponels or drums are suitable for all work zone BC C ( 1 O ) - 1 4 durations. FILE: bc-14. dgn ON: TxDOT ICE: TxDOT I on TxDOT ICH: TxDOT • 7. Cones or tubular markers used on each project should be of the some size ©TxDOT November 2002 COOT SECT JOB HIGHWAY and shape. REVISIONS TRAFFIC CONTROL FOR MATERIAL STOCKPILES 9-07 8-14 DIST COUNTY SHEET NO. 7-03 : Aug 25, e0)5 - 4.07pn ser: b,) File: N:Vf\Drawings\City Std's\CULL STD BC-14.dwg WORK ZONE PAVEMENT MARKINGS GENERAL 1. The Contractor shall be responsible for maintaining work zone and 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. Color, potterns and dimensions shall be in conformance with the "Texas Monuol on Uniform Traffic Control Devices" (TMUTCD). 3. Additional supplemental povement 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 the plans. 5. When short term markings ore required on the plans, short term markings shall conform with the TMUTCD, the plans and detoils as shown on the Standard Pion Sheet WZ(STPM). 6. When standard pavement markings are not in place and the roadway is opened to 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 ore to be placed according to the patterns on BC(12). 2. All raised pavement morkers 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 prefobricoted pavement markings shall meet the requirements of DMS -8241. 2. Non -removable prefabricated pavement markings (foil back) shall meet the requirements of DMS -8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS 1. The Controctor 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 -bean headlights ot night, unless sight distance is restricted by roadway geametrics. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor os per Specification Item 662. REMOVAL OF PAVEMENT MARKINGS 1. 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. 2. The above shall not apply to detours in place for less than three days, where ,flaggers and/or sufficient chonnelizing 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 sh011 be by any method approved by TxDOT Specification Item 677 for "Eliminating Existing Pavement Markings and Morkers". 4. The removal of pavement morkings may require resurfacing or seal coating portions of the roadway as described in Item 677. 5. Subject to the approval of the Engineer, ony method that proves to be successful on a particular type pavement may be used. 6. Blost cleaning may be used but will not be required unless specifically shown in the plans. 7. Over -painting of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers shall be os directed by the Engineer. 9. Removal of existing pavement markings and morkers will be paid for directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. 10.Black-out marking tope may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. Temporary Flexible -Reflective Roadway Marker Tobs TOP VIEW 4 ,l/4 -H 2 1 FRONT VIEW Height of sheeting is usually more than 1/4" and less than 1". SIDE VIEW L7 Adhesive pod STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 1. Temporary flexible -reflective roadway marker tabs used as guidemarks shall meet the requirements of DMS -8242. 2. Tobs detailed on this sheet are to be inspected and accepted by the Engineer or designoted representative. Sampling and testing is not normally required, however of the option of the Engineer, either "A" or "B" below may be imposed to ossure quality before placement on the roodwoy. A. Select five (5) or more fobs ot 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 (5) tabs at 24 inch intervals on on 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 (5) reflective surfaces shall be lost or displaced os a result of this test. 3. Small design variances may be noted between tab manufacturers. 4. See Standard Sheet WZ(STPM) for tob placement on new pavements. See Standard Sheet TCP(7-1) for tab placement on seal coot work. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used os guidemarks shall be from the opproved product list, and meet the requirements of DMS -4200. 2. All temporary construction roised pavement markers provided on o project shall be of the sane manufacturer. 3. Adhesive for guidemarks shall be bituminous material hot applied or butyl rubber pad for all surfaces, or thermoplastic for concrete surfaces. Guidemarks shall be designated as: YELLOW - (two amber reflective surfaces with yellow body). WHITE - (one silver reflective surface with white body). DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) 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 prequolified reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings con be found at the Material Producer List web address shown on BC(1). SHEET 11 OF 12 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION am d z 0 ce DESCRIPTION (n E L 01 O a` 0 0 0 U O a) i 0 0 a) 0 ,Texas Department of 7Yansportation Traffic operations Division Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC (11)-14 REVISION NO. FILE: bc-14.dgn ow: TxSOT I cx: TxDOT I ow: TxDOT I cx: TxDOT ©TxDOT February 1998 CONT SECT JOB HIGHWAY REVISIONS 2-98 9-07 1-02 7-13 11-02 8-14 DIST COUNTY SHEET N0. 0 0 O0IC nn O o 0 0 oa -moo 0 O 0 Wo 4� tiEl 0 a1 Wo CV 0 N 0 Z 0 W CO CC 0 0 0 Z I -I- Q D w U 0 0 Z N 5 0 J Z 0 1- U N Of CD Z 00 Y Z c 0 Q U • 1- Q w LA O W U CL t m SHEET1 32 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 25, 2015 - 4.07pr1 User: bj File: N:\if\Drawings\City Std's\CDCC STD BC-14,dwg L 14.dwg CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 fle NICHOLAS A CECAVA / 'ill:. �1, 97391 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 PAVEMENT MARKING PATTERNS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 60" 3" TYPe II-A-A Type Y buttons 1.-- DOUBLE RAISED �❑ O 0 0 ❑ 0 0 0 0 0 o/ O ❑ 0 10 to 12" (3 II-A-A 10 to 12" Type II-A-A a i 11i" 40000000 PAVEMENT 4 to 12" MARKERS V❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 NO-PASSING 4" Z 0 M 000000 AwA® ® K® / a a a a 0 a s a a a REFLECTORPAIT ED1 m E> Yellow t Yellow J� 0 0 0° 0 0 0° 0 0 0° 0 oo�a o�o a o 0 o a o 0 o a o Ye I I owC ,/ LINE 4 to 12" o Type II A A Type Y buttons MARKINGS REFLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A Yellow rm NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 Type I-C , I-A or II-A-A Type W or Y buttons SOLIDAVIMED N, EDGE LINE PAVEMENT ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 /' Type II-A-A tet OR SINGLE MARKERS LINES 60"_•3" ®i o 0 0y0 0 0 0 0 0 a o�'o 0 0 0 0 0° o 0 0 0 0 0 o a � NO PASSING LINE Ka �000000400 00 00 00 09 a Yellow s % E> `j% 4" White or Yellow 4 to 8" Type Y buttons 6 to 8" Type II-A-A-/ REFLECTORIZED PAVEMENT MARKINGS - PATTERN B RAISED PAVEMENT MARKERS - PATTERN B Pattern A is the TXDOT Standard, however Pattern 8 may be used if approved by the Engineer. Prefobricated markings may be substituted for reflectorized pavement markings. Type I C 60" ` 3.. Type W buttons WIDE RAISED 4-10 O O ❑ O O O ❑ Of O 0 0 0 PAVEMENT 1-2" ❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 LINE CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS MARKERS 8" IFOR LEFT TURN CHANNELIZING LINE REFLECTORIZED OR CHANNELIZING LINE USED TO PAVEMENT MADISCOURAGE LANE CHANGING.) w 0O White d CITY of CORPUS CHRISTI TEXAS Department of Capital Programs Type I-C I( Type I-C or II-A-A RAISED z z 0 0 0 000 0 00 00 000 0 000 0 000 0 000 0 000 0 000 0 000 0 000 0 W buttons 0 0 0 0 0 0 0 0 CENTER PAVEMENT MARKERS k-- 1< k 5' 5',4 Wh i toType Type I Cor II-C-R C J 10' 30' —tel LINE DESCRIPTION 1' Awe Yellow a 000 000 000 000 000 000 Type I-A, Type Y buttons a O a 000 OR k----- 40' • 1' a 0000000 a 000 a 000 a 000 a 000 a 000 a 000 a 000 a LANE REFLECTORIZED PAVEMENT ❑ ❑ o 0 o a o 0 o a o 0 o a o 0 o a o 0 0 0 0 0 0° o 0 o a o 0 o a o 0 0° o 0 0 0 ." LINE MARKINGS 10' 30' Yellow 1=> Type I A P Type Y buttons I'.- >I< White or Yellow BROKEN Type I-C or II-A-A White c- wwwwww ® 000 000 000 000, 000 000 Type W buttons Type I-C or II-C-R (when required) LINES 0.000.000.000.000.01 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS \RAISED 0 0000000❑ PAVEMENT I 3' I 9' Prefabricated markings may be substituted for reflectorized pavement markings. Type I-C EDGE & LANE LINES FOR DIVIDED HIGHWAY AUXILIARY MARKERS �c OR Type I-C or II-C-R LANEDROP LINE RAISED _ ii4;" PAVEMENT OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS Type I _C MARKERS k 3' + 9' / FA® ® e 000 000 000 0 0 0000 000 Wh i to A Type I I -A-A Type Y buttons a REMOVABLE MARKINGS 6"5' 000 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 WITH RAISED I o 000 0 0 0 0 0 0 0 0 0 0 0 0 0 0° o 0 o 0 0 0 0 0 0 0 0° o 0 0 0 o 0 0 0 0 0 0 0 PAVEMENT MARKERS {F >I- t 0' 30 Ye I low raisedIf pavement markers used a❑°❑ °a° ° a ° ❑ ° ° ° ° ° � Type I-C Roised Pavement MarkersWhiteA to suppementREMOVABLEmarkings, the markers shall be applied to the } m REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS top of the tape at use approximate length tope for Prefabricated markings may be substituted for reflectorized mid of used broken lines or at 20 foot spacing for pavement markings. LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS solid lines. This allows an easier P0' , 1' and tope. removal of raised pavement markers Centerline only - not to be used on edge lines W o SHEET 12 OF 12 Type I-C<71 . TrafficOns z < 1 \ ,Texas Department Trans Transportation Division N K� ® ® ° ° ° a ° ° ❑ ❑ ° ❑ a ° ° ° ❑ ° a Pa of Standard White' ace 0 O O O a 0 0000 a 0 0 0 a 0 0 00 0 O O a 0 0 0 a 0000 a O O a 0 0 0 a 0 O a 0 0000 0 MIIMINEIN .11M191M1 MIME. * MIMME 0 0 0 0 Yellow Type Y buttons Type II-A-A BARRICADE AND CONSTRUCTION Tim A- ® aaa °O° °O° °OO °O0 000 Bar is one inch on c drawing. If not one 1 this sheet, adjust scc 00.000. O O a 0 0 0 a 0 0 0 a 0 00000 0 0 o a 0 0 0 0 0 0 0 0 0 0 0 0 4 Raised pavement markers used as standard pavement markings shall be from the approved list PAVEMENT MARKING PATTERNS K® ® K® ® 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 0 ..`'-White'-' Type I C products and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." C w BC (12) — 1 4 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS FILE: bc-14.dgn DN: TxDOT Ic»:TxDOT low: TxDOT Icx:TxDOT Prefabricated markings may be substituted for ref 1 ector i zed pavement markings. ©TxDOT February 1998 CONT SECT JOB HIGHWAY REVISIONS 1-97 9-07 TWO-WAY LEFT TURN LANE 2-98 7-13 DIST COUNTY SHEET NO. II-02 8-14 rn 0 I L 14.dwg CW20-1D 48" X 48" (Flogs - See note 1) ROAD WORK AHEAD Chonnelizing Devices (See note 2) A Chonnelizing devices may be omitted if the work oreo is o minimum of 30' from the nearest traveled way. - Shadow Vehicle with TMA and high intensity rotating, flashing. oscillating or strobe lights. (See notes 4 & 5) Channelizing Devices (See note 2) A d 0 E N 0 E 0 0 0 0 M :?ei:..7.7' ■ ■ ■ ■ d 0 TCP (1-1a) u 0 r ROAD WORK AHEAD CW20-1D 48" X 48" (Flags - See notes 1 & 7) WORK SPACE NEAR SHOULDER Conventional Roads CW20-1D 48" X 48" (Flogs - See note 1) ■ ■ X for 50 mph or less Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 4 & 5) END ROAD WORK G20-2 48" X 24" (See note 2)A • ■ ■ ■ 7(END ROAD WORK G20-2 48" X 24" See note 2) A Chonnelizing Devices (See note 2) A • l" • • c 0 m 0 o. 0 • -J • • • Chonnelizing Devices - (See note 2) TCP (1-1b) W20 -1D 48" X 48" (Flogs - See notes 1 & 7) WORK SPACE ON SHOULDER Conventional Roads Channelizing Devices (See note 2) A CW20-1D 48" X 48" (Flags - See note 1) END ROAD WORK C20-2 48" X 24" (See note 2) A E 0 Inactive work vehicle (See Note 3) Work vehicles or other equipment necessory for the work operation, such as trucks, moveable cranes, etc., shall remain in areas seporoted from lanes of traffic by channelization devices at all times. Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 4 & 5) Channelizing Devices (See note 2) A END ROAD WORK G20-2 48" X 24" (See note 2) A for over 50 mph I i LI ■ TCP (1-1c) WORK VEHICLES ON SHOULDER Conventional Roads LEGEND Formula Type 3 Barricade ■ 1 Channelizing Devices (=a I--I}yq I--U•W Heavy Work Vehicle ® Truck ten rMounted Attenuator (TMA) F Trailer Mounted Flashing Arrow Board jVi Portable Changeable Message Sign (PCMS) i Sign a Traffic Flow QFlog 90' "-C.) Flogger Posted Speed p Formula Minimum Desirable Toper Lengths P 9 x x Suggested Maximum Spacing of h g Channelizing Devices Minimum Sign Spacing P g Distance Suggested Longitudinal Buffer Space "8" 10' Offset 11' Offset 12' Offset On o Taper On a Tangent 30 L. 0 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 • W S 450' 495' 540' 45' 90' 320' 195' 50 500' 550' 600' 50' 100' 400' 240' 55L 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' x Conventional Roods Only x x Taper lengths hove been rounded off. L•Length of Toper(FT) W•Width of Offset(FT) S•Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY i i GENERAL NOTES 1. Flogs attached to signs where shown are REQUIRED. 2. M traffic control devices illustrated ore 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. Inactive work vehicles or other equipment should be parked near the right-of-way line and not parked on the paved shoulder. 4. A Shadow Vehicle with a TMA should be used anytime it con 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 for the Shadow Vehicle and TMA. 5. Additional Shadow Vehicles with TMAs may be positioned off the paved surface, next to those shown in order to protect wider work spaces. 6. See TCP(5-1)for shoulder work on divided highways, expresswoys and freeways. 7. CW21-5 "SHOULDER WORK" signs moy be used in place of CW20-1D "ROAD WORK AHEAD " signs for shoulder work on conventional roadways. For construction or maintenance contract work, specific project requirements for shadow vehicles con be found in the project GENERAL NOTES for Item 502, Barricades, Signs and Traffic Handling. CW20-1D 48" X 48" (Flogs - See notes 1 & 7) TCP (1-1)-12 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION a REVISION NO. DESCRIPTION 1- z U 1n E 0 U 0 0 m REVISION NO. En En F > 0 N 0 0 Z 0 co E. a or 0 Z L1 LLI U 0 0 1Z lQ ( 1 5 0 SHEET134 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 25, 2015 - 4P35pn User: bj File: N:\if\Drawings\City Std's\COCC STD TCP (1-1) 12.dwg Date: Aug 25, 2015 - 436pr, User: bj \ Drawings \City Std's\COCC STD TCP (1-2) ladwg ICONSULTANT'S SHEET No. FNI PROJECT: C0R13155 1 DESCRIPTION tE OF 4.14 F* .• It /.NICHOLAS A. CECAVA 0,17 `v 97391 1 ° im Freese and nicho�1ls, c. c. Texas Registered Engineering Firm F-2144 Warning Sign Sequence END CW20-4D ♦ •. LEGEND in Opposite Direction 48" X 48" • • Some as Below ROAD WORK ®T e 3 Barricade Type ChonnelizingDevices G20 2 ONE LANE ROAD Heavy Work Vehicle ® Truck Mounted 48" X 24" ROAD } WORK Attenuator (TMA) YIELD R1-2 1 CW3-4 AHEAD 48" X 48" AHEAD (See note 2) BE F Trailer Mounted Floshing Arrow Board M Portable Changeable Message Sign (PCMS) 42"X42"X42"1 °S a ou PREPARED } X / CW20-1D i Sign a Traffic Flow NNICHOL r1S 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 TO $ I ' TO STOP 48" X 48" Flag b > - / (Flags F agger ONCOMING TRAFFIC 1 1 oa See note 1) 4 Minimum aximum Suggested Maximum wnimum ♦ - 0X-748" / Suggested Stopping R1-2aP• 48" X 36" 4CW82 PSopseteedd Formula Toper Lengths ss hezongf Devices gnSpano ST Longitudinalm.r. Buffer Space Distance (See note 83 c / 1Distance x 10' til' 12' On Ono W END Offset Offset Offset Toper Tangent 1 b CW16-2P 24" X 18" XXX30 •• / ROAD WORK 150' 165' 180' 30' 60' 120' 90' 200' m A FEET • 35 wsz 205' 225' 245' 35' 70' 160' 120' -7-1• (See note 2) •/ 020-2 40 L. 60 265' 295' 320' 40' 80' 240' 155' 250' 305' Channelizing devices rrfs:y�:t 48" X 24" 45 450' 495' 540' 45' 90' 320' 195' 360' separate work space '"'....Ar Exceemergencies, O� 50 500' 550' 600' 50' 100' 400' 240' 425' from traveled way:'*•:'s� flogger stations ti o+• 55 L WS 550' 605' 660' 55' 110' 500' 295' 495' w o --� ,.• j;��h shall be / Qt a� 0 illuminated PQy 60 600' 660' 720' 60' 120' 600' 350' 570' M1; '4' , ec at night 40 4,. c 65 650' 715' 780' 65' 130' 700' 410' 645' ,:':'y •a a • Oep 70 700' 770' 840' 70' 140' 800' 475' 730' ry 75 750' 825' 900' 75' 150' 900' 540' 820' o z 0 ill n Work S1 ■ 1 5 Conventional Roods Only x s Toper lengths have been rounded off. L•Length of Toper(FT) W -Width of Offset(FT) S•Posted Speed(MPH) 1 n, ■ TYPICAL USAGE DESCRIPTION CITY of CORPUS CH. TEXAS Department of Capital Proc 0' Min. ■ r,� •;,�A MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY I Shadow Vehicle with TMA and high intensity • w;F 11,40'%'1 )'t:c4; 1 ■ rotating, flashing, oscillating or strobe lights.(See 5 & 6) ■ IA?+�` u GENERAL NOTES notes ■ ,s ;;t e 1. Flags attached to signs where shown are REQUIRED. • I m Shadow Vehicle with TMA and high intensity rotating, flashing,1 ` n1. ih o 3 2. NI traffic control devices illustrated ore REQUIRED, except those denoted with the triangle symbol may be omitted when stated elsewhere in the pions, or for routine maintenance work, when approved by the Engineer. 3. The CW3-4 "BE PREPARED TO STOP" sign may be installed after the CW20-4D "ONE LANE ROAD MEAD" sign, but proper sign spacing shell be maintained. Iti 0' oscillatingAHEAD"4. or strobe lights. (See 5& 6) • Sign spacing may be increased or on additional CW2O.1D "ROAD WORK NAD" sign may be used if advance warren ahead of the flogger or R1-2 "YIELD" sign is less than 1500 feel. 9 g9 9 c x u a N a notes r 1 a 5. A Shadow Vehicle with a TMA should be used anytime it con be positioned 30 to 100 feel • I w in advance of the area of crew exposure without adversely effecting the performance or • • o o •� - o c N YIELD R1-2 •1 ■ ` CW20-7 48" X 48" quality of the work. If workers ore no longer present but road or work conditions require the traffic control to remain in piece, Type 3 Borricodes or other channelizing devices may be substituted for the Shadow Vehicle TMA. I ih 42" X 42 " X 4'' m and 6. Additional Shadow Vehicles with TMAs may be positioned off the paved surface, next to those shown in order to protect wider work spaces. OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN TCP (1-2)-12 I TO Except in r TCP (1-20) ONCOMING TRAFFIC 48" X 36" See note 8) emergencies, flogger stations shall be I c•c c c &24" FEET X 18" adequate sight distance. For projects in urban areas, work spaces should be no longer x illuminated night • 1" M u a - t2 m (See note 2) A than one half city block. In rural areas on roadways with less than 2000 ADT, work spaces should be no longer than 400 feet. J. at 9 Io uOf ■ ■-■— oa x PREPARED 8. R1-2 "YIELD" sign with R1-2oP "TO ONCOMING TRAFFIC" plaque shall be placed on a support at a 7 foot minimum mounting height. TCP (1-2b) m I /O v CL IJ I x i i x CW3-2 48" X 48" ONE NE 1 I /� 1 `LJ4 I J. TO STOP CW3-4 48" X 48" (See note 2) A x i /ONE LANEtroffic ROAD x AHEAD CW20-4D 48" X 48" 9. Flaggers should use two-way radios or other methods of communication to control traffic. 10. Length of work space should be based on the ability of naggers to communicate. 11. If the work space is locoted near a horizontal or vertical curve, the buffer distances should be increased in order to maintain adequate stopping sight distance to the flogger and a queue of stopped vehicles (see table above). 12. Chonnefizing devices on the centerline may be omitted when o pilot car is leadng and approved by the Engineer, 13. Flaggers should use 24" STOP/SLOW paddles to control traffic. Flogs should be limited to emergency situations. w o z z z s w I ROADVI AHEAD / CW2O-4D END ROAD WORKre i •—L, ♦ . Bar Is one inch on original drawing. If not one inch on this sheet, adjust scale. _ 48" X 48" G20-2 I x I 48" X 24" 1 ROAD WORK For construction or contract .maintenance ♦ ROAD TCP (1-2c0 WORK AHEAD CW20-1D 48" X 48" ONE LANE TWO-WAY (Flogs -Traffic i AHEAD CW20 1D 48" X 48" (Flogs- See note 1) TCP (1-2b) work, specific project requirements for shadow vehicles con be found in the project GENERAL NOTES for Item 502, Borricodes, Signs and Handling, SHEEN135 of 190 See note " CONTROL WITH YIELD SIGNS ONE LANE TWO-WAY RECORD DRAWING NO. STR-883 (Less than 2000 ADT - See note 7) CONTROL WITH FLAGGERS TCP(1-2)-12 CITY PROJECT / E12093 Date: Aug 25, 2015 - 436pr, User: bj \ Drawings \City Std's\COCC STD TCP (1-2) ladwg CW20-1D 48" X 48" (Flags - See note 1) Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights.(See notes 4 & 5) END ROAD WORK G20-2 48" X 24" cn 414 • t N 0 cg 1 • l • ■ ■ u 0 ut ■ GEQ ■ • • • • • • } 8 O 0 CO • • • • 4� 4 TCP (1-40) 0 In ONE LANE CLOSED i i x X END ROADWORK 020-2 48" X 24" t— ROAD WORK AHEAD CW20-1D 48" X 48" (Flogs - See note 1) CW20-1D 48" X 48" (Flags - See note 1) CW20-5TL 48" X 48" CW1-6oT 36" X 36" X (See note 7) Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights.(See notes 4 & 5) END ROAD WORK G20-2 48" X 24" V 4 •• II ■ -16NI END ROAD WORK G20-2 48" X 24" d 0 N J •• o N 5 0 ■ ▪ s ■ • • • • • s • • • CW1-4R 48" X 48" CW13-1P 24" X 24" (See note 2) A CW1-6oT 36" X 36" (See note 2) A CW1-4L 48" X 48" CW13-1P 24" X 24" (See note 2) A TCP (1-4b) TWO LANES CLOSED CW20-ID 48" X 48" (Flogs - See note 1) LEGEND Formula Type 3 Barricade • • Chonnelizing Devices ® nip�y9 Heavy Work Vehicle ®Attenuator Truck Mounted (TMA) On a Tangent Trailer Mounted Flashing Arrow Board A Portable Changeable Message Sign (PCMS) Z Sign ZJ Traffic Flow 120' Flag "'CJ Flogger Speed = Formula Minimum Taper Lengths == Suggested Maximum Spacing of Channelizin9 Dewees minim.. Sign Spacing Distance Suggested estedPosted Longitudinal l Buffer Space 10' Offset 11' Offset 12' Offset On o Toper On a Tangent 30150' W52 165' 180' 30' 60' 120' 90' 35 205' 225' 245' 35' 70' 160' 120' L. 60 40 265' 295' 320' 40' 80' 240' 155' 45 W S 450' 495' 540' 45' 90' 320' 195' 50 500' 550' 600' 50' 100' 400' 240' 55L 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 re Taper lengths have been rounded off. L -Length of Toper(FT) W•Width of Offset(FT) S•Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT DURATION SHORT TERM STATIONARY INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY i 1( GENERAL NOTES 1. Flags attached to signs where shown ore 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. The CW20.1D "ROAD WORK AHEAD" sign may be repeated if the visibility of the work zone is less than 1500 feet. 4. A Shadow Vehicle with a TMA should be used anytime it con 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 Borricodes or other channelizing devices may be substituted for the Shadow Vehicle and TMA. 5. Additional Shadow Vehicles with TMAs may be positioned off the paved surface, next to those shown in order to protect wider work spaces. TCP (1-4o) 6. If this TCP is used for o left lone closure , CW20.5TL "LEFT LANE CLOSED" signs shall be used and channelizing devices shall be placed on the centerline where needed to protect the work space from opposing traffic with the arrow panel placed in the closed lone nem the end of the merging toper. TCP (1-4b) 7. 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 ore 35 mph or slower, and for tangent sections, at 112S where S is the speed in mph. This tighter device spacing is intended for the areas of conflicting markings, not the entire work zone. For construction or maintenance contract work, specific project requirements for shadow vehicles con be found in the project GENERAL NOTES for Item 502, Barricades, Signs and Traffic Handling. TCP(1-4)-12 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION m 0 REVISION NO. DESCRIPTION m 0 0 REVISION NO. >0 O N 0 z 0 M IX 0 0 D' 0 Z LL_ D W U 0 LOUISIANA TO SHEET136 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 25, 2015 - 4:36pn User: bj File: Ni\if\Drawings \City Stet's \COCC STD TCP (1-4)-12.dwg CHANNELIZING DEVICES FOR URBAN ROADWAY TYPE PROJECT WORK SPACE )r /ID m Plastic Drum 1 Vertical Panel CD �CD � ��//jioRjsPACE li /V atl Multi -Directional Barricade with double headed arrow For spacing between devices, see BC(B). Use self-righting supports in oreos where there is o high potential for channelizing devices to be struck. R11-2 Multi -Directional Barricade with single headed arrow or CW1-6. Type III Barricade BARRIER DELINEATION WITH SAFETY GLARE FENCE • NOTES: \\\\\\\\\\ \ \ \ \ \ \ Concrete Barrier 1. Length of Safety Glare Fence will be specified elsewhere in the plans. 2. The cumulative nominal length of the modular units shall equal the length of the individual sections of temporary concrete traffic barrier on which they 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 TXDOT Departmental Material Specification DMS -8300, Flat Surface Reflective Sheeting, Type C (High Specific Intensity), minimum size of 2 inches by 12 inches con be ottoched to the edge of the panel/blade. The sheeting shall be ottoched to one panel/blade per section of concrete barrier not to exceed o spacing of 30 feet. Barrier reflectors are not necessary when panel/blades are installed. 4. Moduler Glare Screens for head light barrier shall meet the requirements of DMS -8610. Only pre -qualified products shall be used. A copy of the "Compliant Work Zone Traffic Control Devices List" (CWZTCD) describes pre-quolified products and their sources and may be obtained by contacting: Standards Engineer Traffic Operations Division - TE Texas Department of Transportation 125 East 11th Street Austin, Texos 78701-2483 Phone (512) 416-3120 Fox (512) 416-3299 Instructions to locate the "CWZTCD" on TxDOT website are: Start at website - www.dol.state.tx.us Click on "About TxDOT", Click on "Organizational Chart", Click on Traffic Operations Box, Click an "Compliant Work Zone Troffic Control Devices", Click on "View PDF". This site is printable. I --r). Barricade Channelizing devices Trailer mounted flashing arrow panel Safety glare fence PREOUALIFICATION PROCEDURES ARE OBTAINED FROM: CONSTRUCTION DIVISION -MATERIALS AND TESTS SECTION TEXAS DEPARTMENT OF TRANSPORTATION (TxDOT) 125 EAST 11th STREET AUSTIN, TX 78701-2483 TXDOT DEPARTMENTAL MATERIAL SPECIFICATIONS FLAT SURFACE REFLECTIVE SHEETING DELINEATORS AND OBJECT MARKERS MODULER GLARE SCREENS DMS -8300 DMS -8600 DMS -8610 COLOR USAGE SIGN SHEETING ORANGE BACKGROUND WHITE BACKGROUND BLACK LEGEND & BORDERS TYPE E (FLUORESCENT PRISMATIC) TYPE C (HIGH SPECIFIC INTENSITY) VINYL NON -REFLECTIVE SHEETING REFER TO THE BC SHEETS FOR SHEETING REQUIREMENT ON CHANNELIZING DEVICES. MULTI -DIRECTIONAL BARRICADE Single Headed Arrow J u u Double Headed Arrow 1. Multi -directional barricade shall not be used for lone closures. 2. May be used for sharp changes in alignment, or across roadway from stem of "T" intersection. 3. Typicolly used for Intermediate Term Stationary. Short Term Stationary or Short Duration work zone operations. 4. See the CWZTCD List for approved designs. Pavement Surface Pavement Surface Pavement Surface USAGE OF CW1-6, ECW1-6a AND CW1-8 SIGNS CW1-8 The CHEVRON sign (CW1-8) may be used to replace roadside delineation on curves or used in lron- sitions or tapers. ECW1-6a An UPWARD SLOPING ARROW sign (ECW1-6a1 is intended to be used to indicate the beginning of a curve or transition. It should be preceded with on appro- priate curve sign when needed. and should not be used throughout the curve or transition. Advisory speed plaque is optional. CW1-6 A LARGE ARROW sign (CW1-6) is intended to be used to give notice of a sharp change in alignment (turn) in the direction of travel. It should be preceded with on oppropriote advance construction warning turn sign. CW1-8 TYPICAL ILLUSTRATION OF SIGNING FOR A CURVE NOTES: CW1-8 CW1-6 TYPICAL ILLUSTRATION OF SIGNING FOR A TURN 1. CW1-6, ECW1-6a 6 CW1-8 signs shall be mounted on fixed supports. 2. Chevrons. when used, shall be erected on the outside of a sharp curve or turn. or on the for 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 eves in view. until the change in alignment eliminates its need. 3. For two-way traffic, use same arrangement of signs on outside of curve for each direction of travel. 4. Appropriate advance warning CURVE or TURN sign with Advisory Speed plaque should be used when needed. The five categories of work duration and their time of a locolion shall be: A. Long-term stationary is work that occupies o location more than 3 days. B. Intermediate-term stationary is work that occupies o location more than one daylight period up to 3 doys, or nighttime work lasting more than 1 hour. C. Short-term stationary is daytime work that occupies o location for more than 1 hour, but less than 12 hours. D. Short durotion is work that occupies a location up to 1 hour. E. Mobile is work that moves intermittently or continuously. WZ(TD)-03 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION to - 5 G REVISION NO. DESCRIPTION E Z e U li m REVISION NO. 725 C r �a el `o E o U 0 0 h o 51i 11' 0 E 0-0 00 >0 (V 0 (V 0 z 0 W m o z V- Q D W U 0 0 z (n 0 J SHEET137 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 25, 2015 - 4:36pn User: bj File: N:\if\Drawings\City Std's\COCC STD WZ-1.4wg WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS SOLID LINES DOUBLE NO -PASSING LINE TABS TAPE I— 20'±6" -1 4" to 12" m I- CD 4" 4" to 12" L — — 20'±6„ - Yellow Type Y-2 M7 m m SINGLE NO -PASSING LINE or CHANNELIZATION LINE TABS TAPE 20,,6.. mo' Type Y-2 or W 20,±6„ - 1 \ I-14.5'±6" Yellow or White BROKEN LINE )FOR CENTER LINE OR LANE LNE.r TABS TAPE 40'±1' ~Tamm Type Y-2 or W mmm 'MOM -I 1'±3" Yellow or White NOTES: 1. Short term pavement markings may be prefabricated markings (stick down tape) or temporary flexible - reflective roadway morker tabs unless otherwise specified elsewhere in plans. 2. Short term pavement markings sholl NOT be used to simulate edge lines. 3. Dimensions indicated on this sheet are typical and approximate. Variotions in size and height may occur be- tween markers or devices made by manufacturers, by as much as 1/4 inch, unless otherwise noted. 4. Temporory flexible -reflective roadway marker tabs will require normal mointenonce replacement when used on roadways with an ADT per lone of up to 7500 vehicles with no more than 10X truck mix. When roadways exceed these values, additional maintenance replacement of devices should be planned. 5. No segment of roadway open to traffic shall remain without permanent pavement markings for o period greater than 14 calendar days. The Contractor will be responsible for maintaining short term pavement markings until permanent pavement markings are in place. When the Contractor is responsible for placement of permanent pavement markings, no segment of roadway shall remoin without permanent pavement markings for a period greater than 14 colendor days unless weother conditions prohibit placement. Permanent pavement markings shall be placed as soon as weather permits. 6. For two lane. two-way roadways, DO NOT PASS signs shall be erected to mark the beginning of sections where passing is prohibited and PASS WITH CARE signs shall be erected to mark the beginning of sections where passing is permitted. Signs shall be in accordance with the "Texas 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. Permanent pavement markings should then be placed. 7. For low volume two lane, two-way roadways of 4000 ADT or less, 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). TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS (TABS) 1. Temporary flexible -reflective roadway marker lobs detailed on this sheet will be designated Type Y-2 (two amber reflective surfaces with yellow body); Type Y lone omber reflective surface with yellow body); and Type W (one white or silver reflective surface with white body). Additional details may be found on BC(10). 2. Tabs shall meet requirements of TXDOT Departmental Material Specification DMS -8242. 3. When dry, tabs shall be visible for a minimum distance of 200 feet during normal doylight hours and when illuminated by automobile low -beam head light at night, unless sight distance is restricted by roadway geometrics. 4. No two consecutive tabs nor four tabs per 1000 feet of line shall be missing or fail to meet the visual performance requirements of Note 3. REMOVABLE - PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings shall meet the requirements of DMS -8241. A list of prequalified products can be found at the following web site: ftp://ftp.dot.state.tx.us/pub/txdot-info/gsd/pdf/pavemark.pdf NON REMOVABLE - PREFABRICATED PAVEMENT MARKINGS 1. Non -removable prefabricated pavement markings (foil back) shall meet the requirements of DM5-8240 or the TXDOT Purchase Specification No. 550-74-89. A fist of prequalified products and a copy of the TXDOT Purchase Specifications can be found at web sites: ftp://ftp.dot.stote.tx.us/pub/txdot-info/gsd/pdf/pavement.pdf ftp://ftp.dot.stote.tx.us/pub/txdot-info/gsd/pdf/tss/tss377.pdf RAISED PAVEMENT MARKERS 1. M raised pavement markers used for work zone markings shall meet the requirements of TXDOT Item 672, 'RAISED PAVEMENT MARKERS" and Departmental Material Specification DMS -4200. 2. A list of prequolified reflective raised pavement markers con be found of the following web site: ftp://ftp.dot.state.tx.us/pub/txdot-info/gsd/pdf/dms4200preq.pdf (R4-1) DO NOT PASS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS 4 a WM MM - — — — — — — 1 1 1 1 1 111 m\ f� Yellow F1 Type Y-2 DO NOT PASS (R4-1) a 1 1 1 1 1 1 1 1 1 1 1 111 1111 F.� PASS WITH CARE (R4-2) TAPE LANE LINES FOR DIVIDED HIGHWAY White 4> 4> White PASS WITH CARE (R4-2) TABS Type W a 111 111 111 \' 111 111 111 111 111 4> 111 111 111 111 111 111 111 111 Type W TAPE TABS LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS — — a White — — 111 111 111 111 111 111 111 111 Type W C3 - - - - - - -- � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OM ill - - � - - - - 1 1 1 1 1 1 1 1 1 1 1 �il 1 1 1 `> _ Yellow Type Y-2 MN White -" - - - , t11 III III III III III III III Ct, Type W TAPE TABS TWO-WAY LEFT TURN LANE — 4> 4> White White - Yellow a a — 111 111 III 111 111 111 111 /101 a Type W 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I — 111 111 111 111 111 111 111 no Type Y-2 — III Ili 111 111 111 111 111 1E11 — ..1 1 1 1 1 1 1 1 1 1 1 1 1 1 I ..�, 111 111 XIII 111 111 111 111 111 C� Type W TAPE TABS Raised Pavement Removable Short Term Marker K L )l Pavement Marking (Tape) l%L 31 If raised pavement markers are used to supplement REMOVABLE short term markings, the markers shall be applied to the top of the tape at the approximate mid length of the tape. This allows on easier removal of roised markers and tope. DEPARTMENT MATERIAL SPECIFICATIONS PREFABRICATED PAVEMENT MARKINGS -PERMANENT DMS -8240 PREFABRICATED PAVEMENT MARKINGS -REMOVABLE DMS -824l TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS DMS -8242 PAVEMENT MARKERS (REFLECTORIZED) DMS -4200 WZ(STPM)-03 CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION m REVISION NO. DESCRIPTION (n ° U • 0 U a v) 4701111 • (.ft) U F— ° y_ G >- O cE l 0 1- tl U REVISION NO. c0) m 08 >0 N 0 N 0 z 0 Q 0 (� 0 Z Q D LLJ CO 0 0 z (1) 5 0 J SHEET138 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Aug 25, 2015 - 4.37pn User: hj File: N:\if\Drawings\City Std's\COCC STD WZ-2.dwg 45' 6" WH RED ► \ \\\\ \ \\v/ i i/i / iii 1• \\\\\1�_�//�/�JA ► 11.111 \ \ \ \ \ \ \ \ % / / / / / I. A WHITE 4'04' POST (TYP) WHITE 4'x4' P053 (TYP) 20" I 20" 60..0,p. BACK [LM 2800 PSI CONCRETE .. I CROSS SECTION QA TYPICAL APPUCATION END OF ROAD BARRICADE s T R E E PLAN VIEW TYPICAL APPUCATION END OF ROAD BARRICADE ON IMPROVED ROADWAY BARRICADING DETAILS FULL STREET CLOSURE CONSTRUCTION 8'-12' TYP. T 6" WHITE 6' RED 36': -•-- PAVEMENT SURFACE1-.-2800 PSI CONCRETE CROSS SECTION 0 TYPICAL APPUCATI 1/2 STREET CLOSURE WDTH RIGHT SIDE ys: 1 9i�1 30' DIA. 5' PLAN VIEW TYPICAL APPLICATION 1/2 STREET CLOSURE WIDTH -RIGHT SIDE ott, 130' 1 45' 6' WHIT 6' RED •11111 1 1 1 I1.1111= RE 4'x4' POST (TYP) '-�I I EDGE OF PAVEMENT 0" 20' 60' TYP. 5' +1-2800 PSI CONCRETE EDGE OF PAVEMENT E CROSS SECTION 0 6" RED 6' WHITE TYPICAL APPLICATION END OF ROAD BARRICADE 12.I 5' T PLAN VIEW W TYPICAL APPLICATION END OF ROAD BARRICADE ON IMPROVED ROADWAY 30 BARRICADING DETAILS FULL STREET CLOSURE CONSTRUCTION PAVEMENT SURFACE 30' reg'• 2800 PSI CONCRETE Thi CROSS SECTION Q DIA APICATION 1/2 STREET C'TYPICALLOSUREPLWIDTH-RIGHT S10E PLAN VIEW © TYPICAL APPLICATION 1/2 STREET CLOSURE WIDTH -RIGHT SIDE BARRICADING DETAILS 1/2 STREET CLOSURE CONSTRUCTION 5' S T R E E T TYPE 1 TYPE I R11-2 R11-2 J TYPICAL APPLICATION ROAD CLOSED PENDING CITY ACCEPTANCE CUIRTBER * ROAD WAY SHALL REMAIN CLOSED UNTIL ALL TRAFFIC SIGN/MARKINGS NEEDS HAVE BEEN SATISFIED. (SEE GENERAL. NOTE 4). USE 2 10FT. TYPE I BARRICADES AND TWO ROAD CLOSED (R11-2) SIGNS FOR RESIDENTIAL STREETS AND FOUR 8-10 FT. TYPE I BARRICADES WITH TWO RI1-2 SIGNS FOR COLLECTOR/ARTERIAL STREET. 4' n OM -4B 1e' x 18' TYP. n I5'-0' 6' 0' + 6' 0' 6' END OF ROAD OBJECT MARKER (TYPE OM -4B) INSTALLATION DETAIL RESIDENTIAL STREET APPLICATION NOTE: TYPE 01.1-48 OBJECT MARKERS SHALL BE INSTALLED AT SAME LOCATION A5 AN END OF ROAD BARRICADE 24' 2 FT. SUPPORT PIPE x a ROUND LEVEL SIDEWALK FOD NTGN EREENT IONS REST R CURB $ GUTTE ' T 2 FT. SUPPORT PIPE TRAFFIC SIGN INSTALLATION DETAIL STOP SION GROUND LEVEL SIDEWALK NOTE: STREET NAME SIGN BLADES SHALL BE 6'x24' MINIMUM FOR RESIDENTIAL INTERSECTIONS AND 9'3,36' MINIMUM FOR COLLECTOR/ARTERIAL INTERSECTIONS. SIGN LOCATIONS GENERAL NOTES: 1. THE SIDES OF BARRICADES FACING TRAFFIC SHALL BE CONSTRUCTED OF RED AND WHITE ENGINEERING GRADE REFLECTIVE SHEETING. NOMINAL LUMBER DIMENSIONS ARE SATIFACTORY FOR BARRICADE RAIL WIDTH DIMENSIONS. 2. END OF ROAD BARRICADES SHALL BE INSTALLED TO MARK THE END OF A STREET CLASSIFIED AS AN ARTERIAL OR COLLECTOR STREET - COLLECTOR STREET -60 FT.TO 70 FT. RIGHT-OF-WAY - ARTERIAL STREET -80 FT. TO 100 FT. RIGHT-OF-WAY 3. OBJECT MARKERS SHALL BE USED TO MARK THE END OF A STREET CLASSIFIED AS A 'RESIDENTIAL STREET" - RESIDENTIAL STREET -50 FT. RIGHT-OF-WAY 4. UNTIL NEW STREETS ARE ACCEPTED 8Y THE CITY OF CORPUS CHRISTI, COMPLETE WITH THE INSTALLATION OF Al TRAFFIC SIGNS AND MARKINGS NECCESSARY TO CONTROL TRAFFIC, THE CONTRACTOR SHALL KEEP THE STREETS PARTIALLY CLOSED TO TRAFFIC AS INDICATED ON THE TRAFFIC CONTROL PLAN THROUGH THE USE OF A MINIMUM OF TWO TYPE 1 CONSTRUCTION ZONE BARRICADES. EACH WITH ONE ROAD CLOSED (R11-2) SIGN FACING ENTRANCE TRAFFIC. THE TYPE 1 BARRICADES USED TO BARRICADE TRAFFIC SHALL BE SUFFICIENT TO BLOCK THE FULL WIDTH OF 7HE STREET AND SHALL BE INSTALLED ON EACH ENTRANCE STREET INTO THE SUBDMSION. DESCRIPTION m 0 d z (71 re re CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION m REVISION NO. 0I m E > >o N 0 N 0 Z 0 m _i 0 IX 0 Z L� Q D UJ m U 0 0 z 5 0 J z 0 N 0_ Li LLL_ LJJ 0 0 CO 0 0 Ctf L.� 0 0 z LTJ z 0 (/•) SHEET 139 or 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 25, 2015 - 4:38pm User:bj File: N:\if\Drawings\City Std's\COCC STD ENOFRBDC.dwg Dote: Aug 25, 2015 - 4.42pn User:bj File: NNF\Drawings\City Std's\COCC STD SLIPBASE-SYSTEM.dwg CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 TRIANGULAR Bolt Keeper Plate SLIPBASE INSTALLATION GENERAL REQUIREMENTS GENERAL NOTES: NOTE Post 1. Slip base shall be permanently marked to indicate manufacturer. Method, design, and location of 10 BWG Tubing or marking are subject to approval of the TxDOT Traffic Standards Engineer. Schedule 80 Pipe There are various devices approved 2. Material used as post with this system shall conform to the following specifications: (See General Note 3) 10 BWG Tubing (2.875" outside diameter) for the Triangular S I i pbase System. 0.134" nominal wal 1 thickness Please reference the Material Producer Seamless or electric-resistance welded steel tubing or pipe Slip Base L i st fora roved S I i base s stems. Steel shall be HSLAS Gr 55 per ASTM A1011 or ASTM A1008 PP P Y Other steels may be used if they meet the following: DESCRIPTION IP/ t'III I.: k?S.I • ; NICHOLAS A. CECAVA %X 97391 7e,,1 Freese andNicho,lnc. Texas Registered Engineering Firm F-2144 r-� NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - <361) 561-6500 Fax - (361) 561-6501 ® 0 5/8" ® 0 http: //www. txdot. gov/bus i ness/producer I i st. him 55,000 PSI minimum yield strength ® - 70,000 PSI minimum tensile strength o The devices shall be installed per 20% minimum elongation in 2" structuralWall thickness (uncoated) shall be within the ��I manufacturers'range of 0.122" to 0.138" recommendations. bolts (3), nuts Outside diameter (uncoated) shall be within the range of 2.867" to 2.883" (3), and washers Washers Installation procedures shall be Galvanization per ASTM A123 or ASTM A653 G210. For precoated steel tubing (ASTM A653), recoat (6) per ASTM A325 if required by provided to the Engineer by Contractor. tube outside diameter weld seam by metallizing with zinc wire per ASTM 8833. or A449 and galvanized per0.27 Item 445 "Galvanizing." o Bolt length is 1/2". manufacturer Schedule 80 Pipe (2.875" outside diameter) 0 o Stee6"tubinnal roll thickness g per ASTM 4500 Gr C Other seamless or electric-resistance welded steel tubing or pipe with equivalent 2 m 2 outside diameter and wail thickness may be used if they meet the following: 1 II 11 1 _ 46,000 PSI minimus yield strength 4" Max.�„.. 62,000 PSI minimun tensile strength 217 minimum elongation in 2" Wall thickness (uncoated) shall be within the range of 0.248' to 0.304" a o Stub v ' Outside diameter (uncoated) shall be within the range of 2.855" to 2.895" Galvanization per ASTM A123 3. See the Traffic Operations Division website for detailed drawings of sign clasps 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. z z 0 CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 3/4 diameter hole. ASSEMBLY PROCEDURE Provide a 7" x 1/2" diameterFoundation 36" rod or #4 rebar. Class A concrete Non-reinforcedContinue 1 . •• " " ' ".' ' 1 Ij 12 24° 1 min. max. 42" 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 minimum of 18 inches into the solid rock. 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. to work the stub into the concrete until it is between 2 to 4 inches above the ground. z concrete footing (shall be used unless noted elsewhere in the plans). Foundation should take approx. 2.5 cf of concrete. • ' 'p � • " " 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 frau 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 plumb and DESCRIPTIOI OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) SIGN MOUNTING DETAILS TRIANGULAR SLIPBASE SYSTEM straight. SM RD SGN ASSM 12" Dia TY XXXXX(X)SA(X XXXX) 2. Attach sign to support using connections shown. When multiple signs are installed on the sane support, ensure the minlnun clearance between each sign is maintained. See SMD(SLIP-2) for clearances based on sign types. CONCRETE ANCHOR �- 6" min ---.-Heavy Concrete anchor consists of 5/8" diameter stud bolt with UNC series bolt threads on the upper end. hex nut per ASTM A563, and hardened washer per ASTM F436. The m to edge stud bolt shall have a minimun MEI or joint yield and ultimate tensile strength of 50 and 75 KSI, respectively. Nuts, bolts and washers shall be 41 o IMI FYI MI galvanized per Item 445, "Galvaniz- ing." Adhesive type anchors shallTexas Department of Transportation ■.'° fill ' .fit .' �il 4. have 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 , Traffic Operations Dlvlsion SIGN MOUNTING DETAILS o z z 0 0 "5/8" diameter Concrete eAnchor - 8 places (embed a minimus of 5 1/2" and torque to min. of 50 ft-lbs). Anchor may be expansion or adhesive type. recommendations. Top of bolt shall extend of least flush with top of the nut when installed. The anchor, when installed in 4000 psi normal- weight concrete with a 5 1/2" minimus embedment, shall have a mininun allowable tension and shear of 3900 and 3100 psi, respectively. SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD (SLIP -1) -08 Bar Is one Inch on original drawing. If not one inch on this sheet, adjust scale. TxDOT July 2002 m.. TXDOT ICK. TXDOT IOw, TXOOT I. TXDOT SM RD SGN ASSM TY XXXXX(X)SB(X XXXX) 9-08 REVISIONS C .T SECT J"9 "tG"w"1 in SHEET 140 of 1 9 0 ,,/ST WIN, SREET ''". RECORD DRAWING NO. STR-883 P68 I w- gl L R >o CITY PROJECT i E12093 Dote: Aug 25, 2015 - 4.42pn User:bj File: NNF\Drawings\City Std's\COCC STD SLIPBASE-SYSTEM.dwg Pavement -Edge Shoulder width may vary (typ.) 6" min. when no shoulder exists (typ.) y o E> 4" Yellow Centerline 1 l o )I( >I 30' 10' 4" White Edge Line T 0 10" min. -12" max. 4 y 4" Solid Yellow Line 3" min. -4" max. 4" Solid li7 Yellow Line 1ro 3" min. -4" max. 0 Shoulder width may vary TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS Pavement Edge 6" min. (typ.) 1, 4" White Lane Line O 0 30' 10' 1 Er>4" Solid Yellow Line c> CENTERLINE AND LANE LINES FOUR LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS 4" White Edge Line tG o c 3" min. -4" usual (12" mox. for traveled way greater than 48' only) Pavement Edge 6" min. (typ.) 1 4" White Lane Line —yl o O K 0 T 0 30' 10' 0 4" Yellow Edge Line 0 0 E> 0 0 14)> k„...-4" White Edge Line c EDGE LINE AND LANE LINES ONE—WAY ROADWAY WITH OR WITHOUT SHOULDERS Povement Edge �4" White Edge Line O 0 4" Yellow Edge Line Median Width 4" White Lane Line 0 4" Solid Yellow Line 4 10" min. - 12" max. 4" Yellow Edge Line 8" Solid White Channelizing Line O 0 4" White Edge Line / c 48" min. from edgeline to stop/yield line 1 0 0 12"-24" White Stop or Yield 0 \ 4" White Lone Line Line M medians shall be field measured to determine the locotion of necessary striping. Stop/Yield bars and centerlines shall be placed when the median width is greater than 30 f t. 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 4" White Bridge Roil or Face of Curb 20' typ. 6" min. (typ.) 12" min. 24" typ. yy White edgeline 4' min. 30' max. F M'nimum Requirements for Edgelines Traveled Way Width z20' STOP LINES Solid White Width: 12" min. 24" max. EDGE LINE 4" Solid White CENTERLINE • 4" Yellow Length: 10' Gap: 30' • OPTIONAL 4" Solid Yellow line on opproaches to intersections (500' min.) 4' min. 30' max. ( ) Minimum Requirements for Centerlines without Edgelines Povement Width 16' sW <20' GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE Bosed on Traveled Way and Pavement Widths for Undivided Highways (L) Lane width greater than or equal to 11' Varies R 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 (LI 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 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. Date: Aug 26, 2015 - 10.59orm User: bj File: MAW \ Drawings \City Std's\CDCC STD PM(1)-12.dwg MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS -4200 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 TRAFFIC PLANT DMS -8200 HOT APPLIED THERMOPLASTIC DMS -8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 Al pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. 3 to 12" HH — 24" —TV V' V V V V FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH 3-12" 18" IVVVVVVVVVVV FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH YIELD LINES TABLE 1 - TYPICAL LENGTH (L) Posted Speed x Formula 540 WS2 L• 60 45 L•WS X 8511. Percentile Speed may be used an roods where traffic speeds normally eased the posted speed unit. Craeehatcling length should be ravlded W to nearest 5 foot increment. L•Poa edLmgth a M LONng (FT.) WWidth of Of feet (FT.) S• EXAMPLES: M 8 foot shoulder in advance of o bridge reduces to 4 feet on a 70 MPH roadway. The length of the cross- hatching should be: L•8x70.560ft. 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(40) 2/ 60 • 106.67 ft. rounded to 110 ft. PM(1)-12 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m REVISION NO. DESCRIPTION rm REVISION NO N 0 N 0 Z 0 m tYct 0 0 LL D Z W U 0 LOUISIANA TO 0 0 CC 0 • ct z• < Ln F- J Z W U w Cf H Q SHEET 141 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT ,1 E12093 REFLECTIVE RAISED PA FOR VEHICLE POSITIO Type II -A -A a I I 0 SEE DETAIL "A" 80' - >1= 40' I 0 SEE DETNL "8" 40' - h 40' �I CENTERLINE FOR ALL TWO LANE ROADWAYS 0 Type II -A -A 0 • Type I -C 0 SEE DETAIL "C" a 0 0 a 80 0 a CENTERLINE & LANE LINES FOR FOUR LANE TWO-WAY HIGHWAYS Raised pavement marker Type I -C, clear face toward normal traffic, shall be placed on 80 -foot centers. 4" I Type II -A -A 14" 1 -4 14" DETAIL "A" DETAIL I'B'I Type II -A -A DETAIL IICII 1"-2" VEMENT MARKERS NING GUIDANCE Centerline Symmetrical around centerline Continuous two-way left turn lane Type II -A -A 0 1 1 I a I 1 0 1 0 I< 40 'I 40 1 40 -I I I aa Type I -C I— 80' -...I CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE 1=> Type I -C or II -C-R 0 I o I a • Type I -C or II -C-R 4 80 LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) Raised pavement markers Type II -C-R shall have clear face toword normal traffic and red foce toward wrong -way troffic. 008000008000000000000000000800000000 12"•_1" 3?" • ?" 10 2 to 3" CENTER OR EDGELINE OR 18"._1" 6" V 2 to 3" 5yz 1/2 4" EDGE LINE OR CENTERLINE OPTIONAL 6" EDGE LINE OR CENTERLINE 30' REFLECTORIZED PROFILE PATTERN DETAIL USING REFLECTIVE PROFILE PAVEMENT MARKINGS 300 to 500 mil I in height A quick field check for the thickness of base line and profile marking is approximately equal to a stock of 5 quarters to a maximum height of 7 quarters. NOTE: —�I I12" 1„ DI D goo D D 001 BROKEN LANE LINE Profile markings shall not be placed on roadways with a posted speed limit of 45 MPH or less. Dote: Aug 26, 2015 - 10.59an User: bj File: N.\if\Drawings \City Std's\COCC STD PM(2)-12.dwg 4" LANE LINE OR OPTIONAL 6" LANE LINE GENERAL NOTES 1. 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. MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS -4 EPDXY AND ADHESIVES DMS -6 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6 TRAFFIC PAINT DMS -8 HOT APPLIED THERMOPLASTIC DMS -8 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8 All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. Type I (Top View) Relleclorizel Surface 35° max - 25° Type II (Top View) eflectorize. Surface Roadway Surface `Adhesive SECTION A RAISED PAVEMENT MARKERS PM(2)-12 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION i•J REVISION NO. DESCRIPTION co REVISION NO. N 0 N 0 Z 0 .- ..-- CC0 0 Z L1 - Q W 03 U 0 LOUISIANA TO (1) 0 o Y Z Q Ln D N W W J U Y — cQ' c n 5 0 0 0 Z (/)-- 0 n0 < 0 &) I- 0 d W CY SHEET 142 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT j E12093 Varies (See note 3) > 1 Mile (Lone Drop) Varies SEE DETAIL C 7 I— N z V7 c7, (n O U z 3 o MINOR �J TWO-WAY STREET \/ 41> Dotted 8" white Lane Line o e o 48' Type I -C 4" yellow broken 4" yellow solid Type II -A -A spaced at 20' O 4" white broken O 0 0 0 24" White (typ.) — Type I -C or 8 white (Typ) Type II -C-R spaced of 20' X X Varies based on length of turn boy X X X Typically equal to %Z the length of storage Ione e SEE DETAIL 8 TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP Varies (See note 3) < 1 Mile (Auxiliory Lone) I— N w I-0 I— Cfl Lc'LI) z 0 o ce Z U c Q z gLu 0 SEE DETAIL C 0 31( 9'1 / Dotted 8" white Lane Line 00 0 o014. C3 -C 48 Type I -C 4" white broken 4" yellow broken SEE DETAIL A 4" yellow solid 4" white broken 4 TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE 4" yellow broken 24" White Stop Line 12" White crosswalk lines Final placement of Stop Bar and Crosswalk shall be approved by the Engineer in the field. DETAIL B DETAIL C MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) 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 pions. Type II -A -A Markers 4" Yellow Solid 0' Type II -A -A Markers Full Lone Width Typical 12' Min. SEE DETAIL O 8" White �(typ.) See Note 5 TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS E> avoelammee See note 6 TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY GENERAL NOTES 1. Refer elsewhere in plans for additional RPM placement and details. 2. Lone use word and arrow markings shall be used where through lanes opproaching an intersection become mandatory turn lanes. Lane use word and arrow markings should be used in auxiliary lanes of substantial length. Lone use orrow markings or word and arrow markings may be used in other bones and turn boys for emphasis. Details for words and arrows os shown in the Standard Highway Sign Designs for Texas. 3. When lone 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 lone use arrow or word and arrow marking Is used for a short turn lone, it should be located of or near the upstream end of the full -width turn lane. 4. Other crosswalk paterns os shown in the "Texos Manual on Uniform Troffic Control Devices" may be used. 5. Raised pavement marker Type I -C with undivided highways, flush medions and two woy left turn lanes. Raised pavement marker Type II -C-R with divided highways and raised medians. 6. A two-way left -turn (TWLT) Ione -use arrow pavement marking should be used at orust downstream from the beginning of a two-way left -turn lone within a corridor. Repeating the marking after each intersection or dedicated turn boy Is not required unless stated elsewhere in the plans. PM(3)-12 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION r z 0 DESCRIPTION 9- 0 1- 0 >- m 6.1 0 REVISION NO. N 0 N 0 z 0 W m C 0 0 L.I Z W CO 0 0 z V/ 5 0 J Q • Q 1=> 00< • 00 0 Z 0 0 D W - cn (�OL.- W YwJ Z Mgr I—ZCt Z lr Z W < Q 11- Q_ LW W J SHEET 143 of 190 RECORD DRAWING NO. STR - 883 CITY PROJECT / E12093 Date: Aug 26, 2015 - 11.00am User: bj File: N:\if\Drawings\City Std's\CDCC STD PM(3)-12.dwg 4"_f 4" 4" •••••11•11•11111 •••••"••••• ■■■■I 1•••• ■■■■► 1■■■■ ■■■E"■■■E ■■■� V■E■ EM ■E■/ ,■■■ MU/ NEE 11110 11111 ME/ 111111 MI •••••111111111111111111111 .4111 ■■■■■■■■ri■■■I.d■■ ■■■■■■■'I■■■■■■■ ■■■■■■' I■■■■■■■ ■■■■.' ■■1111■■■■ ■■■11' 1■■■M■■■■ ■■P' I■1111■■■■■ Er I■■•••■■■ '1 EL ■■i ■EI► ■■■■L.- ■■■\, 'ME■■EL ■■■■L ■MIME■E► ■■■■■\ 1■■■■■■■k EWER. 1■■E■■■■L ■■■EMEL. 11111■■■■■■ ■■■■■MULE■EWE■E■ ■■E■■■■■■■■■■E■■ ■■■■ ■I■■ M■■■ ■■■■ ■■■M■■■R■■■ i■ ■\. IN 1111111111••••••••• ■■\\■■■■■■■■■■■ •1111111•••1 •111111•11•11 ■■■■■■■\ `M■■■■■ ■■■■■■■■. '11■■■■ ■■■■■■■■1 '\■■■ 1111■■■■■■1 '\■■ 11111••••■■\ \; •' All AMME I■■ I■■■■■■ ■■■■ I■■■■■■■ I■■■■ i■■■■■■■1 SME■EM I■■■■■■■1 .■■■■■■ ■■■■■■■■I .I■■■■■■ ■■■■■■■■1■■■■■EE ■■■■■■■■■■E■■■■E ■■■■ MEE MEM ■■■■ 11.5' (±.5') 4" H H ■■■■■■■E■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■111 ■■■■■■■■ ■■■■■■■■■■■\ `\■■■■■■ ■■■■■■■■■■■■ `WEIME■ 1111111111111111111111111111111�■■■■ ■■■■■■■■■■■■L 'W■■■ ■ ■ ■■■■EP"-•■■\ \NM IMEMEMv AM •EE' AME ■r I■■■ Mr /■■■■ i■■■■ ■► I■■■■■■■■■■■ • I■I■■■■I i■■■■■ • /■■MIME■I /M■■■■■ ■ I■■■■■■■1 .E■■■■■■ • ■■■■■■■■I./M■■■■■■ • ■■■■■■■■'I■■■■■■■■ • ■■■■■■■■■■■■■■■■■ ■ ■■■■■■■■■■■■■■■■■ • ••••••••••••••••• • ■■■■■■■■■■■■■■■■■ • ••••••••••••••••• ■■■■■■■■■■■■■■■■■■■■■ 6.5' (±.5') O co 4" 4" 4" H H ■■■■■w11■■■W■ MIME■/ M■■■■■ MEET 1■■■■■ ■MM■■ MIME/ MEW ■■■■ EMI MEW MEW MEI EMI ■I .1 ■/ i■1 ■fi■■1 ■■■■1 ■■■■I ■■■■■Ir■■■■1 ■■■■I' I■■■■I ■■E"• /■■■■1 ■r' ■■■■■1 ■■■■■1 ■► '\1 ■■h '1 ■■■L ■■■\. ■■\. ■■■E\. M■■\. ■■■E■\ 1■■■\ ■M■M■■\'■■■■, 11■■■■■■■■■■1 ■■■■■■■■■■1111 ■■■■■■■■■■■1 ■■■■■■■■■■■1 ■■■■■■■■■■■1 ■■■■■■■■■■■1 ■■■■■■■■■■■1 ■EEE■■■■■■■1 1111■■■ IMEME ■■■■ i■■■ IEEE MEE 1101 IME L. \■ In. 1■ 1■■h1■ 1■■■■ 1E■■■I'■■■■M■ I■■■■1 '1■■■■ 1■■■■L NEM IMEMEI `ME 1•111•111111 '1 II' is 1' i■■ �f1 AWN ANI ■■■ A■■, A■■■■ I■■■1 A■E■■■ ■■■■'I■■M■■■ 1■■1111■■■■■■■ 1■■■■■■■■■■■ 1■■■■■■■■■■■ 1■■■■■■■■■■■ 1111■■■■■■■■■■ 1■■■■■■■■■■■ 11•■■■■■■■■■■ 11111■■■■■■■■■ ■■■■■■■■■■■■W■■■■E■■E■■■■■ 9.0' (±.5') 4" —I H ■■■■■■■■■■■■■■■■■E■■■■■ ■■M■■■M■■..-- -.�M■■■■■ ■EE■■■■v 'NEW■■■■■EP11•i 1 ■WW■■1I' MEW ■■■■/ A41■■\L_ ■■■■I■■■■■■■► ■■■■ %■1111■■■■■■► ■■E■ I■■■■■■■■■■\ ■■E■ I■■■■■■■■■E■1 ■■■■■■■■■■■■1 ■■Iri■■■■■■■■1 ■P' I■■■■■■■■1 I■■■■■■■■1 I■■■■■■■■■1 ■■■■■■■■■1 I■1111■■■W■■1 /■■■■■■■■■■1 ■■■■■■■■■111 ■■■■M■■■■■■1 1■■■■■■■■■■■1 ■■■■■■■■■■■1 ■■■■ WEE N111 ■t \ MEL ■■■1 MEWL ■■■■ ■■■■■■■■■■■111 ■■■■1 I■■■■■■■■■■■■1 ■■■■i I■■■■■■■■■■■■1 ■■■■■ ■■■■■■■■■■■■■1 ■■■■■11■■■■■■■■■■■WW1 ■■■W■■■■■■■■■■■■■■■■■■■ 7.5' (±.5') l 1n o O _L 4" 4" —HI IE - ■■■■■1■■■■ ■■■■■' '■■■■ ■■■■I \■■■ ■■■■/ 1■■■ ■■■■' '■■■ ■■■■ I■■ MEW 1■■ MEW VW MI 111 IMF 1M 11111/ 1M I! All E\Al lh. ,E■■■■■■■■■■■■ KA■■ 11111,1••••••••111111111 ■■■■ ■■■■■■■\'l■■■■■■■ ■■■■ MEMOIR `M■■■■■ MEM ■■■EEE■■ `11■■■■ E■■■ ■■■E■E■■1 '\EE■ ■■■■ ■■■■■■■■L '\■■ WHIM p' .A NM All MINN ■EMM .d■■■■ AMMM ■■■■ AMEN, ■■■■ MNI■■■■■■■ I■■■■ ■■EE I■■■■ME■! I■■■EM ■■■■ I■■■■■■■1 .■■■■■■ MUM ••••••••I ANNUM MEM ■■■■■■■■'I■■EEE■■ ■■■■ ■■■ MINN ■■E ■■■■ NEE ■E■E MEM ■■■■■■■■E■ 4"-A H 1 4" 1 ■■■■■n■■■■■■■■■■' '■■■■■ 1 ■■■M/ \■■■■ ■■■■I 1■■■■ MUM' I■■■■ ■■■� IEEE ■■I/ 1111110 MEW MEE 11■■ IMF ■I/ ,11■ MI I \ 1: ■ All ■\. ■ LAM ■■\ MIME ■■■■ MIME ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ •••• ■■■■ ■■■■ ■■■■ ■■■■ ■E■■ MERE ■■■■ ■■EE ■■■■ MIEN ■■■■ ■■E■ •••• ■■■■■■■■■E■ 3.5' (±.5') O 7.5' (±.5') 4„HIH ••••••••••••••••••• ■■•■■■■■■■■■■■■■■■■ •11/"WE WE • ■■1 1■1 1 ■V 1■ ■■ • ■■■ 1■1 1 1 ,• ■ IN • MN If ■ • I\ ■ 1■ • MEE • • • ■■ • 1■ • ■■■ ■ ■ • ■■ • 1■ • ■■■I ■ I■ ■ ■■ ■ ■ ■ ■■■1 1 1■ ■ ■■ ■ ..ii. EMI ■ ■■ ■ I ■ ■ MEM 11 • ■■ • 1 ■ • ■■■L ■■ • ■■ ■ 1 1 • ■■■■ ■■ • ■■ • 1 1 • MIME ■■ • ■■ • 1 1 • ■■■■ ■■ • ■■ • ■ I ■ ■■■■ ■■ • ■■ • • • ■■■■ ■■ • ■■ • • • ■■E■ ■■ • WE • ■I • ■■■■ ■■ • 11 • ■1 • ■■■■ ■■ • \I • 111 • ■■■■ ■■ EL IM ME •• • • • •• ■■. ■■ ■■ ■ ■ ■■ ■■\■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■ 1 6.0' (±.5') 10 +1 O 00 O r() GENERAL NOTES: 1. Minimum 8 foot white markings should be used, unless otherwise noted. If message consists of more than one word, it should be placed with first word nearest the driver. 2. These details are standard size for normal installation: sizes may be reduced approximately one-third for low speed urban condtions: larger sizes may be needed for freeways, above overage speed condtions or other critical locations. 3. The longitudinal space between markings should be at least four times the height of the markings, on low speed roads, but should not exceed ten times the height under any condition. 4. Markings considered appropriate for use when warranted include the following: A. Regulatory STOP RIGHT (LEFT) TURN ONLY 25 MPH SYMBOL ARROWS B. Warning STOP AHEAD SIGNAL AHEAD SCHOOL SCHOOL X-ING PED X-ING R X R (see RCPM standard) C. Guide US XXX ROUTE XXX STATE XXX Other words or symbols may be necessary under certain conditions 5. Uncontrolled use of pavement markings can result in driver confusion. Word and symbol markings should be no more than three fines. 6. The word "STOP” shall not be used on the pavement unless accompanied by o Stop line and Stop sign. The word "STOP" shall not be placed on the pavement in advance to a stop line, unless every vehicle is required to stop at all times. 7. Pavement markings should generally be no more than one lane in width, with School messages being the exception. For details of School and School crossing pavement markings, refer to Part VII of the "Texas Manual on Uniform Troffic Control Devices". 8. Spacing between letters should be approximotely 4 inches. The width of letters may vary depending on the width of the travel lanes. 9. Lane -Use arrow markings may be used to convey either guidance or mandatory messages. Arrows used to convey o mandatory movement must be accompanied by standard signs and the pavement marking word "ONLY". 10. Pavement markings are to be located as specified elsewhere in the plans. SPACING BETWEEN LINES OF PAVEMENT MARKINGS MPH <45 >45 SPACING MINIMUM 4 TIMES THE LETTER HEIGHT MINIMUM - 4 TIMES THE LETTER HEIGHT MAXIMUM - 10 TIMES THE LETTER HEIGHT m 8 0 0 1T.Y.3;11]iPL1 w 11137AlleUWCd 00 c - V O� U o T. 00 L V a ^ ▪ c 6 °cam 0 0 • . m:0r ew I;o CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 0 f— U to E O 0 a 0 U O N E 0 0, a� 0 w 0 Z w U O O N 0 Z 0 CO 0 0 L. - CO SHEET144 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Date: Aug 26, 2015 - 11.00am User: bj File: N:\if\Drawings\City Std's\CDCC STD ARRDWS.dwg OUTER X -WALK = TO EXTEND FROM FACE CRUB TO FACE OF 24" WHITE STOP BAR 12" WHITE X -WALK BARS (4'OFP ENT BETWE •UTSIDE EDGE •F STOP D CROSSWALK T 4' EACH APPROACH 10' ON CENTER EACH APPROACH ( 9' OF PAVEMENT BETWEEN INSIDE EDGES OF CROSSWALK TAPE ) BEGIN OR END CONTINUOUS AND INTERRUPTED STRIPES ON LINE WITH EDGE OF STOP BAR MP.) A) boo crosswalks across local or residential collector streets of STOP signs shall be conventions - crosswalks consisting of the two transverse, 12 -inch width Ines repo a distance of . •n center, including a 24 -inch width stop bar separated by between the nares of the crosswalk and stop bor. L STOP BAR CONRNUOUS EDGE OF GUTTER TO EXTE ' UNE OF FURTHEST CONT S YELLOW STRIPE STANDARD INTERSECTION (TYPE "A" CROSSWALK ) (TYPE A) Non -school related pedestrian crosses• rose local or ,al collector streets, where provided, and controlled by o STOP sign. - • - o ,onol-type crosswalk consisting of two transverse, 12 -Inch width lines separated • once of 10-11 on center, including o 24 inch width slop bar separated by a distance of • the nearest edges of the crosswalk and stop bar. e of 4-11 (TYPE B) School zone cr•-- at intersections across higher function streets. w controlled by a STOP sign 0 atgnol, shall be o combination crosswalk, consisting of •nsverse, 12-inc lines separated by o distance of 10 -ft on center, plus Iongitudino 'nch bars s.. -inches apart. Standard 24 -inch width stop bar shall also be provided, distance of 4-1t between the nearest edges of the crosswalk and stop bor. (TYPE B) Non -school related pedestrian crosswalks ocross arterial or collector streets controlled by o traffic signal or STOP sign shall be o high -visibility, cobinotion-type crosswalk. consisting of two transverse, 12 -inch width lines separated by a distance of 10-11 on center, plus longitudinal 24 -inch burs spaced 24 -inches apart. 0 24 -inch width stop bar shall be provided separated by o distance of 4 -ft between the nearest edges of the crosswalk and stop bor. C) Midbl• • zone crosswalks (at any type school) and across any type street. shall •. high visibility. • •tion -type crosswalk, consisting of two transverse, 24 inch separated by a dis • - 10 -fl on center, plus longitudinal 24 -inch • • _ • 4 -inches apart. No stop bor. (TYPE D) Midblock crosswalks, school or no - pled, by a traffic signol shall be a combination -type crosswol g of two transverse, width lines separated by o distance of 30-11 plus longitudinal 24 inch Dors spec -• '•rhes apart. A 24 -inch width slo• also be provided separated from the nearest edge • rosswolk line by o ,• • 20 -ft between the nearest edges of crosswalk and stop bor. 24" WHITE STOP BAR OUTER X -WALK BARS TO EXTEND FROM FACE OF CRUB TO FACE OF CRUB 1 24' LONGITUDINAL BARS W/24" SPACING (SEE DETAIL 'E') 1111111111111 BEGIN OR END CONTINUOUS AND INTERRUPTED STRIPES ON LINE WITH EDGE OF STOP BAR (TYP.) a 0 0 12' WHITE X -WALK BARS ( 4' OF PAVEMENT BETWEEN INSIDE EDGES OF STOP BAR AND CROSSWALK TAPE ) L,.EACH APPROACH 10' ON CENTER EACH APPROACH ( T BETWEEN INSIDE EDGES OF CROSSWALK TAPE ) INSTALL STOP BAR CONTINUOUS FROM EDGE OF GUTTER TO EXTERIOR UNE OF FURTHEREST CONTINUOUS YELLOW STRIPE SCHOOL AND NON -SCHOOL ZONE CROSSWALKS AT INTERSECTIONS ACROSS HIGHER FUNCTION STREETS (TYPE "B" CROSSWALK ) 2'-O" TWO 12" WIDE TRANSVERSE WHITE LINES (WHITE) BAR '1 bj r}1.�� NOTES: OUTER X -WALK BARS TO XTEND FROM LIP TO LIP OF GUTTER 10' 10' ON CENTER EACH APPROACH 24" LONGITUDINAL BARS W/24" SPACING IDBLO ( 8' OF PAVEMENT BETWEEN INSIDE EDGES OF CROS K TRANSVERSE U 24' WIDTH TRANSVERSE LINES (TYPE "C C - ' SSWALK ) (PAVEMENTF B' • rENINSDE S OF TRANSVERSE U ) ( 20' OF PAVEMENT BETWEEN OUTSIDE. EDGES OF STOP BAR AND CROSSWALK TAPE ) 30' i 24" LONG ' ' ANAL BARS W/24" "NG 20' 24' WHITE X -WALK BARS MIDBLOCK CROSSWALK, SCHOOL OR NON -RE - , ED CONTROLED BY A TRAFFIC SIGNAL SHALL BE A COMBINATION -TYPE CROSSWALK 1. ALL CROSSWALK MARKINGS SHALL BE HEATED THERMOPLASTIC. PREFORMED MATERIAL. 2. TEMPLATES SHALL BE USED TO MARK SPRAYED THERMOPLASTIC CROSSWALK BARS. IF APPROVED BY ENGINEER. 3. DO NOT STRIPE STREET W/ROADWAY SURFACE TEMPERATURE LESS THAN 55- F MAINTAIN MIN. 12" FROM 4. TRAFFIC CONTROL PLAN REOUIRED. LIP OF CURB TO CROSSWALK BAR CROSS WALK BARS (DETAIL "E") (TYPE "D" CROSSWALK ) DESCRIPTION CONSULTANT'S SHEET No. FM PROJECT: COR13155 /�r6 . • Al.„1111,\\� , m z 0 ce o: w a.,o x N H 0 j V N 0 D yS N j.• LU "O i ]^ 0 ELI, ZD” N a n I Z.' U ZZ ' 0 o0X CO b 0, L, DESCRIPTION to N E ° U 0 >- E m REVISION NO. 0 0 Z 0 0 0 0 Z LL LLJ m 0 0 0 Z 0 J J _ Q I— LLJ 0 SHEET145 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote:Aug 26, 2015 - 11.00nr, User: bj File: Nr\if\Drawings\City Std's\COCC STD CRSWKS.dwg 97 THRU 99 PREFORMED 21X3' GREEN PANELS 50' min. 4 4'-0' No parking signs R7-9 or R7 -9a SEE PLANS FOR LOCATIONS NO PARKING ALONG BICYCLE LANE SCALE: N.T.S. PREFORMED 4'X20' GREEN PANEL W/ BIKE SYMBOLS TRAVEL LANE PREFORMED 2X3' GREEN PANELS 4' WHITE SOLO STRIPE 97 THRU 99 7' E TO BACK OF C&G 0 N PROPOSED CURB & GUTT ER NOTE: PANELS SHALL BE CENTERED BETWEEN EDGE OF STRIPE AND LIP OF CURB & GUTTER BICYCLE RIDER PANEL ADJACENT TO TRAVEL LANE SCALE: N.T.S. NOTE: 4' X 20' GREEN PANEL W/BIKE RIDER SYMBOL: (PRODUCT NO. PREMARK SK-PMSK600733) AS PER FUNT TRADING INC. OR APPROVED EQUAL. 2' X 3' GREEN PANELS: (PRODUCT NO. PREMARK SK-PMSK89430566LG) AS PER FLINT TRADING INC. OR APPROVED EOUAL. 4"-.I - Dote: Aug 26, 2015 - 11:O0an User: bj File: N:\if\Drawings\City Sid's \CDCC STD BL (PM -1) - C97).dwg DETAIL "A" SPECIFICATION REFERENCE TABLE MATERIALS AND TESTS DIVISION SPECIFICATIONS TRAFFIC PANT DMS -8200 THERMOPLASTIC, HOT APPLIED DMS -8220 PREFABRICATED PAVEMENT MARKINGS -PERMANENT DMS -8240 GLASS TRAFFIC BEADS DMS -8290 GENERAL NOTES: M pavement morkings shall be white except when noted otherwise. Pavement markings shall be of the materials specified and shall be in conformance with Department Material Specifications. Exact sign placement and details are shown elsewhere in the plans. 97 THRU 99 Detail "A" 4" Solid White 0 0 0 0 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 oto 0 v BEGIN RIGHT TURN LNE YIELD TO BIKES RIGHT TURN LANE AT INTERSECTION SCALE: N.T.S. R4-4 RIGHT LANE MUST TURN RIGHT R3-70 DESCRIPTION m 0 REVISION NO. CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION to 0 U 0 0 0 O U 0 (i) E 0 a a) 0 rm w REVISION NO. N 0 N 0 z 0 m rx 0 0 LL Z 0 LLJ 03 0 0 0 1- Z (n D 0 J UJ z J W J 0 0 m in z_ z Lit W 0 SHEET1 46 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 6•C• BR1-1 • reduce spocig 40X Legend - White (rell.l Background • Red (refl.) 4 P/4" 36' 18 34" R•1%" 30„ PEDCS$RIARIS DICY LES NOTOFDRIVI I CYHLCS PROHIBITED 4 4"B 2•• 4"B 2' 4"B 4"B 4"B 4" R5-100 Legend - Block Bockground - While trek) 12 —1 1 r%yer -.. 120 le _ a_ u$ - GU 7 5 DISMAL R9-5 Legend - Block Background - Mite (refl.) 3q 18" ]4" 3,. 5" 2••C r• 2"C 1" 2"C T I KO PARIKIING 0-1044 DIKE I i =236,. 4 2"B• - 13„ 3"C -9- 4 •reduce spacing 60X R7-9 Top Left - White on Red Legend - Red Bockground - While (refl.) 3"C Legend - Red fret) Background • While (re1L) 24"--1 BINE (SNC 3' 3•• 136- 2"C /2" '4"C ;2" R3-17 Top Legend - White (relit Bockground - Block Bottom Legend - Block. Bockground • White (refl./ I[ R•11/i' 12 1 1p wt 4- 4 - 11DILD TO � p� 5 : I J_. R9-6 Legend - Block Background • White (refl.) 3" 2•C 1'• 2"C 2"C R•1/ 12 LAKE 5"Em 2%2" 21/2"C 2/2"C y1/2 R7 -9a Legend, Gran & Dio. • Red (Refl.) Border. Letter •P" • Block Background - White (Rel).) Date: Aug 26, 2015 - 11100am User: bj File: NAiF\Drawings\City Std's\COCC STD BL(RS)-01.dwg 11‘11/2"24" 24 � IIU:V VENIRES RES 4"C 2%i' 4"C 2%2" "3,h - R5 -3 31/2" R5-3 Legend - Block Background - While trell.) 18' 3',. •ilcreooe spacing 1002 R3-16 Legend - Block Background & Symbol - White frail ) 12 —1 r-,- KEEP LF Re'T R9-7 Legend - Block Background - White (reit) 24 3',. a. R•1'/i' 24'• 4.B R5-6 Circle & Dia, - Red (Refl.) Symbol - Block Background • While (Re11.1 1WR 36" MON 30 G"dO T ��DDa LANE -.- 17O[lo" LDlino BIKES 0 R4-4 Legend - Block Background - While frell.) R•f/2" 3'/2 4"C 4"B" 9- 4"B 31/x' 24 •-67011 561 Et/ `' RMENcY ONLY SR8-4 Legend • Block Background - White (re41 = PEDESTRIANS 'AOT•60CLssS PROHIBITED R5 -10b Legend - Block Background - White (refl.) MO ri ANIE 31/1 4"D 2/t' 4D .21/2" 4••0 9/i' 3 3•C 1%y" 3"C 3"C A A 4/01 Rerebn QM elite ruler. sheeting on grouse mount ices 1ha be IRO speaira Intensity. tales hove been mlo0r.d to reflect change. SPECIFICATION REFERENCE TABLE YATERULS ND TESTS DIMON SPECFICATI0NS PLYWOOD SIGN BANS MAINLY SKIN BLNO(S FLAT sus= REFLECTIVE SHEETING. TYPE C 0001) SPECIFIC INTENSITY) 0-9-8300 VINYL NON -REFLECTIVE DECAL SIEETNG D-9.8320 D-9.7100 0.9.7)18 COLOR USAGE REFLECTIVE SHEETING OR OTTER UATERUL RED BIO(fROUIO TYPE C UCH SPECIFIC INTENSITY) LEEN BA0(O(OUD TYPE C (111) SPECIFIC MEWS) W1ITE BACKGROUND TYPE C 0001 SPECIFIC INTENSITY) YELLOW BACII(ROUN) TYPE C tM91 SPECIFIC INTENSITY) BACK LEGEND/BORDERS VINYL NON -REFLECTIVE DECAL SHEETING VOCE LEGEND/BORDERS TYPE C (1101 SPECIFIC INTENSITY) GENERA. NOTES' The OkIltels one lateral spoci g betel= letters 01) numerals 11101 conform ,ilk the Tema "Manual On Urilorm Trolfe Control Devices for Streets cad ligheoys". WWI edtion, 1001 Ory approved changes thereto. Loterd spacing of teal shoe provide a bounced wemoeee. M =trio sed conform to DeprImenl SpedIcofcro. Son bald shoe be lMrealed from 0.08 WA Iliak okarknen Oby IType Al or 5/8 ileo pysoad a noted elsewhere in the pine. Sghe shoe be momted 1 Oecedmco with Slumlord 9D (fries). For red hoekgrani sign. legend 1114 be appked by weeirg procas, ad -out elate reflective shoaling espied cooed to cod bockgroeld n ONMip1'mn thereof. Decagram' sh0 be r 11.01. sheelig (Type O. For Mile aoek9r0104 gam axle legend tion be appeal by sneering process. 01-001 vinyl nen-rehecfiee dad Meeting Or cerbbotion thereof. Red. green or other colored legends. symbols, a01/or borders no Co copied by screening process e(Ih transparent ked, 011.001 rellealtve atwtbg ogled 10 Mile bec091 d or cnroinol(un threol. Background shoe be reflective sheeting (Type Cl. BL(RS)-01 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION Id 0 0 z 0 01 DESCRIPTION 4– – >- m a a REVISION NO. O N z 0 co c 0 CC 1O Z LI WD m U 0 LOUISIANA TO (/) W C.o QN LLJ —I O 0 >– D En- 0 W o SHEET1 47 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 A B STA 24+89.36 (58.1' L) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA. FOUNDATION, LUMINAIRE, RADD. AND PEDESTRIAN SIGNAL AND PUSH BUTTON STA 25+53.25 (58.1' L) PROP. PEDESTAL POLE W/ PEDESTRIAN SIGNAL AND PUSH BUTTON C PROP. 12" (LED) LENS WITH BACKPLATE AND FLASHING YELLOW ARROW PROP. 12" (LED) LENS WITH BACKPLATE PEDESTRIAN SIGNAL (LED) RIYIG PROP. COUNTDOWN STA 25+75.88 (46.1' L) PROP. PEDESTAL POLE W/ PEDESTRIAN SIGNAL AND PUSH BUTTON PROP. BASELINE POLE E STA 24+54.31 (61.0' R) PROP. SIGNAL POLE W/ MAST ARM (28' LONG) ON NEW 36" DIA. FOUNDATION, LUMINAIRE, AND RADD STA 25+74.25 (64.1' R) PROP. PEDESTAL POLE IIIY W/ PEDESTRIAN SIGNAL AND PUSH BUTTON POLE F STA 25+56.06 (41.5' R) PROP. SIGNAL POLE W/ MAST ARM (36' LONG) ON NEW 36" DIA. FOUNDATION, LUMINAIRE, RADD, AND PTZ CAMERA AYERS ST./OCEAN DR. SIGNALIZATION PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL PROPOSED STREET NAMES FOR ILSN DAMPER POLES B & F AYERS 13.7" 38.6" to 13.7" 66" STREET QUANTITY DESCRIPTION 1 ILSN SIGN (8)S 1 ILSN SIGN (8)S 1 ILSN SIGN (8)S AYERS ST. DAMPER; No Border, White On Green; (AYERS) E Mod; DAMPER POLE A ©000 NOTES: 1. THE INTENT OF THE PLANS AND SPECIFICATIONS 15 TO PROVIDE FOR THE INSTALLATION OF A NEW SIGNAL AT THE INTERSECTION OF AYERS ST. AND OCEAN DR. INCLUDING ALL SIGNAL EQUIPMENT AND HARDWARE BOTH ABOVE AND BELOW GROUND. 2. ALL EXISTING UTILITIES WITHIN THE VICINITY OF THE SIGNAL POLE AND PEDESTRIAN POLE FOUNDATIONS SHALL BE LOCATED BY THE CONTRACTOR PRIOR TO INSTALLATION. 3. CONTRACTOR SHALL PROVIDE AND INSTALL ONE PHOTOCELL. CONTACT RELAY. AND SERVICE SWITCH FOR ALL ILSNS. 4. CONTRACTOR SHALL REMOVE EXISTING SIGNAL POLES W/ MAST ARMS, SIGNALS AND SIGNAGE AND RETURN TO THE CITY OF CORPUS CHRISTI. 5. CONTRACTOR SHALL CUT ABANDONED EXISTING FOUNDATIONS 2' BELOW PROPOSED GRADE. REMOVE ABANDONED PULL BOXES AND BACKFILL, PROVIDE CONCRETE SURFACE TO MATCH ADJACENT. REMOVE ALL EXISTING WIRE FROM INSIDE ABANDONED CONDUIT. 6. WIND SPEED DESIGN FOR POLES AND FOUNDATIONS SHALL BE A MINIMUM OF 100 MPH. 7. THE CONTRACTOR I5 TO COORDINATE THE ACTIVATION OF THE NEW TRAFFIC SIGNALS WITH TONY SALINAS, STREET DEPT. TRAFFIC SIGNAL SUPERVISOR AT 361-826-1610 OR 361-816-7284 AND CITY'S TRAFFIC ENGINEER AT 361-826-3500. 8. CONTRACTOR IS RESPONSIBLE FOR TROUBLESHOOTING ANY OUTAGE PRIOR TO CONTACTING THE CITY OF CORPUS CHRISTI TRAFFIC SIGNAL DEPARTMENT. 9. INSTALL WIND DAMPERS ON ALL MAST ARMS. 10. ALL DAMPERS SHALL BE MOUNTED WITH STAINLESS STEEL ASTRO-SIGN-BRAC MOUNTINGS. 11. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE CITY'S M.I.S. DEPARTMENT AND KEEPING THE CITY'S FIBER OPTIC LINE IN SERVICE DURING CONSTRUCTION. CONTACT ROBERT ROBLES AT (351) 816-6334 FOR MIS FIBER OPTIC LINE LOCATE ASSISTANCE. VEHICLE DETECTION NOTES' 1. VEHICLE DETECTION TO BE ACCOMPLISHED BY MEANS OF ELECTRONIC RADAR DETECTION DEVICES TO BE PROVIDED COMPLETE WITH TRAFFIC SIGNAL SYSTEM, PER CONTRACT DOCUMENTS. THE CONTRACTOR SHALL PROVIDE ALL NECESSARY EQUIPMENT (INCLUDING DETECTION DEVICES. RADD CABLE, AND ASSOCIATED HARDWARE), MATERIALS AND INSTALLATION FOR A COMPLETELY FUNCTIONING TRAFFIC SIGNAL SYSTEM FOR EACH INTERSECTION. 2. LOCATIONS OF RADAR PRESENCE DETECTION DEVICES, AS DEPICTED, ARE GENERAL AND THE MANUFACTURER (WAVETRONIC REP) MAY MODIFY THE LOCATION TO PROVIDE THE MOST EFFECTIVE COVERAGE. 3. CONTRACTOR SHALL COORDINATE TRAFFIC SIGNAL TIMINGS, RADAR DETECTION ZONES, PEDESTRIAN SIGNAL TIMINGS, AND ANY INSTALLATION QUESTIONS WITH CITY TRAFFIC SIGNAL CREWS. 4. THE TRAFFIC SIGNAL CONTROLLER WILL BE PROGRAMMED BY CITY STREET DEPARTMENT CREWS AND WILL INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS. CONTRACTORS SHALL PROGRAM THE DETECTION ZONES OF EACH RADD. MANUFACTURERS' REPRESENTATIVE SHOULD BE ON SITE FOR EQUIPMENT START-UP. a OCEAN 13.7" 38.5" S1 LEFT TURN YIELD ON FLASHING • ©- , R10-17 30"x36" Dote: Sep 10, 2015 - Z03pn User: bj File: N:\if\ Drawings \CV-OCN-PL-SIGNALC01).dwg 66" 13.7" OCEAN DR. DAMPER; No Border, White On Green; (OCEAN) E Mod; S5 ONLY ONLY R3-8 30"x30" PROP. SIGNS TO BE INSTALLED ON MAST ARMS S6 R3-4 30"x30" LEGEND En EXIST. PULL BOX p0 PROP. SIGNAL POLE 40 PROP. SIGNAL HEAD 01 PROP. PEDESTRIAN HEAD. PUSH BUTTON ASSEMBLY ---- PROP. CONDUIT 0 EXIST. UTILITY POLE RADAR PRESENCE DETECTION DEVICE PAN/TILT/ZOOM CAMERA PROP. PULL BOX 1Q CONDUIT RUN NUMBER 10 SIGNAL HEAD S7 SIGN NUMBER LUMINAIRE SHEET 148 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 SIGNAL POLE CHART POLE NUMBER A B C D E F MAST ARM LENGTH 28' 44' PED PED PED 36' FOUNDATION TYPE 36-A 42-A 24-A 24-A 24-A 36-B WITH LUMINAIRES YES YES C 3 H3 YES SIZE OF LENS 12" 12" 12" 12" 12" 12" SIGNALTYPE B B B B C C C C A B B SIGNAL FACE NO. 1 2 3 4 5 6 7 8 9 10 11 12" LED SIGNAL INDICATIONS R R R R DW DW DW DW 4-R R R Y Y Y Y W W W W 4-Y Y Y G G G G 7 SPARE 1 BLUE/BLACK f -FY G G -- -- SPARE 7 114 SPARE 114 1 E-6 -- SPARE LED LAMP DETAILS POLE RED YELLOW GREEN RED ARROW YELLOW ARROW GREEN ARROW LED PED 51G LAMP A 2 2 2 EA 1 H3 1 B 2 2 2 H3 1 VIVDSRG59 COAXIAL (EA) 1 C 3 H3 1 1 3 9 1 D 1 1 3 2 5 143C 1 E ORANGE 1 6 143C 1 SH8DW 1 F 2 2 2 1 2 1 8 TOTAL 6 6 6 1 2 1 4 LED SIGNAL HEAD DETAILS - ITEM 682 SIG HEAD NO. SIG HEAD TYPE 12" 51G INDICATION BACK PLATE BACK PLATE VEH SIG SECTION PED SIG SECTION 3SEC 4SEC EA EA EA EA 1 H3 1 N0.6 BARE(EA) 3 N0. 12 XHHW(EA) 2 H3 1 VIVDSRG59 COAXIAL (EA) 3 1 3 H3 1 1 3 9 4 H3 1 1 3 2 5 143C SH10,1102G 1 ORANGE 1 6 143C 1 SH8DW 1 1 7 143C SPARE 1 APS 1 8 143C 1 1 SPARE 1 9 H4LT SH 9 05 E -G 1 4 3 10 H3 1 1 3 5 11 H3 1 1 3 -- TOTAL(EA) 6 1 22 4 GROUND BOX QUANTITIES ITEM 624 TYPED W/APRON I 6 MINIMUM PEDESTRIAN TIMING PHASE WALK FLASHING TOTAL ITEM 684 ITEM 6266 DONT WALK CONDUIT TYPE 06 7 7 14 07 7 21 28 Dote: Sep 10, 2015 - 2,04pn User:bj File: N:\if\Drawings\CV-OCN-SUM-TRAFFSIGNAL.tlwg CONDUIT RUN SUMMARY RUN NO. ITEM 618 ITEM 620 ITEM 621 ITEM 684 ITEM 6266 ITEM 8257 CONDUIT TYPE ELECTRICAL CONDUCTORS ILLUMINATION SIGNAL CABLE (TY -A, 14AWG) PTZ CAMERA RADD 2" PVC TRENCH (LF) 3" PVC TRENCH (LF) 4"PVC TRENCH (LF) N0.6 BARE(EA) N0.6 XHHW(EA) N0. 12 XHHW(EA) TRAYCABLE4 CNDR NO. 12 (EA) 7CNDRCABLE (�) 16 CNDR CABLE (EA) VIVDSRG59 COAXIAL (EA) RADD CABLE (EA) 1 22 SH1,204R 22 1 05PED CALL 9 SH10,1102R 3 3 1 2 2 SH7W 8 SH10,1102G 1 ORANGE 3 1 SH6DW 1 SH8DW 1 3 102 102 SPARE 1 APS 3 1 3 1 1 SPARE 4 APS 27 SH 9 05 E -G 1 RED/BLACK 3 1 -- 1 1 SH9054-Y 5 32 32 SPARE 1 -- -- SH 9 05 E -FY 3 ORANGE/BLACK SPARE SPARE 6 -- 7 SPARE 1 BLUE/BLACK SPARE 06 PED CALL 1 -- -- SPARE 7 114 SPARE 114 1 -- -- SPARE 2 RED/WHITE SPARE SH 5 DW 8 -- 8 SPARE 1 GREEN/WHITE SPARE APS 1 -- -- SPARE 9 10 10 APS 1 -- -- SPARE 1 BLACK/RED SPARE SPARE 10 -- 10 SPARE 1 1 11 82 82 12 12 1 3 1 1 1 13 126 126 1 3 1 1 1 14 22 1 9 3 15 7 1 2 TOTAL(LF) 488 298 291 507 14 1221 341 731 341 151 190 Notes: This chart does not reflect the quantities of cable inside the poles. CABLE TERMINATION CHART CNDR. COLOR CABLE 1 FROM A TO CNTRL 16 CNDR. CABLE 2 FROM B TO CNTRL. 16 CNDR. CABLE 3 FROM CTO CNTRL 7 CNDR. CABLE 4 FROM DTO CNTRL 7 CNDR. CABLE 5 FROM ETO CNTRL 7 CNDR. CABLE 6 FROM F TO CNTRL. 16 CNDR. 1 BLACK P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON 2 WHITE S. COMMON S. COMMON SPARE SPARE SPARE S. COMMON 3 RED SH1,204R SH3,406R 06PED CALL 05PED CALL 05PED CALL SH10,1102R 4 GREEN SH1,204G SH3,406G SH 6W SH7W SH8W SH10,1102G 5 ORANGE SH1,204Y SH3,406Y SH6DW SH7DW SH8DW SH10,1102Y 6 BLUE SPARE SPARE APS APS APS SH 9 OSE -R 7 WHITE/BLACK SPARE SPARE APS APS APS SH 9 05 E -G 8 RED/BLACK SPARE SPARE -- -- -- SH9054-Y 9 GREEN/BLACK SPARE SPARE -- -- -- SH 9 05 E -FY 10 ORANGE/BLACK SPARE SPARE -- -- -- SPARE 11 BLUE/BLACK SPARE 06 PED CALL -- -- -- SPARE 12 BLACK/WHITE SPARE SH 5 W -- -- -- SPARE 13 RED/WHITE SPARE SH 5 DW -- -- -- SPARE 14 GREEN/WHITE SPARE APS -- -- -- SPARE 15 BLUE/WHITE SPARE APS -- -- -- SPARE 16 BLACK/RED SPARE SPARE -- -- -- SPARE 01 NOT USED 02 T,-----,— I I \ / I I /\ I / \ I / \ I 05 06 COMPATIBILITY LINE 03 04 NOT USED T I \/ I I \\// I I /\ I / I / \ \ I NOT USED NOT USED 07 08 PHASE DIAGRAM AYERS ST. AT OCEAN DR. SCALE: N.T.S. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 m c REVISION NO. DESCRIPTION — >- - 0 0 O 0 0 O U 0 Co 0 0 0 a 0 REVISION NO. 4 w -- >o N 0 N 0 Z O w m Q o o 0 Z L� w Co 0 0 0 Z C_n O J >- D � Z w Z U 0 0 1= N J F' Q (� Z U N w U_ < LL SHEET149 o1 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 POLE C STA 31+10.42 (59.3' L) PROP. PEDESTAL POLE W/PEDESTRIAN SIGNAL SIGNAL AND PUSH BUTTON POLE B -POLED STA 30+83.87 (49.9' L) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA. FOUNDATION, LUMINAIRE. AND RADD STA 31+76.20 (58.2' L) PROP. SIGNAL POLE W/ MAST ARM (28' LONG) ON NEW 36" DIA. FOUNDATION. LUMINAIRE, RADD, AND PEDESTRIAN SIGNAL AND PUSH BUTTON POLE E OCEANDR. STA 31+91.10 (46.0' L) PROP. PEDESTAL POLE W/PEDESTRIAN SIGNAL AND PUSH BUTTON PROP. BASELINE 33+00 -1 - STA 31+40.60 (47.9' R) PROP. PEDESTAL POLE W/ PEDESTRIAN SIGNAL AND PUSH BUTTON POLE A STA 30+61.61 (48.7' R) PROP. SIGNAL POLE W/ MAST ARM (40' LONG) ON NEW 36" DIA. FOUNDATION. TWO RADD'S. AND PEDESTRIAN SIGNAL AND PUSH BUTTO 4) , /D I ____ 1 / / \ SSii=m hi hili 11 m4'1.w V-ci" Ifif‘e .....,..., ,.-„,...„.„.,,,,„, ,,____ f POLE 0 EXISTING ELECTRICAL SERVICE EXISTING CONTROLLER - TO BE REPLACED -'MIS STA 31+90.55 (49.2' R) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA.PEDESTRIAN , FOUNDATION, LUMINAIRE. AND SIGNAL AND PUSH BUTTON -2Z/___/_1/_,_/_. ELIZABETH ST./OCEAN DR. SIGNALIZATION PLAN SCALE:0 20' 40' I I SCALE IN FEET HORIZONTAL PROPOSED STREET NAMES FOR ILSN STREET QUANTITY DESCRIPTION Ocean , Dr Elizabeth 500 Ocean Elizabeth sot ILSN SIGN (8)S ILSN SIGN (8)5 ILSN SIGN (8)5 ILSN SIGN (8)S S6 STOP HERE ON RED Ale R10 -6L S7 STOP HERE ON RED 111111, R10 -6R 24"x.36" 24"x36" PROP. SIGNS TO BE INSTALLED ON SIGNAL POLES S1 LEFT TURN YIELD ON FLASHING -©� R10-17 30"x36" S8 LEFT TURN YIELD ON GREEN • R10-12 30"x36" PROP. SIGNS TO BE INSTALLED ON MAST ARMS NOTE: INSTALL "F -CAL -ANTI -GRAFFITI - PROTECTIVE FILM ON THE FRONT AND BACKSIDE OF EACH SIGN. 0.6" A PROP. 12" (LED) LENS WITH BACKPLATE AND FLASHING YELLOW ARROW mono 00 E PROP. 12" (LED) LENS WITH BACKPLATE AND FLASHING YELLOW ARROW DAMPER POLES 8 & F N ELIZABETH n 64.8" 0.6" 66" ELIZABETH ST. DAMPER; No Border, White On Green; (ELIZABETH) E Mod; DAMPER POLES A & D OCEAN 13.7" 38.6" 13.7" 66" OCEAN DR. DAMPER; No Border, White On Green; (OCEAN) E Mod; NOTES; B C D PROP. 12" (LED) LENS PROP. COUNTDOWN PROP. 12" (LED) WITH BACKPLATE PEDESTRIAN SIGNAL (LED) LENS WITH BACKPLATE RIYIG 0000 41)00 1. THE INTENT OF THE PLANS AND SPECIFICATIONS IS TO PROVIDE FOR THE INSTALLATION OF A NEW SIGNAL AT THE INTERSECTION OF AYERS ST. AND OCEAN DR. INCLUDING ALL SIGNAL EQUIPMENT AND HARDWARE BOTH ABOVE AND BELOW GROUND. 2. ALL EXISTING UTILITIES WITHIN THE VICINITY OF THE SIGNAL POLE AND PEDESTRIAN POLE FOUNDATIONS SHALL BE LOCATED BY THE CONTRACTOR PRIOR TO INSTALLATION. 3. CONTRACTOR SHALL PROVIDE AND INSTALL ONE PHOTOCELL. CONTACT RELAY, AND SERVICE SWITCH FOR ALL ILSNS. 4. CONTRACTOR SHALL REMOVE EXISTING SIGNAL POLES W/ MAST ARMS, SIGNALS AND SIGNAGE AND RETURN TO THE CITY OF CORPUS CHRISTI. 5. CONTRACTOR SHALL CUT ABANDONED EXISTING FOUNDATIONS 2' BELOW PROPOSED GRADE. REMOVE ABANDONED PULL BOXES AND BACKFILL, PROVIDE CONCRETE SURFACE TO MATCH ADJACENT. REMOVE ALL EXISTING WIRE FROM INSIDE ABANDONED CONDUIT. 6. WIND SPEED DESIGN FOR POLES AND FOUNDATIONS SHALL BE A MINIMUM OF 100 MPH. 7. THE CONTRACTOR IS TO COORDINATE THE ACTIVATION OF THE NEW TRAFFIC SIGNALS WITH TONY SALINAS, STREET DEPT. TRAFFIC SIGNAL SUPERVISOR AT 361-826-1610 OR 361-816-7284 AND CITY'S TRAFFIC ENGINEER AT 361-826-3500. 8. CONTRACTOR I5 RESPONSIBLE FOR TROUBLESHOOTING ANY OUTAGE PRIOR TO CONTACTING THE CITY OF CORPUS CHRISTI TRAFFIC SIGNAL DEPARTMENT. 9. INSTALL WIND DAMPERS ON ALL MAST ARMS. 10. ALL DAMPERS SHALL BE MOUNTED WITH STAINLESS STEEL ASTRO-SIGN-BRAC MOUNTINGS. 11. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE CITY'S M.I.S. DEPARTMENT AND KEEPING THE CITY'S FIBER OPTIC LINE IN SERVICE DURING CONSTRUCTION. CONTACT ROBERT ROBLES AT (361) 816-6334 FOR MIS FIBER OPTIC LINE LOCATE ASSISTANCE. VEHICLE DETECTION NOTES; 1. VEHICLE DETECTION TO BE ACCOMPLISHED BY MEANS OF ELECTRONIC RADAR DETECTION DEVICES TO BE PROVIDED COMPLETE WITH TRAFFIC SIGNAL SYSTEM, PER CONTRACT DOCUMENTS. THE CONTRACTOR SHALL PROVIDE ALL NECESSARY EQUIPMENT (INCLUDING DETECTION DEVICES. RADD CABLE, AND ASSOCIATED HARDWARE), MATERIALS AND INSTALLATION FOR A COMPLETELY FUNCTIONING TRAFFIC SIGNAL SYSTEM FOR EACH INTERSECTION. 2. LOCATIONS OF RADAR PRESENCE DETECTION DEVICES, AS DEPICTED. ARE GENERAL AND THE MANUFACTURER (WAVETRONIC REP) MAY MODIFY THE LOCATION TO PROVIDE THE MOST EFFECTIVE COVERAGE. 3. CONTRACTOR SHALL COORDINATE TRAFFIC SIGNAL TIMINGS, RADAR DETECTION ZONES, PEDESTRIAN SIGNAL TIMINGS, AND ANY INSTALLATION QUESTIONS WITH CITY TRAFFIC SIGNAL CREWS. 4. THE TRAFFIC SIGNAL CONTROLLER WILL BE PROGRAMMED BY CITY STREET DEPARTMENT CREWS AND WILL INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS. CONTRACTORS SHALL PROGRAM THE DETECTION ZONES OF EACH RADD. MANUFACTURERS' REPRESENTATIVE SHOULD BE ON SITE FOR EQUIPMENT START-UP. LEGEND EXIST. PROP. PROP. PROP. PROP. PULL BOX SIGNAL POLE SIGNAL HEAD PEDESTRIAN HEAD. PUSH BUTTON ASSEMBLY CONDUIT EXIST. UTILITY POLE RADAR PRESENCE DETECTION DEVICE PAN/TILT/ZOOM CAMERA PROP. PULL BOX CONDUIT RUN NUMBER SIGNAL HEAD SIGN NUMBER LUMINAIRE R Y G 04) 0 a U CONSULTANT'S SHEET No. FNI PROJECT: COR13155 O 1- U y E O Oi O 0 k LLJ ° C CU E L 0 0 O a: 0 0 r C'p 0 oE0 p c w m c 0 p w r-� c p O1� q C N Ccr- p n mew >o O LL1 N 0 z Z Z m LLI CL E CI Ci Op ZLi I Q LLI m J U O O =Z I- 0 LI (n CO N_ -J LLJ LOU SHEET1 50 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 10, 2015 - 203pn User: 0j File: NAif\ Drawings \CV-OCN-PL-SIGNALCO1).dwg SIGNAL POLE CHART POLE NUMBER A B C D E F G MAST ARM LENGTH 40' 44' PED 28' PED 44' PED FOUNDATION TYPE 36-B 42-A 24-A 36-A 24-A 42-A 24-A WITH LUMINAIRES NO YES 1 YES 3 YES 1 SIZE OF LENS 12" 12" 12" 12" 12" 12" 12" 12" SIGNAL TYPE EB 6 DC 1 A BBC F 2 EBCC 2 1 2 A BBCCDD G 2 2 2 1 SIGNAL FACE NO. 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 17 18 19 12"LEDSIGNAL INDICATIONS R R R DW 4-R R R DW R R DW DW 4-R R R DW DW R R Y Y YWYY 143C -- 08 PED CALL Y W Y Y W W 4-Y Y Y WWY 1 RED/WHITE Y 4 -FY G G 1 4 -FY G G TOTAL(EA) G G 42 6 4 -FY G G 15 1 G G G SPARE 1 APS EG 11 108 SPARE 108 1 SPARE 3 EG 1 1 1 12 LED LAMP DETAILS POLE RED YELLOW GREEN RED ARROW YELLOW ARROW GREEN ARROW LED PED SIG LAMP A 3 3 3 EA 1 H4LT 1 B 2 2 2 1 2 1 3 C 3 H3 1 1 3 12 1 D 2 2 2 1 5 H3 1 E 3 3 6 H3 1 ORANGE 1 F 2 2 2 1 2 1 1 G 2 2 2 1 9 H4LT 1 TOTAL 11 11 11 2 5 2 6 LED SIGNAL HEAD DETAILS - ITEM 682 SIG HEAD NO. SIG HEAD TYPE 12" 51G INDICATION BACK PLATE BACK PLATE VEH SIG SECTION PED SIG SECTION 3SEC 4SEC EA EA EA EA 1 H4LT 15 1 4 15 2 H3 1 VIVDSRG59 COAXIAL (EA) 3 1 3 H3 1 1 3 12 4 143C 5 SH 10,1102R 4 1 5 H3 1 1 3 3 6 H3 1 ORANGE 3 3 7 143C 98 1 SH1908Y 1 8 143C 1 APS 1 1 9 H4LT 7 1 4 SH1014-6 10 H3 1 SH9054-0 3 5 11 H3 1 1 3 3 12 143C 1 GREEN/BLACK 1 1 13 H4 -- 1 4 3 14 H3 1 -- 3 7 15 H3 1 BLUE/BLACK 3 SPARE 16 143C -- 08 PED CALL 02 PED CALL 1 17 143C SPARE 1 APS 1 18 H3 1 RED/WHITE 3 9 19 H3 1 1 3 14 TOTAL(EA) 10 3 42 6 GROUND BOX QUANTITIES ITEM 624 TYPED W/APRON I 7 MINIMUM PEDESTRIAN TIMING PHASE WALK FLASHING TOTAL ITEM 684 ITEM 6266 DON'T WALK CONDUIT TYPE 02 7 15 22 06 7 8 15 08 7 15 22 Date: Sep 10, 2015 - 2i05pn User: bj File: N+\if\Drawings \CV-OCN-SUM-TRAFFSIGNAL.dwg CONDUIT RUN SUMMARY RUN NO. ITEM 618 ITEM 620 ITEM 621 ITEM 684 ITEM 6266 ITEM 8257 CONDUIT TYPE ELECTRICAL CONDUCTORS ILLUMINATION SIGNAL CABLE (TY -A, 14 AWG) PTZ CAMERA RADD 2" PVC TRENCH (LF) 3" PVC TRENCH (LF) 4" PVC TRENCH (LF) N0.6 BARE (EA) N0.6 XHHW (EA) NO. 12 XHHW (EA) TRAYCABLE4 CNDR NO. 12 (EA) 7CNDRCABLE (EA) 16CNDR CABLE (EA) VIVDSRG59 COAXIAL (EA) RADD CABLE (EA) 1 9 5. COMMON 9 1 SH 13,1304R 12 06 PED CALL 2 5 SH 10,1102R 4 2 GREEN 8 SH 2,3060 1 SH5,608G 3 1 SH1908G 1 ORANGE SH13,1404Y 3 98 SH5,608Y 98 1 SH1908Y 3 1 1 1 APS 1 4 SH9054-R 6 7 1 SPARE SH1014-6 APS 1 APS SH9054-0 SPARE 5 8 8 SH1014-Y 1 06 PED CALL 3 1 SH1802R 1 GREEN/BLACK 1 6 -- 11 -- 1 SH 18 02 G 3 1 SH 15 02 Y 1 -- 1 7 79 SH 18 02Y 79 BLUE/BLACK 02 PED CALL SPARE -- APS -- 08 PED CALL 02 PED CALL 8 BLACK/WHITE 7 SPARE 1 APS -- SH 12 W 1 13 RED/WHITE SH 16 DW 9 27 27 -- 1 SH 17 DW 14 GREEN/WHITE 1 SPARE -- SPARE 10 APS 8 15 1 APS 3 1 SPARE 1 APS 1 11 108 SPARE 108 1 SPARE 3 1 1 1 1 12 11 1 3 1 2 13 104 104 1 6 1 1 2 3 14 10 1 1 15 23 23 1 6 1 1 3 3 16 8 1 12 3 17 15 1 2 TOTAL(LF) 456 119 421 461 30 1722 392 391 584 0 672 Note: This chart does not reflect the quantities of cable inside the poles. CABLE TERMINATION CHART CNDR. COLOR CABLE 1 FROM A TO CNTRL. 16 CNDR. CABLE 2 FROM B TO CNTRL. 16 CNDR. CABLE 3 FROM C TO CNTRL. 7 CNDR. CABLE 4 FROM D TO CNTRL. 16 CN DR. CABLE 5 FROM E TO CNTRL. 7 CN DR. CABLE 6 FROM F TO CNTRL. 16 CNDR. CABLE 7 FROM G TO CNTRL. 16 CNDR. 1 BLACK P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON 2 WHITE 5. COMMON 5. COMMON SPARE S. COMMON SPARE S. COMMON 5. COMMON 3 RED SH 13,1304R SH 2,306R 06 PED CALL SH 5,608R 08 PED CALL SH 10,1102R SH1908R 4 GREEN SH13,1404G SH 2,3060 SH 4 W SH5,608G SH 8 W 51-1 10,11020 SH1908G 5 ORANGE SH13,1404Y SH2,306Y SH4DW SH5,608Y SH8DW SH10,1102Y SH1908Y 6 BLUE SH 13044 -FY SH 101 FR APS SPARE APS SH9054-R SPARE 7 WHITE/BLACK SPARE SH1014-6 APS SPARE APS SH9054-0 SPARE 8 RED/BLACK SH 15 02 R SH1014-Y -- 06 PED CALL -- SH9054-Y SH1802R 9 GREEN/BLACK SH 15 02 G SH 1014 -FY -- SH 7 W -- SH 9 05 E -FY SH 18 02 G 10 ORANGE/BLACK SH 15 02 Y SPARE -- SH 7 DW -- SPARE SH 18 02Y 11 BLUE/BLACK 02 PED CALL SPARE -- APS -- 08 PED CALL 02 PED CALL 12 BLACK/WHITE SH 16 W SPARE -- APS -- SH 12 W SH 17 W 13 RED/WHITE SH 16 DW SPARE -- SPARE -- SH 12 DW SH 17 DW 14 GREEN/WHITE APS SPARE -- SPARE -- APS APS 15 BLUE/WHITE APS SPARE -- SPARE -- APS APS 16 BLACK/RED SPARE SPARE -- SPARE -- SPARE SPARE 01 02 sr T\ �T 1 "\i/ I I /\ I / \ I \ I 05 06 COMPATIBILITY LINE 03 04 NOT USED NOT USED 07 08 PHASE DIAGRAM ELIZABETH ST. AT OCEAN DR. SCALE: N.T.S. DESCRIPTION m H REVISION NO. CONSULTANT'S SHEET No. FNI PROJECT: COR 13155 DESCRIPTION 1• to � O O U Q- ct U�l k Lijo y— C O a E) >' O 1— a U o REVISION NO. 5 0 :En0 a o o5 o m g om o 0 two o V —moo m ^ m 6,2 m C W 1 p m J � ri ri >0 N 0 N 0 Z 0 co Ict 0 Ct0 Z W CO U 0 0 Z 0 J �< 0 ZD a (f) 0 O Z0 IQ ,N ( J Q 2 0 W N CO Q N L_ LA- W Q F— SHEET 151 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 POLE C STA 37+34.23 (58.2' L) PROP. PEDESTAL POLE W/PEDESTRIAN SIGNAL AND PUSH BUTTON POLE B STA 37+20.44 (46.8' L) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA FOUNDATION, LUMINAIRE, RADD, AND PEDESTRIAN SIGNAL AND PUSH BUTTON OCEAN DR. 91 JO 37+00_ 02 - TO EXISTING ELECTRICAL SERVICE 4 EXISTING CONTROLLER TO BE REPLACED P01 E /A/L/ / STA 37+05.70 (48.6' R) PROP. SIGNAL POLE W/ MAST ARM (28' LONG) ON NEW 36" DIA. FOUNDATION, LUMINAIRE, AND RADD STA 37+21.44 (48.4' R) PROP. PEDESTAL POLE W/PEDESTRIAN SIGNAL AND PUSH BUTTON I A I 38t00 POLE D STA 37+99.85 (57.0' L) PROP. PEDESTAL POLE W/PEDESTRIAN SIGNAL AND PUSH BUTTON a F 0 6 39+00 S1 PROP. BASELINE --,MIS- -` POLE E STA 38+11.99 (49.4' R) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA FOUNDATION, LUMINAIRE, AND RADD MORGAN AVE./ OCEAN DR. SIGNALIZATION PLAN SCALE: 0 20' 40' SCALE IN FEET HORIZONTAL PROPOSED STREET NAMES FOR ILSN STREET m� Morgan : Ocean Dr 1300 Morgan = QUANTITY DESCRIPTION ILSN SIGN (8)S ILSN SIGN (8)S ILSN SIGN (8)S Dote: Sep 10, 2015 - 2;03pn User: bj File: NAiF\ Drawings \CV-OCN-PL-SIGNALC01).clwg S1 LEFT TURN YIELD ON FLASHING I R10-17 30"x36" S5 r ONLY ONLY R3-8 30"x30" PROP. SIGNS TO BE INSTALLED ON MAST ARMS DAMPER POLES B & E MORGAN 9.9" 46.2" 9.9" 66" MORGAN AVE. DAMPER; No Border, White On Green; (MORGAN) E Mod; DAMPER POLE A OCEAN 3.7" 38.6" 13.7" 66 OCEAN DR. DAMPER; No Border, White On Green; (OCEAN) E Mod; A PROP. 12" (LED) LENS WITH BACK PLATE AND FLASHING YELLOW ARROW NOTES: B PROP. 12" (LED) LENS WITH BACK PLATE R�YIG 00000 C PROP. COUNTDOWN PEDESTRIAN SIGNAL (LED) 0000 1. THE INTENT OF THE PLANS AND SPECIFICATIONS IS TO PROVIDE FOR THE INSTALLATION OF A NEW SIGNAL AT THE INTERSECTION OF AYERS ST. AND OCEAN DR. INCLUDING ALL SIGNAL EQUIPMENT AND HARDWARE BOTH ABOVE AND BELOW GROUND. 2. ALL EXISTING UTILITIES WITHIN THE VICINITY OF THE SIGNAL POLE AND PEDESTRIAN POLE FOUNDATIONS SHALL BE LOCATED BY THE CONTRACTOR PRIOR TO INSTALLATION. 3. CONTRACTOR SHALL PROVIDE AND INSTALL ONE PHOTOCELL, CONTACT RELAY, AND SERVICE SWITCH FOR ALL ILSNS. 4. CONTRACTOR SHALL REMOVE EXISTING SIGNAL POLES W/ MAST ARMS, SIGNALS AND SIGNAGE AND RETURN TO THE CITY OF CORPUS CHRISTI. 5. CONTRACTOR SHALL CUT ABANDONED EXISTING FOUNDATIONS 2' BELOW PROPOSED GRADE. REMOVE ABANDONED PULL BOXES AND BACKFILL, PROVIDE CONCRETE SURFACE TO MATCH ADJACENT. REMOVE ALL EXISTING WIRE FROM INSIDE ABANDONED CONDUIT. 6. WIND SPEED DESIGN FOR POLES AND FOUNDATIONS SHALL BE A MINIMUM OF 100 MPH. 7. THE CONTRACTOR IS TO COORDINATE THE ACTIVATION OF THE NEW TRAFFIC SIGNALS WITH TONY SALINAS, STREET DEPT. TRAFFIC SIGNAL SUPERVISOR AT 361-826-1610 OR 361-816-7284 AND CITY'S TRAFFIC ENGINEER AT 361-826-3500. 8. CONTRACTOR IS RESPONSIBLE FOR TROUBLESHOOTING ANY OUTAGE PRIOR TO CONTACTING THE CITY OF CORPUS CHRISTI TRAFFIC SIGNAL DEPARTMENT. 9. INSTALL WIND DAMPERS ON ALL MAST ARMS. 10. ALL DAMPERS SHALL BE MOUNTED WITH STAINLESS STEEL ASTRO-SIGN-BRAC MOUNTINGS. 11. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE CITY'S M.I.S. DEPARTMENT AND KEEPING THE CITY'S FIBER OPTIC LINE IN SERVICE DURING CONSTRUCTION. CONTACT ROBERT ROBLES AT (361) 816-6334 FOR MIS FIBER OPTIC LINE LOCATE ASSISTANCE. VEHICLE DETECTION NOTES. 1. VEHICLE DETECTION TO BE ACCOMPLISHED BY MEANS OF ELECTRONIC RADAR DETECTION DEVICES TO BE PROVIDED COMPLETE WITH TRAFFIC SIGNAL SYSTEM, PER CONTRACT DOCUMENTS. THE CONTRACTOR SHALL PROVIDE ALL NECESSARY EOUIPMENT (INCLUDING DETECTION DEVICES, RADD CABLE, AND ASSOCIATED HARDWARE), MATERIALS AND INSTALLATION FOR A COMPLETELY FUNCTIONING TRAFFIC SIGNAL SYSTEM FOR EACH INTERSECTION. 2. 3. 4. LOCATIONS OF RADAR PRESENCE DETECTION DEVICES, AS DEPICTED, ARE GENERAL AND THE MANUFACTURER (WAVETRONIC REP) MAY MODIFY THE LOCATION TO PROVIDE THE MOST EFFECTIVE COVERAGE. CONTRACTOR SHALL COORDINATE TRAFFIC SIGNAL TIMINGS, RADAR DETECTION ZONES, PEDESTRIAN SIGNAL TIMINGS, AND ANY INSTALLATION QUESTIONS WITH CITY TRAFFIC SIGNAL CREWS. THE TRAFFIC SIGNAL CONTROLLER WILL BE PROGRAMMED BY CITY STREET DEPARTMENT CREWS AND WILL INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS. CONTRACTORS SHALL PROGRAM THE DETECTION ZONES OF EACH RADD. MANUFACTURERS' REPRESENTATIVE SHOULD BE ON SITE FOR EQUIPMENT START-UP. LEGEND EXIST. PULL BOX PROP. SIGNAL POLE PROP. SIGNAL HEAD PROP. PEDESTRIAN HEAD, PUSH BUTTON ASSEMBLY PROP. CONDUIT EXIST. UTILITY POLE RADAR PRESENCE DETECTION DEVICE PAN/TILT/ZOOM CAMERA PROP. PULL BOX CONDUIT RUN NUMBER SIGNAL HEAD SIGN NUMBER LUMINAIRE CONSULTANT'S SHEET No. FNI PROJECT: COR13155 0 U IA V1O W= �iV ;Y �s 2 CNV w5 N4. sc ,, ,p - alp I v oUm Zoo c v o x m�mai: ,wIII III z - c El_ 0 z 0 0 O N 0 z 0 CO 0 lY O LL. CO 0 F - z V) 0 J 0 z w 0 0 L,J z 0 Er 0 z 0_ z 0 I- Q N_ J z (/) SHEET1 52 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 SIGNAL POLE CHART POLE NUMBER A B C D E F MAST ARM LENGTH 28' 44' PED PED 44' PED FOUNDATION TYPE 36-A 42-A 24-A 24-A 42-A 24-A WITH LUMINAIRES YES YES C 3 YES 22 SIZE OF LENS 12" 12" 12" 12" 12" 12" SIGNALTYPE BB 5 BBCCC 1 E 2 2 A B BC 1 SIGNAL FACE NO. 9 10 1 2 3 4 5 6 7 8 11 12" LED SIGNAL INDICATIONS RR 2 R R DW DW DW 4-R R R DW Y Y Y YWWW SH 3 W 1 -- 4 -.YY TOTAL(EA) Y W G G G G 17 -- 1 E -FY G G -- 1 SPARE 1 7 99 SPARE 99 EG -- SPARE -- LED LAMP DETAILS POLE RED YELLOW GREEN RED ARROW YELLOW ARROW GREEN ARROW LED PED SIG LAMP A 2 2 2 EA 1 H3 1 B 2 2 2 H3 1 VIVDS RG59 COAXIAL (EA) 1 C 3 143C 22 1 06PED CALL 1 1 D 3 SH9,1004G 3 1 5 143C 1 E 2 2 2 1 2 1 4 F 7 H3 1 1 3 3 1 TOTAL 6 6 6 1 2 1 4 LED SIGNAL HEAD DETAILS - ITEM 682 SIG HEAD NO. SIG HEAD TYPE 12" SIG INDICATION BACK PLATE BACK PLATE VEH SIG SECTION PED SIG SECTION 3SEC 4SEC EA EA EA EA 1 H3 1 N0. 6 BARE (EA) 3 N0. 12 XHHW (EA) 2 H3 1 VIVDS RG59 COAXIAL (EA) 3 1 3 143C 22 1 06PED CALL 1 4 143C 3 SH9,1004G 3 1 5 143C SH11W 1 ORANGE 1 6 H4LT 1 1 4 3 7 H3 1 1 3 3 8 H3 1 SPARE 3 4 9 H3 1 1 3 SPARE 10 H3 1 SH 6 05 EY 3 5 11 143C SH 3 W 1 -- 1 TOTAL(EA) 6 1 22 4 GROUND BOX QUANTITIES ITEM 624 TYPED W/APRON I 6 MINIMUM PEDESTRIAN TIMING PHASE WALK FLASHING TOTAL ITEM 684 ITEM 6266 DONT WALK CONDUIT TYPE 06 7 15 22 04 7 15 22 Date: Sep 10, 2015 - 2'05pn User: bj File: Ni\if\Drawings \CV-OCN-SUM-TRAFFSIGNAL.dwg CONDUIT RUN SUMMARY RUN NO. ITEM 618 ITEM 620 ITEM 621 ITEM 684 ITEM 6266 ITEM 8257 CONDUIT TYPE ELECTRICAL CONDUCTORS ILLUMINATION SIGNAL CABLE (TY-A,14AWG) PTZ CAMERA RADD 2" PVC TRENCH (LF) 3" PVC TRENCH (LF) 4" PVC TRENCH (LF) N0. 6 BARE (EA) N0.6 XHHW (EA) N0. 12 XHHW (EA) TRAY CABLE 4 CNDR NO. 12 (EA) 7 CNDR CABLE (EA) 16 CNDR CABLE (EA) VIVDS RG59 COAXIAL (EA) RADD CABLE (EA) 1 22 SH9,1004R 22 1 06PED CALL 9 04PED CALL 3 3 SH9,1004G 3 2 SH5W 8 SH11W 1 ORANGE 3 1 SH4DW 1 SH7,802Y 1 3 34 34 SPARE 1 APS 3 1 1 1 SPARE 1 4 APS 18 APS 1 RED/BLACK SPARE 04 PED CALL 1 -- SH 6 05 EY -- 5 57 57 SH 3 W 1 -- 3 1 10 1 SPARE 1 6 -- 17 -- 1 BLUE/BLACK 3 1 -- 1 SPARE 1 7 99 SPARE 99 -- -- SPARE -- 13 RED/WHITE SPARE SPARE 8 -- 6 -- 1 GREEN/WHITE SPARE SPARE 1 -- SPARE -- 9 79 SPARE 79 1 -- SPARE -- 2 BLACK/RED SPARE SPARE 10 -- 9 -- 1 1 11 7 7 1 3 12 10 1 3 1 1 1 13 96 96 1 3 1 3 1 1 14 23 1 9 3 15 8 1 2 TOTAL(LF) 394 166 327 394 16 1830 478 1167 541 0 541 Note: This chart does not reflect the quantities of cable inside the poles. CABLE TERMINATION CHART CNDR. COLOR CABLE 1 FROM A TO CNTRL. 16 CNDR. CABLE 2 FROM B TO CNTRL. 16 CNDR. CABLE 3 FROM C TO CNTRL. 7 CNDR. CABLE 4 FROM D TO CNTRL. 7 CNDR. CABLE 5 FROM E TO CNTRL. 16 CNDR. CABLE 6 FROM F TO CNTRL. 7 CNDR. 1 BLACK P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON 2 WHITE S. COMMON S. COMMON SPARE SPARE S. COMMON SPARE 3 RED SH9,1004R SH1,206R 06PEDCALL 06PED CALL SH7,802R 04PED CALL 4 GREEN SH9,1004G SH1,206G SH4W SH5W SH7,802G SH11W 5 ORANGE SH9,1004Y SH1,206Y SH4DW SH5DW SH7,802Y SH11DW 6 BLUE SPARE SPARE APS APS SH 605 R APS 7 WHITE/BLACK SPARE SPARE APS APS SH 605 4-G APS 8 RED/BLACK SPARE 04 PED CALL -- -- SH 6 05 EY -- 9 GREEN/BLACK SPARE SH 3 W -- -- SH 6 05 E -FY -- 10 ORANGE/BLACK SPARE SH 3 DW -- -- SPARE -- 11 BLUE/BLACK SPARE APS -- -- SPARE -- 12 BLACK/WHITE SPARE APS -- -- SPARE -- 13 RED/WHITE SPARE SPARE -- -- SPARE -- 14 GREEN/WHITE SPARE SPARE -- -- SPARE -- 15 BLUE/WHITE SPARE SPARE -- -- SPARE -- 16 BLACK/RED SPARE SPARE -- -- SPARE -- 01 NOT USED 02 T\ /Tr - 1 \\// 1 I /\ I / \ I / \ I 05 06 COMPATIBILITY LINE 03 NOT USED 04 iy i--,—.-.\ /T I \\// 1 I /\ 1 / I // \ I NOT USED NOT USED 07 08 PHASE DIAGRAM MORGAN AVE. AT OCEAN DR. SCALE: N.T.S. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 m r REVISION NO. DESCRIPTION 03 0 REVISION NO. w�- 00 >o N 0 0 Z 0 m rx 0 Ct 0 0 Z W 03 U 0 0 Z (7 5 0 J i- 0 Z D Q c/) W U Z O 0 1< N LLj Q Q Z U Q (7) U • W Q SHEET1 53 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 POLE C EXISTING CONTROLLER TO BE REPLACED TO EXISTING ELECTRICAL SERVICE STA 47+07.48 (48.3' 1) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA. FOUNDATION, LUMINAIRE, RADD, AND PEDESTRIAN SIGNAL AND PUSH BUTTON T POLE E STA 47+89.48 (53.7' L) PROP. SIGNAL POLE W/ MAST ARM (28' LONG) ON NEW 36" DIA. FOUNDATION, RADD, AND PEDESTRIAN SIGNAL AND PUSH BUTTON OO.....A V AFPCcs - : A - --- 18"ST X01 POLE B STA 47+07.85 (46.7' R) PROP. PEDESTAL POLE W/ PEDESTRIAN SIGNAL AND PUSH BUTTON MIS fls'. 47+00 V 05� 02 -> SHORELINE BLVD. 1 - PROP. BASELINE POLE A 0 STA 47+47.08 (49.1' R) PROP. SIGNAL POLE W/ MAST ARM (40' LONG) ON NEW 36" DIA FOUNDATION, AND RADD, PEDESTRIAN _ -- -- SIGNAL AND PUSH BUTTON 08 POLE F STA 48+15.08 (47.9' R) PROP. SIGNAL POLE W/ MAST ARM (44' LONG) ON NEW 42" DIA. FOUNDATION. LUMINAIRE, AND RADD, PEDESTRIAN SIGNAL AND PUSH BUTTON. AND PTZ CAMERA BUFORD ST./ SHORELINE BLVD. SIGNALIZATION PLAN SCALE: O 20' 40' SCALE IN FEET HORIZONTAL PROPOSED STREET NAMES FOR ILSN STREET QUANTITY DESCRIPTION Shoreline = Buford 50O 0 Shoreline ;'z Buford soo 1 ILSN SIGN (8)S 1 ILSN SIGN (8)S 1 ILSN SIGN (8)5 1 ILSN SIGN (8)S Date: Sep 10, 2015 - a04pn User: bj File: NI: \if\ Drawings \CV-DCN-PL-SIGNAL(01).dwg S7 STOP HERE ON RED R10 -6R 24"x36" PROP. SIGNS TO BE INSTALLED ON SIGNAL POLES S1 LEFT TURN YIELD ON FLASHING R10-17 30"x36" NOTE: INSTALL "F -CAL -ANTI -GRAFFITI" PROTECTIVE FILM ON THE FRONT AND BACKSIDE OF EACH SIGN. S8 LEFT TURN YIELD ON GREEN • R10-12 30"x36" PROP. SIGNS TO BE INSTALLED ON MAST ARMS 0.6" A PROP. 12" (LED) LENS WITH BACKPLATE AND FLASHING YELLOW ARROW E PROP. 12" (LED) LENS WITH BACKPLATE AND FLASHING YELLOW ARROW 0©©0 DAMPER POLES C & F BUFORD 112 to 9.8" 46.4" 9.8" 66" BUFORD ST. DAMPER; No Border, White On Green; (BUFORD) E Mod; DAMPER POLES A & E SHORELINE 64.8" "1 0.6" 66" SHORELINE BLVD. DAMPER; No Border, White On Green; (SHORELINE) E Mod; B PROP. 12" (LED) LENS WITH BACKPLATE RIYIG 0000 000 NOTES; C PROP. COUNTDOWN PEDESTRIAN SIGNAL (LED) 0000 D PROP. 12" (LED) LENS WITH BACKPLATE R Y G 4D 1. THE INTENT OF THE PLANS AND SPECIFICATIONS IS TO PROVIDE FOR THE INSTALLATION OF A NEW SIGNAL AT THE INTERSECTION OF AYERS ST. AND OCEAN DR. INCLUDING ALL SIGNAL EQUIPMENT AND HARDWARE BOTH ABOVE AND BELOW GROUND. 2. ALL EXISTING UTILITIES WITHIN THE VICINITY OF THE SIGNAL POLE AND PEDESTRIAN POLE FOUNDATIONS SHALL BE LOCATED BY THE CONTRACTOR PRIOR TO INSTALLATION. 3. CONTRACTOR SHALL PROVIDE AND INSTALL ONE PHOTOCELL CONTACT RELAY. AND SERVICE SWITCH FOR ALL ILSNS. 4. CONTRACTOR SHALL REMOVE EXISTING SIGNAL POLES W/ MAST ARMS. SIGNALS AND SIGNAGE AND RETURN TO THE CITY OF CORPUS CHRISTI. 5. CONTRACTOR SHALL CUT ABANDONED EXISTING FOUNDATIONS 2' BELOW PROPOSED GRADE. REMOVE ABANDONED PULL BOXES AND BACKFILL, PROVIDE CONCRETE SURFACE TO MATCH ADJACENT. REMOVE ALL EXISTING WIRE FROM INSIDE ABANDONED CONDUIT. 6. WIND SPEED DESIGN FOR POLES AND FOUNDATIONS SHALL BE A MINIMUM OF 100 MPH. 7. THE CONTRACTOR IS TO COORDINATE THE ACTIVATION OF THE NEW TRAFFIC SIGNALS WITH TONY SAUNAS, STREET DEPT. TRAFFIC SIGNAL SUPERVISOR AT 361-826-1610 OR 361-816-7284 AND CITY'S TRAFFIC ENGINEER AT 361-826-3500. 8. CONTRACTOR IS RESPONSIBLE FOR TROUBLESHOOTING ANY OUTAGE PRIOR TO CONTACTING THE CITY OF CORPUS CHRISTI TRAFFIC SIGNAL DEPARTMENT. 9. INSTALL WIND DAMPERS ON ALL MAST ARMS. 10. ALL DAMPERS SHALL BE MOUNTED WITH STAINLESS STEEL ASTRO-SIGN-BRAC MOUNTINGS. 11. THE CONTRACTOR I5 RESPONSIBLE FOR COORDINATING WITH THE CITY'S M.I.S. DEPARTMENT AND KEEPING THE CITY'S FIBER OPTIC LINE IN SERVICE DURING CONSTRUCTION. CONTACT ROBERT ROBLES AT (361) 816-6334 FOR MIS FIBER OPTIC LINE LOCATE ASSISTANCE. 12. THE BOTTOM OF SIGNAL HEAD 19 IS TO BE MOUNTED ON POLE C 5' ABOVE MAST ARM CONNECTION. VEHICLE DETECTION NOTES' 1. VEHICLE DETECTION TO BE ACCOMPLISHED BY MEANS OF ELECTRONIC RADAR DETECTION DEVICES TO BE PROVIDED COMPLETE WITH TRAFFIC SIGNAL SYSTEM, PER CONTRACT DOCUMENTS. THE CONTRACTOR SHALL PROVIDE ALL NECESSARY EQUIPMENT (INCLUDING DETECTION DEVICES. RADD CABLE, AND ASSOCIATED HARDWARE), MATERIALS AND INSTALLATION FOR A COMPLETELY FUNCTIONING TRAFFIC SIGNAL SYSTEM FOR EACH INTERSECTION. 2. LOCATIONS OF RADAR PRESENCE DETECTION DEVICES, AS DEPICTED, ARE GENERAL AND THE MANUFACTURER (WAVETRONIC REP) MAY MODIFY THE LOCATION TO PROVIDE THE MOST EFFECTIVE COVERAGE. 3. CONTRACTOR SHALL COORDINATE TRAFFIC SIGNAL TIMINGS, RADAR DETECTION ZONES, PEDESTRIAN SIGNAL TIMINGS, AND ANY INSTALLATION QUESTIONS WITH CITY TRAFFIC SIGNAL CREWS. 4. THE TRAFFIC SIGNAL CONTROLLER WILL BE PROGRAMMED BY CITY STREET DEPARTMENT CREWS AND WILL INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS. CONTRACTORS SHALL PROGRAM THE DETECTION ZONES OF EACH RADD. MANUFACTURERS' REPRESENTATIVE SHOULD BE ON SITE FOR EQUIPMENT START-UP. LEGEND EXIST. PULL BOX PROP. SIGNAL POLE PROP. SIGNAL HEAD PROP. PEDESTRIAN HEAD. PUSH BUTTON ASSEMBLY PROP. CONDUIT EXIST. UTILITY POLE RADAR PRESENCE DETECTION DEVICE PAN/TILT/ZOOM CAMERA PROP. PULL BOX CONDUIT RUN NUMBER SIGNAL HEAD SIGN NUMBER LUMINAIRE 0 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 5 Lit 101O 'g WV �� g_ j V No N V) 1. �N IIL QNV 0,U Vq... PIN O I v ooZoo t e 0. ID -b d4 a O 0 0) E 0 0 0_ O a O 0 0 m E LO N czi to 0 o > N O Z Z > m wa 0' 0 0 Z 0 0 c= 0 W MD I N_ U J 0 cnZ 0 0 (/) 0 L7_ CO LOUISIA SHEET1 54 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT ® E12093 SIGNAL POLE CHART POLE NUMBER A B C D E F MAST ARM LENGTH 40' PED 44' PED 28' 44' FOUNDATION TYPE 36-B 24-A 42-A 24-A 36-B 42-A WITH LUMINAIRES NO 1 YES 3 NO YES SIZE OF LENS 12" 12" 12" 12" 12" 12" SIGNAL TYPE EBCDC 5 143C 1 E A BB 2 C DW C EBC F 3 A BB 1 CD 1 SIGNAL FACE NO. 15 16 17 18 1 2 3 4 5 19 6 7 8 9 10 11 12 13 14 12"LEDSIGNAL INDICATIONS R R DW R DW E -R R R DW R DW R R DW E -R R R DW R Y Y W Y W f -Y Y Y W Y W Y Y WYY 17 143C Y W Y E -FY G H3 G SPARE f -FY G G H3 G 1 G G TOTAL(EA) E -FY G G 6 G G 15 SPARE 1 EG 1 1 1 11 125 EG LED LAMP DETAILS POLE RED YELLOW GREEN RED ARROW YELLOW ARROW GREEN ARROW LED PED SIG LAMP A 3 3 3 EA 1 143C 1 B 7 1 2 H4LT 16 CNDR CABLE (EA) 1 1 C 3 3 3 1 2 1 1 D 1 1 3 2 5 143C 1 E 2 2 2 143C SH 6 DW SH7,808Y 1 F 3 3 3 1 2 1 1 TOTAL 11 11 11 2 5 2 6 LED SIGNAL HEAD DETAILS - ITEM 682 SIG HEAD NO. SIG HEAD TYPE 12" SIG INDICATION BACK PLATE BACK PLATE VEH SIG SECTION PED SIG SECTION 3SEC 4SEC EA EA EA EA 1 143C 22 06 7 1 2 H4LT 16 CNDR CABLE (EA) 1 4 1 3 H3 1 1 3 12 4 H3 1 1 3 2 5 143C SH 11,12,14 02 G 1 ORANGE 1 6 143C SH 6 DW SH7,808Y SH 11,12,14 02 Y 1 7 H3 1 1 3 9 8 H3 1 1 3 4 9 143C SH 1005 E -G 1 RED/BLACK 1 10 I14LT 1 1 4 5 11 H3 1 1 3 6 12 H3 1 SH 18 02 Y 3 6 13 143C 02 PED CALL 1 BLUE/BLACK 1 14 H3 1 APS 3 7 15 H4 -- 1 4 6 16 H3 1 SH 17 DW 3 8 17 143C APS 1 GREEN/WHITE 1 18 H3 1 SPARE 3 9 19 H3 1 1 3 3 TOTAL(EA) 10 3 42 6 GROUND BOX QUANTITIES ITEM 624 TYPED W/APRON I 6 MINIMUM PEDESTRIAN TIMING PHASE WALK FLASHING TOTAL ITEM 684 ITEM 6266 DON'T WALK CONDUIT TYPE 952 7 10 17 04 7 15 22 06 7 7 14 CONDUIT RUN SUMMARY RUN NO. ITEM 618 ITEM 620 ITEM 621 ITEM 684 ITEM 6266 ITEM 8257 CONDUIT TYPE ELECTRICAL CONDUCTORS ILLUMINATION SIGNAL CABLE (TY -A, 14 AWG) CAMERARADD P.B. COMMON 2" PVC TRENCH (LF) 3" PVC TRENCH (LF) 4" PVC TRENCH (LF) N0. 6 BARE (EA) N0.6 XHHW (EA) NO. 12 XHHW (EA) TRAY CABLE 4 CNDR NO. 12 (EA) 7 CNDR CABLE (EA) 16 CNDR CABLE (EA) VIVDS RG59 COAXIAL (EA) RADD CABLE (EA) 1 25 SH15,1604R 25 1 06 PED CALL 12 SH 11,12,14 02 R 2 4 1 4 2 SH 6W 4 SH 11,12,14 02 G 1 ORANGE SH15,1604Y SH 1 DW 1 SH 6 DW SH7,808Y SH 11,12,14 02 Y 3 12 12 APS 1 APS 9 1 1 3 1 1 4 APS 7 SH 1005 E -G 1 RED/BLACK 3 1 SH 2 01 E -Y 1 1 1 5 93 SH 18 02 G 93 1 -- 6 1 1 2 SH 18 02 Y 2 6 -- 21 02 PED CALL 1 BLUE/BLACK 02 PED CALL -- 1 -- APS SH 13 W 7 9 9 -- 1 -- 6 1 13 2 SH 17 DW 2 8 -- 10 APS 1 GREEN/WHITE 3 -- SPARE 1 SPARE 1 9 85 APS 85 1 -- 3 1 16 1 SPARE 1 10 -- 15 SPARE 1 3 1 1 1 11 125 125 12 11 1 3 1 1 13 58 58 1 3 1 1 14 21 1 12 2 15 5 1 2 TOTAL(LF) 407 89 412 376 10 1830 263 180 526 44 502 Note: This chart does not reflect the quantities of cable inside the poles. CABLE TERMINATION CHART CNDR. COLOR CABLE 1 FROM A TO CNTRL. 16 CNDR. CABLE 2 FROM B TO CNTRL. 7 CNDR. CABLE 3 FROM C TO CNTRL 16 CN DR. CABLE 4 FROM D TO CNTRL. 7 CNDR. CABLE 5 FROM E TO CNTRL. 16 CNDR. CABLE 6 FROM F TO CNTRL 16 CNDR. 1 BLACK P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON 2 WHITE 5. COMMON SPARE S. COMMON SPARE S. COMMON S. COMMON 3 RED SH15,1604R 04 PED CALL SH 3,4,1906R 06 PED CALL SH 7,808R SH 11,12,14 02 R 4 GREEN SH15,1604G SH 1W SH3,4,1906G SH 6W SH 7,808G SH 11,12,14 02 G 5 ORANGE SH15,1604Y SH 1 DW SH3,4,1906Y SH 6 DW SH7,808Y SH 11,12,14 02 Y 6 BLUE SH1504E-FY APS SH2O1E-R APS SPARE SH1005E-R 7 WHITE/BLACK SPARE APS SH 201 E -G APS SPARE SH 1005 E -G 8 RED/BLACK SH 18 02 R -- SH 2 01 E -Y -- 06 PED CALL SH 10 05 E -Y 9 GREEN/BLACK SH 18 02 G -- SH 2 O1 E -FY -- SH 9 W SH 10 05 EFY 10 ORANGE/BLACK SH 18 02 Y -- 04 PED CALL -- SH 9 DW 02 PED CALL 11 BLUE/BLACK 02 PED CALL -- SH 5 W -- APS SH 13 W 12 BLACK/WHITE SH 17 W -- SH 5 DW -- APS SH 13 DW 13 RED/WHITE SH 17 DW -- SPARE -- SPARE APS 14 GREEN/WHITE APS -- SPARE -- SPARE APS 15 BLUE/WHITE APS -- SPARE -- SPARE SPARE 16 BLACK/RED SPARE -- SPARE -- SPARE SPARE 01 02 T\ /T I \\// I I /\ I I // \ \ I 05 06 COMPATIBILITY LINE 03 04 NOT USED NOT USED 07 08 PHASE DIAGRAM BUFORD ST. AT SHORELINE BLVD. SCALE: N.T.S. DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 0 uJ 0 REVISION NO. DESCRIPTION 0 REVISION NO. 0 0 c r mom E 8 c m n o o � 111 O m a m'04- •- 5 0 >o O (NI 0 Z 0 W E o ct0 Z D W CO U 0 LOUISIANA TO >- > < m W � Z J W Z IX 0 0 H 2 N N_ IJ Q z (/) 0 0 OLL LL < 03 I— SHEET155 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT f E12093 Dote: Sep 10, 2015 - 205pn User: bj File: NAiF\Drawings \CV-OCN-SUM-TRAFFSIGNAL.dwg CONSULTANT'S SHEET No. FNI PROJECT: COR13155 FOUNDATION DESIGN TABLE NOTES: DESCRIPTION REINFORCING EMBEDDED DRI LE SH FT ANCHOR BOLT DESIGN FOUNDATION ()Anchor bolt design develops the FOUNDATION SUMMARY TABLE •\ cE %%%%%%%%%%%, FDN DRILLED STEEL LENGTH ft t4 55 ,�6 1Q DESIGN foundation capacity given under 6 "a� >,3--- TYPE SHAFT TEXAS CONE PENETROMETER ANCHORAVG. Fy BOLT LOAD 0 TYPICAL APPLICATION Foundation Design Loads. LOCATIONNO. N FDN(FEET) DRILLED SHAFT LENGTH ••• = }P,•• & DIA VERT SPIRAL blowslft BOLT CIR ANCHOR MOMENT SHEAR BLOW �: d: g` ��; �. BARS & PITCH 10 15 40 DIA (ksi) DIA TYPE K -ft Kips ()Foundation Design Loads are the IDENTIFICATION /ft. TYPE EA 24-A 30-A 36-A 36-8 42-A �4:1b ?Q ia 1 o a W. 24-A 24" 4-#5 #2 at 12" 5.7 5.3 4.5 Y4" 36 12 �'4" 1 10 i Pedestal pole, pedestal mounted allowable moments and shears at the base of the structure. AYERS C.A. ; $2 °I i5 .. R ;y=am .13 30-A 30" 8-#9 #3 at 6" 11.3 10.3 8.0 1 %z" 55 17" 2 87 3 controller. Most orm assembly. (see Selection Table) 03 Foundations may be listed separately A - SE (36-A 1 15 r •., h;.1,"0>; f Elf! arm assembly. (see Selection Toble) or grouped according to similarity B - SW 42-A 1 20 LL� 36 A 36" 10-#9 #3 of 6" 13.2 12.0 9.4 1Mast Y4" 55 19" 2 131 5 30' strain pole with or without luminaire. of location and type. Quantities are for the Contractor's information C.D. - NW PED 24-A 2 6 Mast arm assembly. (see Selection Table) only. E - NE PED -A 1 6 X24 36-8 36" 12-#9 #3 at 6" 15.2 13.6 10.4 2" 55 21" 2 190 7 Strain pole taller than 30' & strain pole with mast arm ®Field Penetrometer readings at a depth of approximately 3 to 5 feet may be F - NE 36-8 1 20 42-A 42" 14- # 9 # 3 at 6" 17.4 15.6 11.9 2 /4" 55 23" 2 271 9 Mast arm assembly (see Selection Table) used to adjust shaft lengths. ELIZABETH i ()If rock is encountered, the Drilled A - SE36-8 1 20 W J Shaft shall extend a minimum of two 8 - SW �42-A 1 20 r' C •,0 diameters into solid rock. C- SW PED 24-A 1 6 iii "' y F FOUNDATION SELECTION TABLE FOR STANDARD MAST ©Decimal lengths in Design Table are Traffic Signal Pole D - NW 06-A 1 15 W= o V a._ v ARM PLUS ILSN SUPPORT ASSEMBLIES (f t) to allow interpolation for other -E NW PED 24-A 6 >* ' , 2 Z FDN 30 A FDN 36 A FDN 36 B FDN 42 A o penetrometer values. Round to nearest foot for entry into Summary Table. F - NE 42-A 1 20 m c -c In o MAX SINGLE ARM LENGTH 32' 48' G- NE PED 24-A 1 8 m .Q, N - L 3 80 MPH DESIGt WIND SPEED 24' X 24' t ': \/ ° \/kCC ANCHOR BOLT & TEMPLATE SIZES MORGAN li S o n? tiu� 28' X 28' : - . BOLT O7 BOLT TOP BOTTOM BOLT A - SE 36-A 1 20 t6.og MAXIMUM DOUBLE ARM 32' X 28' 32' X 32' act °t.• DIA IN. LENGTH THREAD THREAD CIRCLE R2 R1 B - SW 42-A 1 25 a 0 o om r a m nav LENGTH COMBINATIONS 36' X 36' • • J ,,..:�. s•.. �4" 1'-6" 3" 12 34" 7 8 .. 5 %" C - SW PED 24-A 1 8 40' X 36' 0'- . :•" ° 1/2" D - NW PED 24-A 1 :+ 1 3' -4" 6" 4" 17" 10" 7" 8 44' X 28' 44' X 36' 0 1 3'4" 3'-10" 7" 4 /2" 19" 11 /4" 7 y4" E - NE 42-A 1 25 z Z MAX SINGLE ARM LENGTH 36' 44' ° : ,,° � z,. 4' _3.. 8, 5" 21 " i 12 /2" 1 8 /z" F - SE PED X24 -A 1 8 o I= m '-'0 ti) L.41 24' X 24' - - :1 s i:i 2/4u 4 _9., 9.. 5/z 23" 134 I 9 /4 BUFORD H N E O w w 28' X 28' L �.�_ °•, .• ► A - SE 36-B 1 20 a x v' MAXIMUM DOUBLE ARM LENGTH COMBINATIONS 32' X 24' 32' X 32' :�y� ' 7Q Min dimensions given, longer bolts are acceptable. B - SE PED 1 24-A 1 8 o U OLP m z 36' X 36' Use average N value over C - SW 42-A 1 25 Il 0 3 40' x24' 40' X 36' the top third of the Conduit D - SW PED 24-A 1 8 O -- 44' x 36' embedded shaft. Ignore the top i' of soil. E - NW 36-B 1 15 (n a `r Steel Template ` j � n�/ F NE 1 I�� Q EXAMPLE: 1•For Oomph design wind speed, foundation with holes %fi" greater I�� than bolt diameter ��,/���a - 42-A 25 ) I�I " 30-A to 32' Span Wires �� ;P FLASHING BEACON 24-A 4 8 U " can support up a arm with another arm up to 28' , �I Luminaire TOTAL DRILLED SHAFT LENGTHS 110 50 75 160 o U 2. For lOOmph design ' Arm (optional) boots to — °� Spiral DESCRIPTION y_ c N I/4 " thk. min. Circular Steel Top Template o ~ wind speed, foundation 36 A can support o single 36' mast arm. _ Heavy Hex a a c o Nut (Typ) m � 2 flat Washersencasement. F 1i per Anchor Bolt Z r Sway ,•,.: y Cable— `i Beboracage, locations using *3 bar or *6 copper%.,•5145, jumper. Mechanical. Anchor bolts to bew�"�r a connectors shall be UL mately oriented that two bolts are in Listed for concrete so that tension from the Span `j ��� GENERAL NOTES: Vertical Bars Design conforms to 1994 AASHTO Standard Specifications for Structural Supports for Bolt Circle Highway Signs, Luminaires and Traffic Diameter Signals and interim revisions thereto. Reinforcing steel shall conform to Item 440, O E >' a a p Anchor Bolt Length (See Table) Ivanize Length Top Thread , '!' 'sin r ! � mil—~ + J Wire loads. TOP VIEW "Reinforcing Steel". Concrete shall be Class "C". 'IVE (BOND 2012) FANDARD DETAILS MI Threads for thread bolts and rues shall be" d TYPICAL STRAIN POLE bolt shank shall ' rolled or cut threads of BUN series up to 2" in diameter or UNC series for all sizes. Bolts 1 ASSEMBLY — V; \ project above concrete ow L and nuts shall hove Class 2A and 28 fit tolerances. a a _ //, i c Galvanized nuts shall be tapped after galvanizing. Anchor bolts that in Type iIL L g. °..,•, -Circular Steel NLL' c. - are larger than 1" diameter c shall conform to "alloy steel" or "medium -strength s H + Type 2 nOth _ A' �e -•_._0" FIXe d Arm Template (Temporary) y o L 0 m mild steel" per Item 449, "Anchor Bolts". Anchor L bolts that are 1" in diameter or less shall conform MGplusn6Zeforman'ma d tboltshe > m m R_• m° C1 p r --Thickness = Len II, Conduit (See Layout••• 4, N; threadto „ lengthp chorof pun�less _� " '■' d/4 (inch) min. Sheets for diameter. Orient as directed by illiMI■. `` ' a otherwise noted. Exposed washers and exposed nuts ILSN Engineer, ���i„� shall be galvanized. All galvanizing shall be in w Et v in 1! !' Supportingthe Arm luminaire 1 or 2 required) 1—j accordance with Item 445, "Galvanizing". g (21 Ct (o (tonal) p 0c 1ii;I1hu1 ■ Anchor L } Templates and embedded nuts need not be galvanized.Arm Lubricate tighten O z �2 Sides Circular Steel Bottom Template (Typ) t __� I, r ����'1f Bolt and anchor bolts when erecting the structure in accordance with Item 449, "Anchor Bolts". d Li Q P O_ (Omit bottom template for FDN 24-A) ° Vertical Bars (See Design iable for size f�, ■ r ■ ' ''�� -Circular Steel J 0Ammari- _ 0 OCE, LOUISIANA TO B XDOT SIGNALIZAT HOOKED ANCHOR NUT ANCHOR y _ a & number) . iiiimii ■ Temp I ate } 0 T Texas Department of Transportation Traffic Operations Divlslon In w (TYPE 1) (TYPE -'111111111111r ism o 2) ANCHOR BOLT ASSEMBLY T— ® 1 + Spiral, 3 flat turns :, } an TRAFFIC SIGNAL inch on original f not one inch on adjust scale. Bar is one co �I J top & 1 flat Dern bottom. ( See Design Table for size & pitch)`` I..ii ��, �; o + w N POLE FOUNDATION + M;� Drilled •o TS -FD -12 Cil ®Orient anchor bolts orthogonal Vertical bars may rest —' Shaft Dia ' on bottom of drilled hole drawing. I this sheet, I H with the fixed arm direction to ensure that two bolts in TYPICAL MAST ARM if material is firm enough ELEVATION ------ ©moor August 1995 ON: < IC JSY FW: 0Ott F IC UJSY,TEB ore tension under dead load. to do so when BE°'SIGNS i v CONT iSECT JOB HIGHMAY SHEET 156 of 190 ASSEMBLY concrete is placed. FOUNDATION DETAILS 1-92 0 COUNTY SHEET N0. RECORD DRAN7NC N0. 128, N STR-883 t E. >o CITY PROJECT 1 E12093 • DESCRIPTION 1 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 `OF ‘.?.4 %.•hSN D. BARRY h••i % gEA114177 t: 4�I�.aNAL '7m+ ' 9 Freese and NkK s,o. Texas Registered Engineering Firm F-2144 Arm ROUND POLES POLYGONAL POLES Length DB D19 D24 Dao Othk DB D19 024 D30 10thk )ounTypeatdion SHIPPING PARTS LIST ft. in. in. in. in. in. in. in. in. in. in. Ship each pole with the following attached: enlarged hand hole, pole cap, fixed-arm 20 12.0 9.3 8.67.8 .239 12.5 9.5 8.7 7.8 .239 36-A connection bolts and washers and any additional hardware listed in the table. 24 12.0 9.3 8.6 7.8 .239 13.0 10.0 9.2 8.3 .239 36-A 30' Poles With Luminaire 24' Poles With ILSN 19' Poles With No 28 12.0 9.3 8.6 7.8 .239 13.5 10.5 9.7 8.8 .239 36-A Naninol Above hardware plus: One Luminaire and No ILSN 32 13.0 10.3 9.6 8.8 .239 14.0 11.0 10.2 9.3 .239 36-A Arm Length (or two if ILSN attached) Above hardware one small 36 13.5 10.8 10.1 9.3 .239 15.0 12.0 11.2 10.3 .239 36-A small hand hole, clamp-on plus hand hole See note above 40 14.0 11.3 10.6 9.8 16.0 13.0 simplex .239 12.2 11.3 .239 36-B ft Designation Quantity Designation Quantity Designation Quantity 44 14.5 11.8 11.1 10.3 .239 16.5 13.5 12.7 11.8 .239 36-B 20 20L-100 20S-100 r-� NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 24 24L-100 24S-100 20-100 24-100 Arm ROUND ARMS POLYGONAL ARMS 28 28L-100 3 28S-100 1 28-100 Length Lt 0, D2 tO thk L, DI Q D2 01 thk 32 32L-100 32S-100 32-100 ft. ft. in. in. in. Rise ft. in. in. in. Rise 36 36L-100 1 365-100 36-100 20 19.1 8.0 5.3 .179 1'-8" 19.1 8.0 3.5 .179 l'-7" 40 40L-100 40S-100 40-100 2 24 23.1 9.0 5.8 .179 1'-9" 23.1 9.0 3.5 .179 1'-8" 44 44L-100 7 445-100 44-100 28 27.1 9.5 5.7 .179 1'-10" 27.1 10.0 3.5 .179 1'-9" m 32 31.0 9.5 5.2 .239 1'-11" 31.0 9.5 3.5 .239 1'-10" 36 35.0 10.0 5.1 .239 2'-0" 35.0 10.0 3.5 .239 l'-11" Traffic Signal Arms (1 per pole) Ship each arm with the listed equipment attached 40 39.0 10.5 5.1 .239 2'-3" 39.0 11.0 3.5 .239 2'-1" Type I Arm (1 Signal) Type =Arm (2 Signals) Type Ill Arm (3 Signals) 44 43.0 11.0 5. 1 .239 2'-8" 43.0 1 1. 5 4.0 .239 2'-3" Nominal a 0 DB = Pole Base O.D. D2 = Arm End O.D. D19 = Pole Top 0.D. with no Luminaire LI = Shaft Length ILSN Arm Length 1 CGB connector 1 Bracket and 2 CGB Assembly Connectors 2 Bracket Assemblies and 3 CGB Connectors and no L = Nominal Arm Length D24= Pole Top 0.D. with ILSNQuantity ft Designation Designation Quantity Designation Quantity z 0 o I CITY of CORPUS CHRISTI TEXAS Department of Capital Programs w/out Luminaire 030= Pole Top 0.D. with Luminaire 20 201-100 Di = Arm Base 0.D. 24 24I-100 2411-100 ()Thickness shown are minimums, thicker materials may be used. 28 281-100 2811-100 4Pt 0 D2 may be increased by up to 1" for 32 3211-100 32111-100 DESCRIPTION polygonal arms. 36 3611-100 36111-100 1 40 40111-100 2 Nominal Arm Length - L 44111-100 7 See "Tenon Detail" 44 -- / See "Slip Joint Detail" 90// i D1 I m Luminaire Arms (1 per 30' pole) ( - - Cr Op - - ' - A- Nominal Arm Length Quantity -- _---_-.-` -_ LI i 8' Arm 11 Note: The arm shall be fabricated straight with Mast arm connection- the unloaded rise measured as shown. See Sheet "MA-C" ILSN Arm (Max. 2 per pole) Ship with clamps, bolts and washers TRAFFIC SIGNAL ARM Nominal Arm Length Quantity ,--Luminaire (Fixed Mount) See Arm - Sheet "Lum-A" 7' Arm 9' Arm 5 --See Sheet"MA-D" -Detail A OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TXDOT SIGNALIZATION STANDARD DETAILS D30 Anchor Bolt Assemblies (1 per pole) ILSN Arm Connection- '• See Sheet Anchor Bolt Anchor Bolt Each anchor bolt assembly consists of the following: Top and Bottom templates, 4 anchor bolts, 8 nuts, See Sheet "MA-C(ILSN)" - _��(8') Nom Arm Lgth MA D' L Diameter Length Quantity8 flat washers, and 4 nut anchor devices (Type 2) Nominal Arm Length L Detail / - - l 1 /2" 3'-4" per Standard Drawing "TS FD". } m ...L./ A A See Sheet ��- �- B or C T. = 1 3,4„ 3,-10" 3 Templates be Bracket "SNS" a may removed for shipment. 3.4. Bracket 3...o. 3'-0" c - 2" 4'-3" 4 -- .. Assembly �- Assembly El Paso St c 2 Y4" 4'-9" 7 - _ •!O! SMO. OGG - -- - - z .o lip- 0• v 03 Threaded Coupling for 1 � - ca = o a 0 SHEET 1 OF 2 I REVISION NO. 1 - 0 CGB Connector Traffic Signal Arm c See "ARM COUPLING DETAILS" See Sheet "MA D" 1 Detail D,E F .E z m Z Texas Department of Transportation is 7 Q, Sheet 2 of 2 or 3 1 z o °T‘) , Traffic Operations Division o ii TABLE OF DIMENSIONS "A" o i., M T R A F F IC SIGNAL o Arm Length 24' 28' 32' 36' 40' 44' 48' ! -CO o N SUPPORT STRUCTURES VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. w Arm Type 11 10' 11' 12' 13' 1 - z IiIwArm Type EtI 10' 11' 12' 1z' 12' I� • SINGLE MAST ARM ASSEMBLY o ill I Sl Crown of Road See OSheet/,(\ , OB,' 9) �� ( (100 MPH WIND ZONE) vv���w,,?,��;�, v \��%h�/.>,y' Uri U�l'� I�, /vvY/�, r � \T ,\N„K\ \'�\Y";\awn"\\S',/"\\y, ,/./A'C`T\ v\ SMA -100 ( -1 2 % \` -low ©T',SCT August 1995 jCN: ss 7a: Jss rows N4F ICK. JSY SHEET157 of 190 Foundation ''\ A' ".''�' PF."fS:ONS CONT S1C5 18 HIGHWAY STRUCTURE ASSEMBLY See Sheet � TS FD" 11. 0155 ccu."r. 5OEES No. RECORD DRAWING Na STR-883 123AI CITY PROJECT / E12093 • CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 179" is permissible for thickness+ Tip Section 6' -0" (Min) -11'-0" (Max) _�4 9 t VIBRATION WARNING Mast Arms of SMA and DMA structures and clamp -on Arms of LMA structures of approximately 40 ft or longer are subject to harmonic vertical vibrations in light wind conditions due to the aeroelastic characteristics of a few of the myriads of possible combinations of the following: signal numbers, ,- M i n Lap 2 " Sch weights and positions; existence/solidi t of backplates; ates; y p presence of additional attachments to the ; equals 1.5 7--40 pipe arm, such as signs and cameras; arm -wind orientation; and arm -pole stiffness. times female o -""��� ��}' i i� w° • ire 3 it1••.• R yb33ti�;1 ^ % ^ _; d Wozi _,r°% y_t g` i2 272 / I.D. End Plate %" thick min Such vibrations may cause fatigue damage to the structure and may lead to galloping in moderate / 6" shape to match arm wind conditions which may further damage the structure and alarm the public. Tests have indicated 6 w 1�%%er sP9.r ,1h""� �` 4� I: tl" (� that when wind is blowing toward the back side of signal heads having un -vented bookplates attached - Arm the probability of unacceptable harmonic vibration and/or galloping is rather high. 0 -1-- Note: A slip joint Is q — M — If backplates are not required for improved visibility they should not be applied to the signal F - a' Dia holes and permissible for arms 1- % Dia gale A307 bolt. L 40' and greater in Tack weld nut to thread length. The slip joint projection after makingMA-3 shall be made in the joint. Repair damaged shop, but may be match galvanizing in accordance marked and shipped disassembled. with Item 445, "Galvanizing". i� __ ------- �3� heads or, if they must be applied, they should be vented as a first and inexpensive measure to mitigate vibrations. The traffic signal mast arms shall be visually inspected in 5 to 20 mph wind conditions after installation of signal heads and any attachments, including any required backpates. If vertical movements with a total excursion (maximum upward excursion to maximum downward excursion) of more than approximately 8" are observed at the arm tip, a damping plate shall be fitted to the arm. See "Damping Plate Mounting Details" on standard sheet, MA -DPD -10. rjI FIIIICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 SLIP JOINT DETAIL TENON DETAIL This visual inspection shall be repeated after each modification of the structure that could affect its aeroelastic response. Excessive vibrations shall not be to for allowed continue more than two days. m W a 0 GENERAL NOTES: Design conforms to 1994 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals and Interim Specifications thereto. Design Wind Speed equals 100 mph d Z z plus a 1.3 gust factor. Stainless steel bands (or Cables) Poles are designed to support one 8'-0" luminaire arm, one 9'-0" and cast bracket as in "Astro-Brac", internally lighted street name sign and one traffic signal arm with a "Sky Bracket" or "Easy Bracket" with length as tabulated. The specified luminaire load applied at the end 1 %p" Dia Threaded Coupling. of the luminaire arm equals 60 lbs vertical dead load plus the horizontal wind load on an effective projected area of 1.6 sq ft. The specified internally lighted street name sign load applied 4.5 ft from BRACKET ASSEMBLY the centerline of the pole equals 85 lbs vertical dead load plus DESCRIPTION DRPUS CH _XAS f Capital Pro( horizontal wind load on an effective projected area of 11.5 sq ft. The specified signal load applied at the end of the traffic signal arm equals 180 lbs vertical dead load plus the horizontal wind load on an effective projected area of 32.4 sq ft (actual area times drag coefficient). See Standard Sheet "MA -D" for pole details, "MA -C" for traffic signal arm connection details, "MA -C (ILSN)" for internally lighted street name sign arm connection details, "LUM-A" for luminaire arm and connection details, "SNS" for internally lighted street name sign details, and "TS -FD" for anchor bolt and foundation details. See "MA -C" for material specifications. Fabrication shall be in accordance with Item 686, "Traffic Signal Pole Assemblies (Steel)" and with the details, dimensions, and weld procedures shown herein. Weld references call for preapproved weld Second longitudinal procedures which the Fabricator must obtain prior to fabrication. Seam Weld is Materials, fabrication tolerances, and shipping practices shall meet the requirements of this sheet and Item 686, "Traffic Signal Pole permitted for MA -1 Assemblies DRIVE ORD (BOND 2012) N STANDARD DETAILS polygonal arms if (Steel)". D1 exceeds 10"--- Unless otherwise be in �� `� wi. / ', -f- noted, all parts shall galvanized N accordance with Item 445, "Galvanizing", after fabrication. Deviation from the details and dimensions shown herein require submission of shop drawings in accordance with 90° _,, 1/Item 441, "Steel Structures". Alternate designs are not acceptable. i��/ ° �..,.. MI MA -2 u __ MA -1 / i, SHEET 2 OF 2 0 MA 1 / 1%Z" Dia /4 O0 MA 2 0 , OCEAN LOUISIANA TO BUF TXDOT SIGNALIZATIO Longitudinal Seam Weld must be �/a CouplingThreaed oriented within the lower 90° of the signal arm. Texas Department of Transportation Traffic Operations Dlv/slon TRAFFIC SIGNALz SUPPORT STRUCTURES d Z o ARM WELD DETAIL ARM COUPLING DETAILS Bar Is one Inch on original drawing. If not one inch on this sheet, adjust scale. (:)60% Min. penetration tration within 100%�ircunferential 6'of c base welds. SINGLE MAST ARM ASSEMBLY (1 00 MPH WIND ZONE) SMA -100 (2) -12 "TxDOT August 1995 ON: 6'f: JSY FW: MAL IMO JSY REv7SION$ (OBIT SECT JOB HIGHWAY I 5-96 1-12 GIST COUNTY SHEET N0. SHEET 158 of 1 90 12381-1 1 RECORD DRAWING NO. VERIFY SCA 0 STR-883 CITY PROJECT / E12093 of this standard to other formots or for incorrect results or oonloges resulting from its use. -J J GENERAL NOTES FOR ALL ELECTRICAL WORK 1. The location of all conduits, junction boxes, ground boxes, and electrical services is diagrammatic and moy be shifted to accommodate field conditions. 2. Provide new and unused materials. Ensure thot oil moteriols and installations comply with the applicoble articles of the Notional Electrical Code (NEC), TxDOT standards and specifications, National Electrical Manufacturers Association (NEMA), and are listed by Underwriters Laboratories (UL) or o Nationally Recognized Testing Lab (NRTL). NRTLs such as Canadian Standard Association (CSA), Intertek Testing Services NA Inc., or FM Approvols LLC can be considered equivalent to UL. Where reference is mode to NEMA listed devices, International Electrotechnicol Commission (IEC) listed devices will not be considered on acceptable equal to a NEMA listed device. Acceptable devices moy hove both a NEMA and IEC listing. Faulty fobrication or poor workmanship in any material, equipment, or installation is justification for rejection. Replace or reinstall rejected moterial or equipment 0+ no additional cost to the Deportment. 3. Miscellaneous nuts, bolts and hardware, except for high strength bolts, may be stainless steel when pions specify galvanized, provided the bolt size is Vi in. or less in diameter. 4. Provide the following test equipment as required by the Engineer to confirm compliance with the contract and the NEC: voltmeter, ammeter, megohm meter (1000 volt DC), ground resistance tester, torque wrenches, and torque screwdrivers. Ensure all equipment hos been properly calibrated within the lost yeor. Provide calibration certification to the Engineer upon request. Operate test equipment during inspection os requested by the Engineer. 5. Instoll grounding os shown on the plans and in accordance with the NEC. Ensure all metallic conduits; metal poles; luminaires; and metal enclosures are bonded to the equipment grounding conductor. Provide stronded bare copper or green insulated grounding conductors. Ground rods, connectors, and bonding jumpers ore subsidiary to the various bid items. 6. When required by the Engineer, notify the Deportment in writing of materials from the Material Producers List (MPL) intended for use on each project. Prequolified materials ore listed on the MPL on TxDOT's website under "Roodwoy Illumination and Electrical Supplies." No substitutions will be allowed for materials on this list. CONDUIT A. MATERIALS 1. Provide conduit, junction boxes, fittings, and hardware as per TxDOT Departmental Material Specification (DMS) 11030 "Conduit" and Item 618 "Conduit" of TxDOT's "Standard Specifications For Construction And Maintenance Of Highways, Streets, And Bridges," latest edition. Provide conduits listed under Item 618 on the MPL under "Roadway Illuninotion and Electrical Supplies." Provide conduit types according to the descriptive code or os shown on the plans. Do not substitute other types of conduits for those shown. Provide liquidtight flexible metal conduit (LFMC) when flexible conduit is called for on golvonized steel rigid metallic conduit (RMC) systems. Provide liquidtight flexible nonmetallic conduit (LFNC) when flexible conduit is coiled for on polyvinyl chloride (PVC) systems. 2. Provide galvanized steel RMC for all exposed conduits, unless otherwise shown on the plans. Properly bond all metal conduits. 3. Unless otherwise shown on the pions, provide junction boxes with a minimum size os shown in the following table, which applies to the greatest number of conductors entering the box through one conduit with no more than four conduits per box. When a mixture of conductor sizes is present, count the conductors as if all ore of the larger size. For situations not applicable to the table, size junction boxes in accordance with NEC. AWG 3 CONDUCTORS 5 CONDUCTORS 7 CONDUCTORS at ! 10" x 10" x 4" 12" x 12" x 4" 16" x 16" x 4" tt2 8"x 8" x 4" 10" x 10" x 4" 12" x 12" x 4" tt4 8" x 8" x 4" 10" x 10" x 4" 10" x 10" x 4" a6 8"x 8"x4" 8"x8"x4" 10" x 10" x 4" *8 1 8"x8"x4" 8"x8"x4" 8"x8"x4" 4. Junction boxes with an internal volume of less than 100 cu. in. and supported by entering rocewoys must hove threaded entries or hubs identified for the intended purpose and supported by connection of two or more rigid metal conduits. Secure conduit within 3 ft. of the enclosure or within 18 in. of the enclosure if all conduit entries ore on the some side. Mechanically secure all junction boxes with on internol volume greater than 100 cu. inches. 5. Provide hot dipped galvanized cost iron or sand cost aluminum outlet boxes for junction boxes containing only 10 AWG or 12 AWG conductors. Do not use die cost aluminum boxes. Size outlet boxes according to the NEC. 6. Do not use intermediate metal conduit (IMC) or electrical metallic tubing (EMT) unless specificolly required by the plan sheets. When EMT is called for, provide junction boxes mode from galvanized steel sheeting, listed and approved for outdoor use, unless otherwise noted on the plans. Size all galvanized steel junction boxes in accordance with the NEC. Provide junction boxes for IMC conduit systems that meet the same requirements for junction boxes used with RMC systems. 7.. Provide PVC junction boxes intended for outdoor use on PVC conduit systems, unless otherwise noted on the plans. 8. Provide PVC elbows in PVC conduit systems, unless otherwise shown on the peons. Use only o flot, high tensile :strength polyester fiber pull tope for pulling conductors through the PVC conduit system. When galvanized steel RMC elbows are specifically called for in the plans and any portion of the RMC elbow is buried less than 18 in., ground the RMC elbow by means of a grounding bushing on a rigid metal extension. Grounding of the rigid metal elbow is not required if the entire RMC elbow is encased in a minimum of 2 in. of concrete. PVC extensions ore allowed on these concrete encased rigid metal elbows. RMC or PVC elbows ore subsidiary to vorious bid items. 9. When required, provide High -Density Polyethylene (HOPE) conduit with factory installed internal conductors according to Item 622 "Duct Cable." At the Contractor's request and with approval by the Engineer, substitute HDPE conduit with no conductors for bored schedule 40 or schedule 80 PVC conduit bid under Item 618. Ensure bored HOPE substituted for PVC is schedule 40 and of the some size PVC called for in the plans. Ensure the substituted HDPE meets the requiremen+s of Item 622, except that the conduit is supplied without factory -installed conductors. Make the transition of the HDPE conduit to PVC (or RMC elbow when required) at the bore pit. Provide conduit of the size and schedule os shown on the plans. Do not extend substituted conduit into ground boxes or foundations. Provide PVC or galvanized steel RMC elbows as tolled for at all ground boxes and foundations. 10. Use two -hole strops when supporting 2 in. and larger conduits. On electrical service poles, properly sized stainless steel or hot dipped galvanized one -hole standoff strops ore allowed on the service riser conduit. B. CONSTRUCTION METHODS 1. Provide and install expansion joint conduit fittings on all structure -mounted conduits Ot the structure's expansion joints to allow for movement of the conduit. In addition, provide and install expansion joint fittings on 011 continuous runs of galvanized steel RMC conduit externally exposed on structures such Os bridges dt maximum intervals of 150 ft. When requested by the project Engineer, supply monufocturer's specification sheet for expansion joint conduit fittings. Repoir or replace expansion joint fittings that do not allow for movement at no additional cost to the Department. Provide the method of determining the amount of expansion to the Engineer upon request. Do not use LFMC or LFNC 08 a substitute for the required expansion conduit fittings. 2. Space all conduit supports at maximum intervals of 5 ft. Instoll conduit Spacers when attoching metol conduit to surface of concrete structures. See "Conduit Mounting Options" on ED(2). Instoll conduit Support within 3 ft. of all enclosures and conduit terminations. 3. Do not attach conduit Supports directly to pre -stressed concrete beams except as shown Specifically in the plans or as approved by the Engineer. 4. Unless otherwise shown on the pions, jack or bore conduit placed beneath existing roadways, driveways, sidewalks, or after the base or surfacing operation has begun. Backfill and compact the bore pits below the conduit per Item 476 "Jacking, Boring, or Tunneling Pipe or Box" prior to installing conduit or duct cable to prevent bending of the connections. 5. When placing conduit in the sub -grade of new roadways, backfill all trenches with excavated moteriol unless otherwise noted on the plans. When placing conduit in the sub-bose of new roadways, backfill all trenches with cement -stabilized base as per requirements of Items 110 "Excavation", 400 "Excavotion and Backfill for Structures", 401 "Flowoble Backfill", 402 "Trench Excovation Protection", and 403 "Temporary Special Shoring." 6. Provide and place warning tope approximately 10 in, above all trenched conduit as per Item 618. 7. During construction, temporarily cap or plug open ends of all conduit and raceways immediately after instollotion to prevent entry of dirt, debris and animals. Temporary caps constructed of durable duct tope are allowed. Tightly fix the tape to the conduit opening. Clean out the conduit and prove it clear in accordance with Item 618 prior to installing any conductors. 8. Ensure conduit entry into the top of ony enclosure is waterproof by instolling conduit sealing hubs or using boxes with threaded bosses. This includes surface mounted safety switches, meter cans, Service enclosures, auxiliary enclosures and junction boxes. Grounding bushings on water tight sealing hubs Ore not required. 9. Fit the ends of all P'/C conduit terminations with bushings or bell end fittings. Provide and install o grounding t ype bushing on oil metol conduit terminations. 10. Install a bonding jumper from each grounding bushing to the nearest ground rod, grounding lug, or equipment grounding conductor. Ensure 011 bonding jumpers are the some size O5 the equipment grounding Conductor. Bonding of conduit used as a casing under roadways for duct cable is not required, if the duct extends the full length through the casing. 11. At all electrical services, install a 6 AWG solid copper grounding electrode conductor. 12. Place conduits entering ground boxes so that the conduit openings ore between 3 in. and 6 in. from the bottom of the box. See the ground box detail on sheet ED(4). 13. Seal ends Of 011 Conduits with duct seal, expandable foam, or by other methods approved by the Engineer. Seal conduit immediately after completion of conductor installation and pull tests. Do not use duct tope as a permanent conduit sealant. Do not use silicone caulk as o conduit sealant. 14. File smooth the cut ends of all mounting strut and conduit. Before installing, point the field cut ends of all mounting strut and RMC (threaded or non -threaded) with zinc rich point (94% or more zinc content) to alleviate overspray. Use zinc rich paint to touch up galvanized material as allowed under Item 445 "Galvanizing." Do not paint non -galvanized material with o zinc rich point as an alternative for materials required to be galvanized. ,Texas Department of Transportation Traffic Operations Division Standard ELECTRICAL DETAILS CONDUITS & NOTES ED(1)-14 C:-.7.)11\ DD ectone' 201 N: C<: CCAs SLCI1 JOS HIGHWAY REVISIONS DIST SHEET NO. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m La 0 z 0 DESCRIPTION (n E 0 o, 0 0 0 0. 0 U O N E O 0. O 0 z 0 ce ce a� U V1 >o 0 0 Z 0 W m _i c a ec I� O Z Q D W DO U O 0 Z In 5 O J TXDOT SIGNALIZATION STANDARD DETAILS SHEET 159 or 190 RECORD DRAWING NO. STR-883 Date: Sep 10, 2015 - 2:10pm User: bj Ole: N:\iF\Drawings\Txdot Stels\edl.dwg CITY PROJECT / E12093 .le: N\if\ rnwings\Txeot Stds\ede.dwg _ DESCRIPTION CONSULTANT'S SHEET No. FNI PROJECT: COR13155 OF 11 _* y;A... ;F•SII ' *1I / SEAN D. BARRY / SS 114177 fig, 4.11;".. ' 11Vol /s Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 Conduit Spacer (mounting shoe)Strut Type ' .r- Concrete -----�. Girder Girder—. , -Bridge Deck Expansion Anchors & Threaded Rods I Conduit Stainless steel or hot dipped galvanized Conduit Strap •E 111.,.. : Structure 3 Stainless steel q. %" Diameter -• Concrete Structure :7\ _ ex ansion onchor� Anchor dep h 'n.Hot-d _ ppedConduit- -- xr ._-__-Stainless steel%z" 1 max. �" 1 Rigid Metal (RMC) II galvanized �_� c r expansion onchor: Conduit Mounting ". . _ x o Conduit -, M Clamp -Conduit ` I g i� i� _= � 7 —See "HANGER ASSEMBLY DETAIL" _ molleoble conduit t _ Con u i strop -= �� , for conduit - ' �/2 Channel (B-line, up to 1 '/d" use7c /p" dio. anchor. oinequal U(Hotrdt ' or equal) (Hot dip For "use Mi 1 /Z " galvanized ) to 2" use /g" dia. M ®g • - rjINICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 / I Conduit Mounting Channel onchor. Anchor depth 1" min., 1 /z" mox. CONDUIT MOUNTING OPTIONS m ' 1" "SPAN" 6" Attachment to concrete surfaces See ED(1)B.2 a 0 Min Varies Min " CONDUIT HANGING DETAIL C�w\��'\\ Wing Wall Expansion CITY of CORPUS CHRISTI TEXAS Department of Capital Programs >� \` �\ \ Fitting o a ce u' 0 70 (ti �e UI\ ` \ 3' max. Bridge Deck `O \• '\ \• \ \ •`\ ' A \. \\, i ," c � \��<~\\ I �I CONDUIT MOUNTING CHANNEL ...,.\;Z (...\ tip,\\ .,.. ..\: i SPAN" "W" x "H" "T" r e.. R Conduit/ RMC- less than 2' x 1 1 %"%"hef 12 Go. =2 %p Min. ' ° \y��\\ PVC — \.�\ �, \'•'•',. ' 0" to 2'-6" 1 /e" x 1 N3" 12 Go. %" Dia. Expansion + " v > >2'-6" to 3'-0" 1 Ni" x 2 M6" 12 GO. Anchor ®� Hex Nut, Split Lock Channels with round or short slotted hole Washer &Flat Washer TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL patterns are allowed, capacity is not reduced if the load carrying)^iI by more than 15%. -Rigid Metol ! Conduit (RMC) j Y4 1..___ M g - Hex Nut Threaded Coupler Nut EXPANSION ANCHOR NOTES FOR BRIDGE DECK ATTACHMENT Hex Nut 1. Use torque controlled mechanical expansion anchors that are opproved for use in cracked concrete by the International Code Council, Evaluation Service (ICC -ES). The chosen anchor product shall have a designoted - ICC -ES Evoluotion Report number, and its approval stotus shall be OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TXDOT SIGNALIZATION STANDARD DETAILS m - - - \ - - - (`.; -\ Ni" Dia. Threoded - Rod .1 Conduit Mounting Channel - M M g maintained on the ICC -ES website under Division 031600 for Concrete Anchors. -Hex Nut, Split Lock 2. Unless otherwise approved by the Engineer: do not use adhesive anchors; Washer & Square or do not use expansion onchors that are not included in the ICC -ES approval Oversized Cut Washer list; and do not use exponsion anchors that are only approved for use in ♦ untracked concrete. W 0 „H.. "T" 3. Use anchors manufactured with stainless steel expansion wedges. Anchors i manufactured with carbon steel expansion wedges ore not allowed. Anchor I bodies con be either zinc-ploted carbon steel or stoinless steel. For z o vg Gi I application in marine environment, both the anchor body and expansion i Traffic -- Conduit Mounting-. �• wedge Shall be stainless steel. 1 ` �- 4. Install the in Operations Dsion Texas Department of Transportation i Stan ,dard W.. __� anchors as shown on pions and accordance with the onchor Channel Hex Nut, Split Lock manufacturer's published installation instructions. Arrange a field Washer & Flat Washer demonstration test to evaluate the procedures and tools. The test shall be witnessed and approved by the Engineer prior to furnishing anchors on the structure. 5. Prior to hole drilling, use rebor locator to ensure clearing of existing deck strands or reinforcement. Install onchors to ensure a minimum effective HANGER ASSEMBLY DETAIL embedment depth, (hef), as shown. Increase (hef)os needed to ensure sufficient thread length for proper torqueing and tightening of onchors. 6. Use anchors of minimum 1600 Lbs tensile capacity (minimum of steel, concrete ELECTRICAL DETAILS CONDUIT SUPPORTS d E D e 2 '+ VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. breakout, and concrete pullout strengths as determined by ACI 318 Appendix D) ° r.cgi D t rx ,' x -1 D. boor Icx:rxooT SHEET160 of 190 ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT of the required minimum embedment depth (hef). No loterol loads shall be ,./rob u er 14." " """w°" introduced offer conduit installation. r,s:c" RECORD DRAWING NO. STR-883 DIST MST, SHEET "o. 71B CITY PROJECT / E12093 .le: N\if\ rnwings\Txeot Stds\ede.dwg CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 SUPPORT TYPE STEEL POLE (SP) AND STEEL FRAME (SF) White insulation 2" I of /z �� qa to 6" 20' measured from 1.Provide steel pole and steel frome supports os per TxDOT Departmental Material Specification or color code 6" 4" (t (typ.) Circumtonces4 PL.., _--------- weatherheod radius 2 V2" TYP. I ** ���a3■11 e (DMS)11080 "Electrical Services." Mount all equipment and conduit on 12 gouge golvonizedvof neutral grade. F_I Ir o be 2" to 6", _� 3Fl►� �w„ steel or stainless steel channel strut, 1 '/2 in. or 1 % in. wide by 1 in. up to 3 7q in. conductor's 1.'(I deep Unistrut, Kindorf, B-line or equal. Bolt or weld all channel and hardware to vertical insulotion with members as approved. Do not stock channel. File smooth and paint field cut ends of all channel white tape whereof with zinc-rich point before installin conductor exits g• weotherheod. 2.Provide poles for overhead service with on eyebolt or similar fitting for attachment of the service drop to the pole in conformance with the electric utility provider's specifications. Red insulotion I RMC may require the ► electricol service support to be taller then the h0" shown,All Check with utility ;- before installing,/ / i �� �, 4 typical below the top NOTE: pole. sough edges ShOI I be ground White insulation or color code 6" smooth _ i I I I LI r 1°: I I I II r ~ _ z � a a U u o }p5,.•"�&� ��:' a ,gyp; 1-t° i ^"' �� " t.°': is a ^��o' ,/� ;• ,•y, 111S'••��y'E`��� 1,0*: :PR�� LL� ;"�� ° or color code 6" 3.Provide and install galvanized �q in, x 18 in. x 4 in. (dio. x length x hook length) anchor length of Line 1 Point of ottochment ,' of neutral conductor's Drain hole �-� _ ,I ` bolts for underground service supports. Provide and install 3� or Line 2 9 galvanized N in. x 56 in. x 4 in. Conductor's anchor bolts for overhead service supports. Ensure bolts hove 3 in thread, of service drop to be below nsulat pen with for goly. white tope where 1 I H-/z I/2 r� VICHOLS 30 N. Shoreline Blvd. Suite i00N Corpus Christi, Texas 3401-3717 lone - <361) 561-6500 ix - (361) 561-6501 anchor of with 3 �/q in. to 3 �/2 in. of the exposed anchor bolt projecting above finished foundation. Provide insulotion with weatherheod. ; conductorTYP•places exits _�� and install leveling nuts for all anchor bolts. red tape where conductor exits Conduit Support_t_____� weother00 weatherhead. —p.E' � � Y6" the wettherhecd. 4.Bond one of the anchor bolts to the rebar cage with 6 AWG bore stranded copper conductor. Use Conductor stock listed mechanical connectors rated for embedment in concrete. See Inset B. length, 12" min., 18" max, 5.Furnish and install rigid metol1ic ells in all steel pole and steel frame foundations for all 1 I spacing, 3'max from the ends, and 5' in between unless otherwise Enclosure called for by the 11 Red insulotion or color code 6" len th of Line 1 POLE TOP PLATE 9 or Line 2 conduits entering the service from underground. utility, conductor's `•' Use class C concrete for foundations. Ensure renforcing steel is Grade 60 with 3" Of Meter ---------Service Inset A \�I insulation with 24" Diameter M red tope where drill shaft 86. unobstructed concrete cover. Safety Switch ► ', - Service .Channel Enclosure Conductor exits the weatherhead. > 1 I/4" . n•.. +1 1/4" m 7.Drill and top steel poles and frames for %2 in. X 13 UNC tonk ground fitting. For steel service i ' bracket or a Conductor slack Conduit _ \ ► pole supports, provide and install tonk ground fitting 4 in. to 6 in. below electrical service enclosure. .- Provide properly sized hole through the bottom of the enclosure for the service grounding electrode o Inset B 61 ��I) / other arrangement approved ee the Engineer. Inset A length, 12" min., 18" mox• tC t- _^� ` ',.. ••, ti 5 %2" 8" Conductor. Ensure electrical service grounding electrode conductor is as short and straight os possible S from the enclosure to the tank fitting. For frame /� (Kindorf, ��� Meter f- _ _ _ ao m.,^ a,. ground steel service supports, provide and install tank fitting on steel frame Install II 11 Unistrut, 11 ground post. service grounding electrode conductor in o non-metallic 2� B-line or 1 conduit or tubing from the enclosure to the steel frame post. Connect electrical service grounding 1 electrode conductor to the tank ground fitting. See steel frame and steel pole details and Inset A for equol.) - - 5 �I/2' z 1 more information. Size service entronce conduit ond branch circuit conduit os shown in the plans. For `1& „11 e�- � �i\� _ c Inset B z underground conduit runs from the electrical service, extend RMC from the service enclosure to on RMC � IrI 11 ti. v\� -T.M 2" L ._.� ■ v E elbow, and then connect the schedule type and size of conduit shown in the plans. Provide and install Class 'C" grounding bushings where RMC terminates in the enclosure. Grounding bushings RMC II I`.. ,' I.F. \` m \ 1 ... o �' ore not required when concrete is fitted RMC , `PVC 1 %% 1 1 1 1 BASE PLATE DETAI 2 into 0 Sealing hub or threaded boss. 8.If Steel pole or frame is pointed, bond each separate pointed piece with o bonding jumper attached to :1 1 1 1 A 1 1.)111j1: I:. I 24 depth -/ Dia. x 60" PVC RMC foundation 111 11 11 TI 24" dio. X 60" L foundation 4-=5 reinforcing bars L U CL +:5 reinforcing I , , and '*2 spiral at 6" 3f '-+ �- Dors 9. Prov i de I/q " - 20 moth i ne screws for bonding. Do not use sheet metal screws. Remove and 42 spiral (t 1, I. I,T.y, '.. pitch (typ.) -t - -- -- o I �,6 " "i' (1 N n alt non- Conductive material at contact points. Terminate bonding jumpers with listed devices. Instoll minimum size 6 AWG stranded copper bonding jumpers. Make up all threaded bonding connections WITH SAFETY wrench tight. SERVICE 10.Avoid contact of the service drop and service entrance conductors with the metal pole to prevent abrasion of the insulated conductors. Drill, top, and thread 11. Shop drawings ore not required for service support structure unless specifically stated V2" X 13 UNC. Instoll elsewhere or directed by the Engineer. tank ground fitting, SWITCH SUPPORT �1 � �� tea. v. * t� TYPE z 1.u.� #�; at WITHOUT SP (0) - OVERHEAD SAFETY o ® SERVICE SWITCH ,--See Note 4 SERVICE / Y4",.„,'"'"---1 , '/qr_�'' BOTTOM OF POLE SUPPORT TYPE SF & SP ,•� 1 1 n n nn DESCRIPTION ITY of CORF TEXA apartment of Cc Varies connect electrical service j� ll a �U W EIti ti b I��,' �/ ► .1 grounding l electrode conductor. , V See Note 7. E 72.. I jatn 5" thick I --'/o expansion DETAILS obovepad • _— • r concrete joint Zo- 1 62, 4x Rebar s C material grade Center of meter 'h3 a Anchor ;., .-. ma • SAFETY SWITCH — `/ socket 60" typical obove grade. , S u U'Z:,u,E� ��.! ' _ fir,,, " concretes ond Bolt 6" X 6" =6 _N METER (Verify with utility) k,A wire mesh) (V • _ FRONT VIEW l._,I ___._._..•........ Threaded INSET A INSET B Dimension varies, p o wr • boss install only as z ct Varies Service wide as required to accommodate > m 0 Q RMC -..I Steel post ,- I ''� . 4 Enclosure equipment m W z SERVICE } Safety ► ► Q I ENCLOSURE; Channel Strut t= _- �. switch (when o o :AN DRI\ 3UFORD ■ • for mounting O o °L TOP VIEW (n equipment. Number of struts required)- I L Inset A = SERVICE SUPPORT TY SF (0) & SF (U) Q z OS needed to SERVICE Securely mount C METER - ENCLOSURE) �' n 3 (I �1 - , r, d • - • equipment - mad. � z w UJ Q r� m Traffic U Inset A Inset B i_-' 0 3/4" dia. Operations Division 4 0 0 N -i - 0 m° 2 ^ h�� Z , Texas Department of 7Yansportatlon Standard I - J min. I Inset B L_15 v 5_,/ F C%��l�� > v°i V \'����.,'�\�?11y5`\ ' C = o Q ♦Z^ i : •4 {.,, �■ Inset A ap - >,,Q N� \ Cpl U ELECTRICAL DETAILS Z V_ '�C 7k.1: (l�y,t ] tttl 1 -- _{� c II'� < rn„ m �_ ._ _.�_-- _ -- Z '' to I 1 --- — Irl �( I 1 ■cn y "`-`�' RMC ` SERVICE SUPPORT = Inset El,. ' 01111 2' l Y ,.,.., 11 o ° (- 1 i1 LJ`I' 111 Imo- 24" dio. x 48' RMC PVC I E.,-' 0 I P ...11 1. -•^ ' - - I F 1 41 •...• foundation \- 4-u5 reinforcing '\ - 24" dio. x 36" depth foundation 4-#5 4 TYPES SF SP c c c - - 0 x bars and tt2 spiral reinforcing bars Hook WITH SAFETY SWITCH at 6" pitch (typ.) WITHOUT SAFETY SWITCH and #2 spiral Length ED -14 ~ (typ.) at 6" pitch - -' .[: el '4. 17 o. Ov 1,031 N.;CI :.w. TxDOT IcK,TxDOT FRONT VIEWHOOKED ANCHOR DETAIL WITH SAFETY SWITCH r.Do f,bz, ul! n 1 ���'^ SHEET 1 61 of 190 SERVICE SUPPORT TYPE SF (U) - UNDERGROUND SERVICE :eva:oa< I RECORD DRAWING Na SERVICE SUPPORT TYPE SP (U) - UNDERGROUND SERVICE 07ST COLA, SHEET NO. VERIFY SCALE 0 1 STR-883 CITY PROJECT / E12093 a9 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 TIMBER POLE(TP)SERVICE SUPPORT NOTES GRANITE CONCRETE(GC)& OTHER CONCRETE(OC)NOTES 1. Ensure electrical service support is o class Ensure electrical service support structures bid as type Granite BY I DESCRIPTION tiE OF `T%%% FREESE -•: * •'� 1 7dN'C�OLS i.. SEAN 0. BARRY 1 N. Shoreline Blvd. Suite ,cj,•., 1� 4177Q ON Corpus Christi, Texas to, GENS .. ;4 101-3717 11I.,`N . m ` e - C361) 561-6500 r - (361) 561-6501 py, Freese and Nice IS Texas Registered Engineering Firm F-2144 5 treated timber Concrete (GC) or Other Concrete (OC) meet the following requirements. pole os per Item 627 "Treated Timber Poles." Embed timber pole to depth required in Item 627. 1. Provide GC and OC poles that meet the requirements of DMS 11080 2. Conduit and electrical conductors attached "Electrical Services."I. to the electrical service pole and underground 2. Provide prestreSSed concrete poles suitable for direct embedment into within 12 in. of Service pole ore not paid the ground without special foundations for directly but ore subsidiary to the electrial a. Service. 3. Verify poles ore marked os required on DMS 11080. Location of marking 1— 1 Safety switch (when required) E ■t_ -- o o 0 e y •/1 Service Enclosure Detail A 3. Install pole-top mounted photocell (T) On should be approximately 4' obove final grade. Use the two-point pickup - locations when handling pole in horizontal position, and one-point o north side of pole, or in service enclosure w+ (E) os required. See Electrical Service Data pickup location for use in raising the pole to a vertical position. chart in pion set. These marks are small but conspicuous. 4. Embed poles 42 in. or 10% of the lengthplus 2 ft., whichever isgreater. 4. Gain pole as required to provide flot surface g for each channel. Gain timber pole to % in. 5. Ensure 011 installation details of services Ore in accordance with utility max. depth and 1 %e in. mox. height. Gain y pole in a neat and workmanlike manner. company Specifications. _ x o L + m i �'' .-Extend /2" PVC .' 6" below grade %. / , Ground Rod ' S2 x 8' j 2" to 4" j below grade 6. I058011 o one point rock or eye bolt bracket 6 inches to 12 inches below 5. Mount meter and service equipment on stainless the m -..� \II___ - \�� 111111; weatherhead as an overhead service drop anchoring6 steel or galvanized channel (Unistrut, Kindorf, point for the electric utility. E or equal). Provide chonnel sized 1 in. to 3 �'4 in. maximum depth, ontl 1/2 in. to l% in. maximum 7. Furnish install V v , RMC PVC, or other conduit type and Width. File smooth the cut ends of galvanized galvanized Or Stainless Steel channel Strut 1 /2 in. or 1 channel and paint with zinc rich point before % in. wide by 1 in. up to 3 �4 in. deep (Unistrut, Kindorf, B-line i 6"t0 10 as shown on layout or equal). Attach Channel strut with stainless Steel concrete onchorsol (, RMC ell-- installing on pole. each channel section to timber pole with two Secure each galvanized or SS l0 1" depth), square U-bolts or bock to back channel strut with long bolts, 9 Underground Min. 24"-, Concrete bolts, 1/4 in. minimum diameter by 11/Z in. or other secure mounting as approved by the Engineer. Ensure bolts ore Bushing Bushing or Bell oo- .. o.pm t of m n a conduit os galvanized in accordance with ASTM A153. Do not stock channel struts. dia. hole Pole End Fitting minimum length. Use o galvanized or SS flat per utility washer on each log bolt. Do not stock channel. 8. Backfill the holes thoroughly by tamping in 6 in. lifts. After tamping to requirements grode, place additional backfill material in o 6 inch high cone around the 6. When excess length must be trimmed from poles, trim from the top end only. pole to allow for settling. Use material equal in composition and density to the surrounding area. Backfilling wi l l not be paid for directly but is CONCRETE SERVICE SUPPORT z N O CIasS 5 pole, height as required 02 Service drop from utility compony Point of----------------- (attached below weatherhead) attachment to be below ® - =i- r subsidiory to various bid items. O White Insulation or color code 6" length 2" to 6" neutral conductor's 4"typ. insulation with 6" t0 12" white tope where i. conductor exits the weatherhead. 2 Red insulation or � } ' 25' -2" to 6" (4" t typ.) (AS required or allowed by utility company) measured from ^� Underground(U) f CORPUS CH, TEXAS eat of Capital Proc 1, color Or code 6" length grode. b •;:)-; DESCRIPTIOI CITYo Departme O3 Service conduit (RMC)and service weatherhead entrance conductors - One Red, One Black, White (See Electrical = k, One _ 1.electrical of Line 1 or Line 2 insulation Cath � stance may require the electrical service support to be taller than the 25' .---� 1 II 10 reddrs with tope where_ L'J Shown, check with utility 1■ ��O�eli dos - • •J Service ! . conductor exits the weotherheOtl. y before installing " t� J O4 Safety switch (when required) Conductor slack RMC length, 12" min., Service - 11 18" max. ..� Enclosure J U5 Meter (when required) II !/1 DATE I BY I N DRIVE FORD (BOND 2012) )N STANDARD DETAILS © Service enclosure O7 6 AWG bore grounding electrode Pole brand conductor in I/2 in. PVC to must be ground rod - extend %2 in. PVC 5' or less Ell l Safety Switch (when required) 1. I' �' -- Pole marking Side View Top View approx. 4' above ground line. DETAIL A 6 in. underground. above grode O% in, x 8 ft. Copper clod ground rod drive ground rod 0 to in. 4 in. ' a .-_% See Note 7. Before installing chonnel that 008 been cut, file Sharp edges and --See Detail A paint with zinc-rich paint. Ensure there Is no point splatter on the pole. a depth of 2 to below grode. Bushing O9 RMC same size os branch circuit or Bell conduit. End Fitting© I) , n o ��111 Extend 1/2" PVC 6" below grode -Bushin 11 g / or Bel I Traffic REVISION NO. OCEAI BU f SIGNALIZATIC 10 See pole-top mounted photocell E.nd Fitting Operations detail on ED (5) . J v - ��---- �c ,Texas Department of Transportation Standard 6" T ' w a 3_ L i i When required by the serving + typ. - N o O. - - c d o v p PVC, or utility provide bare 6 AWG c copper conductor. Run wire from pole top to butt wrap � .' plote. copper butt Protect w m; 6" to 10'E'- typical , o Couple to ._ j Circuit �n = as v o+ L ° ° ° o o v. •- m --<v 'fit-- 6" RMC td 10` other condu i t type ds shown on layout ELECTRICAL DETAILS SERVICE SUPPORT C v 0- o-o conductor with non-conductive Conduit TYPES GC,OC,& TP to t height Min. 24" Ground Rod o : D material a of 8 ft. above finisheddia. grade. ,� hole-- •--� Upper end of ground 8 rod to be 2" to 4" Concrete Pole-- below finished grade 5/e« x 8` 2" to 4" below grade ED (1 0) - 1 4 O J O X x H 12 When required by utility, cut r a d10 I1 ,'in .._ r 1,001 x/i r' ;,•: IxDOi Icx: TxDOi top of pole of on angle to CONCRETE SERVICE SUPPORT D_._ �)r.noT �r z _ol.CO. -_ E HIGHWAY Bar is 1 drawir • this s N SIN 0 I0 enhance rain run off. SERVICE SUPPORT TYPE TP (0) , � Overhead (0) 11,i . ,,- SHEET NO. "" I STR-883 ii — 2.l . 11....v.. ca..•i., n,.i<• coin ams,-,. „ ...-.r...... ..c.n.._...�.�_,_� >o CITY PROJECT i El 2093 .w U_ Zinc die cost or Alum. or Galy. Metal Cap with min. of 3 set screws --See Detail F for 030 / alternate Pole Cap +1 0 rn +l is N 3/e for hanging wire Clamp r / t—hang ng Hook for Luminaire Arm dia Hook 6 DETAIL A (for pole with luminaire) +l -See Detail G for Handhole rt of 4"x 6" I.D. Handhole 318 C of 4"x 6" I.D. Handhole * ZIP Threaded Strop EM in "Mil iti 1 3/6" Dia. Bolt or Screw 2" dia threaded Coupling NPSL threads POLE COUPLING DETAIL Weld Zinc die cost or Alum. or Galt'. Metal Cop with min. of 3 set screws Clamp -on arm for ILSN Handhole Frame 143"x 2" Min. DETAIL B 3/to — e" dia Hook (If ILSN applied) ( /optional) N See Detail G /for Handhole Weld ,,,--Handhole cover 12g min. 3/6" dia bolt or screw Handhole Frame - R.3/B" x 2 min Fixed mount arm for single mast arm assemblies or first arm on dual most arm assemblies DETAIL D (for 30' pole with luminaire and ILSN sign) Clamp -on arm for second arm on dual mast arm assemblies 2" dia threaded coupling - 2 per dual mast arm assembly Access Compartment N 1 - Base Plate DB /—See Detail F for alternate Pole Cap 3/6" dia Hook for hanging wire Pole Handhole Frame l/4 " MD -4 DETAIL C Ct of 4"x 6" I.D. Handhole DETAIL G See Detail A for regular Pole Cap --See Detail G / for Handhole Weld Handhole cover 12g min. dia bolt or screw Handhole Frame - Mi" x 2 min Fixed mount arm for single mast arm assemblies or first arm on dual most arm assemblies DETAIL E (for 24' pole with ILSN sign and no luminaire) Clamp -on arm for second arm on dual mast arm assemblies 2" dia threaded - coupling - 2 per dual mast arm assembly Anchor Bolt DiameterDiameter Bolt Hole Slot Length Bolt Circle Diameter Base it Dim. L x T Adjust. Range 1 l/2 " 1 3',1" 3 l/2 " 17" 18" x 1 V'8" 13.4° 1 N. 2" 4" 19" 20" x 1 N. 13.5° 2" 2 1/4" 4 1/2" 21" 22" x 2" 13.6° 2 1/4" 2 '/2" 5" 23" 24" x 2 1/4" 13.7° %6 x l/ 5{6X /I " 4 3t6 See Detail H POLE ELEVATION MD -3 at 1/4" or 3g pole MD -3 at 3/6" or 7g pole 019 1/4" dia J -Bolt & Nut SECTION Y -Y I/8" to -fp I/4 " dia-- Bar for hanging wire and J -Bolt attachment 1 I/4 V (for 19' pole with no ILSN sign and no luminaire) DETAIL H R = 3" +1" DB+%1fi Bolt Hole Diameter—� Slot" Access Compartment 1 SECTION X -X Opening for access compartment shall be no more than %l6 inch wider than the access compartment itself. Burndy #KC22J12T13, Blackburn TTC, or approved equal. f Will accept 4-#8, 2-#6 or 1-#4 max. Split lockwosher, IA" stainless Hex. nut, l/2" - 13NC stainless COPPER GROUND CONNECTOR MD 2 MD 1 pole thickness L 2" dia threaded coupling - 2 per dual most arm assembly SECTION V -V Slot Length L J Adjustment BASE PLATE PLANRange 085% Min. penetration 060% Min. penetration 100% pemetration within 6" of circumferential base welds. MD -5 Access Back plate Compartment l/4 " X 14s" Round Pole Polygonal Pole DETAIL J Tab and slot Ring, 3/8" x 2 1/4" ASTM A572 Gr 50 Back plate /6" x 4/2" x 1'-6 M6" steel strip M-1020 or sheet A-569 12 circuit 600 volt compression Type HD terminal block (2 req'd) #8-32 mtg. holes for optional 6 circuit terminal block *10-32 mtg. holes for luminaire double fuse block (see notes 3 & 4) Phil. Pan HD. sores, #8-32 x 11/4" self -tap Type "F", stainless steel (4 req'd) Tab and slot 1/2" clearance hole for copper ground connector IS 4" x 6" hand hole opening ACCESS COMPARTMENT NOTES: 1. The cover shall be one piece formed from ABS plastic, shall be a pearl gray color, and shall be suitable for exposure to harsh sunlight and extreme weather. Cover shall latch with two screw latches and shall fit tightly to the enclosure ring to create a rainproof seal. Latch screws shall be 1/4-20 stainless flat socket head screws with tamper proof feature. 2. The pole manufacturer shall provide with each pole a separate kit consisting of: one cover with two latching assemblies, two terminal strips (Marathon #985GP12CU or approved equal), four #8-32 x 1 1/4" self tapping type "F" stainless steel pan head screws, and one ground connector (Blackburn TTC, Burndy KC22J12T13, or Ilsco SSS -5). The traffic signal contractor shall install the kit items in the field. 3. The screw hole spacing on the enclosure back plate shall be for two Marathon #985GP12 terminal strips, one Marathon #985GP06CU terminal strip, and one Bussmann #BM60326 fuse block. 4. Install one Bussmann #BM6032B, Littelfuse #L60030M-2C, or Ferraz-Shawmut #30352 fuse block for poles where luminaires are to be installed. 20 -Texas Texas Department of Transportation Traffic Operations Division TRAFFIC SIGNAL SUPPORT STRUCTURES MAST ARM POLE DETAILS MA—D-12 TxDOT August 1995 5-" I -I2 REVISIONS ON: MS iCA: JSY `OW: FON IC. CAL CONT (SECT JOB HIGHWAY 010T COI:NTY SHEET HO. 1271 DESCRIPTION LJ a REVISION NO. CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION In E 0 0 0 0 v- -06" 0. 0 U 0 c N E 0 0 O 0 11 Dote: Sep 10, 2015 - 2:13pn User: bj Ole: NAif\Drawings \Txdot Stds\nad.dwg w� F >o 0 0 z 0 co D 0 Z wm O O z Q 5 O —I TXDOT SIGNALIZATION STANDARD DETAILS SHEET 163 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 ARM SIZE CONN ARM SIZE CONN MC 2 4 -• DIDIA A 8 C 0 E eeLT D 1 t A B C 0 E BOLT 01A 3/8r MATERIALS ,1 #* b3 1 u.., in. in. in. in. in, in, in. in. in. in. in. in. in. in. in. in. 3 " /e 5 { & }e;Nl 6.5 .179 12 9 9 6 y t % 1 7.0 .179 11 11 8 8 1 %0. 1 . MC 2 3/ Round Shafts or ASTM 4595 Gr. A, A588, A 1008 HSLAS Gr.50 Class 2, ��};;�• r-: I�°' nom 7.5 .179 13 9 10 6 1y 3+ 1 7.5 .179 1 t 11 8 8 1 1 /q lMc z \ Polygonal Shafts A1011 HSLAS Gr.50 Class 2, A572 Gr.50 ,we � io f' o a 112 :� w:o' 8.0 .179 14 10 11 7 2 1 '/i 8.0 .179 11 11 8 8 )+ 2 1 '/+ ; %L., B" or 4101 1 55 Gr. 50 O �o l IY'^v••�� iE 9.0 .179 16 11 13 8 2 1 1/4 9.0 .179 13 13 10 10 2 1 1/4411 �•^•yy % r Platesa ASTM 436, 4588, or A572 Gr. 50 /1s' .: 1 S'••.0 9.5 .179 17 12 14 9 2 t 1/4 10. o .179 t 3 t 3 t o t o 2 1 1/4 / ■1 a Connection ASTM DESCRI }•••E`Y�� ♦ O, 11j,,,,,� 4 ''A �;•� ,�� /MC 2 Bolts A325 or A449, except where noted 9.5 .239 18 12 15 9 2 1 9.5 .239 13 13 10 10 2 1 '/+ l i -L / \ 3/e� ASTM cg 10.0 .239 18 12 15 9 2 1 '/ 10.0 14 14 11 11 2 1 %z -� I Pin Bolts A325 10.5 18 13 15 10 3 1 %z 11.0 .239 1 %z �� `' /F ASTM 453 Gr. 6, A501, 11.0 .239 .239 18 13 15 10 3 1 %z 1 1. 5 .239 14 14 14 14 11 11 11 11 3 3 1 /2 �`0 Pipe() 41008 HSLAS-F Gr.50, A1011 HSLAS-F Gr.50 .239 AP.. / 110 MC-1 3/ifi \.„,mc-1 3i6 I. , -a■ >,----- .I Galvanized steel or stainless steel 44 or 7g 54 X 3{ - '� E 6 or 7g /5/6 x 3ii6 o . E i _ 3/6 H! / Misc. Hardware or as noted IA ILLII 716 /16 1 � /, 1 �q' DETAIL A m iiQ „ti(c 1 '/4+" I :,Mc i 3 MC-2 ° I /q or3g%�6 x I/4 / 1 /, or 3g:' 1 I r /, " gussets II6 X /4(top / I _„7-%" Gussets f� /e 10 ASTM A572 A1008 HSLAS,A1011 HSLAS A1008 HSLAS-F,1112 e m - ,orApb', ""`\ &bottom) SMC-3 A1011 HSLAS-F or 41011 SS mayhave higher Y i e I d strengths but ' W y F o - - .11 = / ,---- See "Detail A" 3/16 shall I not have less elongation on at i on than the 9 grade indicated. i m (_! Or (Option #1) ME.. a .- S ' m o No ° mo �� m (�� o mo in , 1 DETAIL B ®ASTM A1011 SS Gr.50 material shall also have a minimum BYelongation of 18 g percent i n 8 inches or 23 percent in inches. li m ME °S 'o° °NH w - Fa�qd Pk �, \ See "Detail B" Material thickness in excess of those stipulated under A1011 SS COc � 7d'" ,n Q Conn. Bolts Arm- - =118 (Option #2) wi I I be acceptable p providing the material meets all other al a m-m (4 total MC 3 ( 3/e " Gusset E A101 1 SS y i ' with ot & 1w /6 /� Conn. Bolts I Arm- 7 /6 C I amp f� requirements and the requirements of this item. lock washer MC- 1 .., i/+ 14flat & 1 1lock / o MC-2 e X6 " F I an e 9 o v 0 x iii each)-! washer each)- ach) _ - i 50/ a - a °- a o mina L. - - `-ii P.%6 11/2 " dia hole --- ----2 M (-\__ < v `\ '' * / !� in plate a v L O L O // / // Z z SN In /`�0J @4" dia hole 2''/2" dia hole =T �� ' = o c. Pole in pole e Deburr holes and �•, in pole & plate v Deburr holes andME P Arm- Arm �+ ;' Min. 85% Penetration except U Ot Vi 0 offset as shown Pole offset as shown "Clamp on for drainage for drainage Detail 3" FIXED MOUNT ARM CLAMP-ON ARM �� 474:P 2 ct Q FIXED MOUNT DETAIL 1 FIXED MOUNT DETAIL 2 GENERAL NOTES: ARM BASE WELD DETAILS 111 o x 0- o Clamp-on details are used for the second arm on dual mast arm assemblies. A Maximum 1 '/2" wide vertical slotted hole shall be U ARM SIZE CONN. BOLTSPIN BOLTS ARM SIZE CONN. BOLTS PIN BOLTS ARM SIZE CONN. BOLTSPIN BOLTS cut in the front clomp plate to facilitate drainage during DESCRIPTION ,+- N A O 0 1 t F No. Dia No. Dia DI A F T No. Di° No. Dia Di t A F No. Dia No. Dia galvanizing. The slot shall be centered behind the arm and shall be longer than the E in. in. in. in. eo. in. ea. in. in. in. in. in. in. ea. in. ea. in. in. in. in. in. ea. in. ea, in. no arm diameter minus 1" 0 6.5 .179 12 6 4 1 2 % 7.0 .179 12 6 % 4 Y4 2 % 6.5 .179 12 6 4 1 2 % Fixed mount details are used for single mast arm assemblies I-- CL 7.5 .179 14 8 4 1 2 % 7.5 .179 14 8 N 4 Y'q 2 %7.5 .179 (4 8 4 1 2 5/9 and for the first arm on dual mast arm assemblies. U p 8.0 .179 14 8 4 1 2 % 8.0 .179 14 8 Y4 4 Y4 2 5/B 8.0 .179 14 8 4 1 2 54e Where 9.0 .179 16 10 4 1 2 % 9.0 .179 16 10 % 4 1 2 3 9.0 .179 16 10 4 1 2 54 duplicate parts occur Ona detail, welds shown for one shall apply to all the detail. 9. 5 .179 18 12 4 1 '/ 3 5/e 10.0 .179 18 10 4 4 1 2 5/e 9.5 .179 18 12 6 1 3 5 part similar parts on 9.5 .239 18 12 4 1 '/q 3 5/s 9.5 .239 (8 10 1 6 1 3 5/s 9.5 .239 (8 12 6 1 3 5/g Pin bolts are required to prevent rotation of C I amp-On arms �%) 10.0 .239 18 12 4 1 '/q 3 5/1 10.0 .239 18 10 1 6 1 3 5/B 10.0 .239 1 6 12 6 1 3 5/B under design wind forces. � - --I Gap = 2T max. NOTE: 'E (BOND 2012 ,NDARD DETA Gap " Max 1-Li 12.__----1_1:-.2._.,..-- Dia as � xI�from 2" Typ T -• MC 2 "I Pin bolts shall A325 with threads excluded " U Strap, Grode 50 " required o f I Dia Dia as m �_.� �L ,/2 h e! f t e sh ar plane. Pin bolt and q dia pipe ��9 - =tip 7-/2 ' / drainage hole required le.� 1- I ,-R=T /2° dia 1-_-I/2" shall have 346" dia holes for a 1/" dia galvanized dia drainage hole cotter g pin. Back clamp plate shall be furnished with 3 / A6 / - -s!'-=`- �''� / _ g / drainage hole -,4-- d•-z 3/ " dia ho I for -" -•- 1 /2" Dia - ' ,, - „ y' , / 3 i ° • _.,, a 7q o e each pin bolt. An /s dia hole m Q Pin bolt, "_ y threaded coupling 3 /6 "- /' �' �'.N.a".. li i /6 \ ""',. 1 /2 " Dia threaded ,jN� C . 1 I for each pin bolt shall be field drilled through 1 /2 " Dia 9 O threaded the pole after arm orientations have been *I approved by the Engineer. pipe and hole / E� 11 i coupling t, ` ) t coupling > Q Ye Dia Sch 80 % 'e;';� �„ Arm Pin bolt, �� '�.j� Pin bolt,;%-- 10 O Pipe (Typ) i., & hole °\ pipe & hole-) r-.e t - H� ` �y- lel- pipe V j . --' / =1Cniii . �,° dia - Arm Q o o 0 O (Typ) / <TYP T YP 7q" dia J Il�n� ° 0" , // Z 1 , I /6 1/a -Min. 85% Sch 80 Pipe Arm Sch 80 Pipe / 3/6.. Dia. d Z Q O %2" th•ck Penetration Grade 50 R- l- re Required z LLI p] 3rd Pin bolt where stiffener R 3rd bolt where -Min. 85% 3rd bolt Grade 50 Penetration where 'Texas Department g U Q required 7 I / �6 x /4 required-- - required\ of Transportation , /� O O f_V � ' / , \MC-4 II MC-2 �/4 / Traffic Operations DNision I- J Q 7 C Y6 x STANDARD ASSEMBLY aZ ) I � °; ich on origlna lot one inch o djust scale. z `-' ) _0,___�a \ E. N j _ N ,�"i - - �dp - 41o \ p o r� �Q N 1 - - -r ��•� _ _ O i;; , '�' o y FOR TRAFFIC SIGNAL SUPPORT STRUCTURES �' F- Ii i �- r% aD 0 <'w 3/6° ,/4I m N� • -; m MAST ARM CONNECTIONS thick �� :� IIS a 5/e" Dia e. I�, e�°50lli ` !/ 1/4 ii,' m'r X . bolts \moi Connection bolt with i �h. 1/q I ► t'%1 MA-C-12 I o I ~ 'k pin (TYP) heavy hex nut, 1 3 /6" gusset Ft m o1W Q Pole / ! 2 flat washers /1 and 2 lock washers. 2 " thick Ck � ' Connection Bolt with hex nut, 2 flat washers Pin Bo I t-- ' Connection Bolt with hex nut,2 ©TOOOT August 1945 ON: us �cR: ,5. �pw: MAR ICK dor Bar is I drawir I this sl NREVISIONS strap R & 2 lock washers rL I ot washers & 546 CONT SECT .'OB HIGHWAY SHEETI 64Aor 19 0 `'CLAMP-ON Pin Bo I t - Po f e Pole 2 lock washers 5-09 1-12 RECORD DRAWING NO. J DETAIL 1 CLAMP-ON DETAIL 2 CLAMP-ON DETAIL 3 DIST COUNTY SHEET N0. STR-883 126AI !Intr.. Can 1n. 2015 - a:14n:, uoo..4,: c4. M.,:es11.-....,1....,, r..,...+ C1..-,_--........ > o CITY PROJECT f E12093 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 TABLE OF DIMENSIONS for ILSN Support Arm Clamp -on Details ,2 and 3 DESCRIPTION z,Y-.0. ?;34}I� �� nom; d ;4: �� n IT wi,Q� ILSN ARM SIZE CONN. BOLTS PIN BOLTS DIY. �� d v �:o� 22. A F No. Dia No. Dia b . y*J x.1111„\\tom 3 in. dia in. in. ea. in. ea. in. Schedule 40 Pipe 10 4 4 Y4 2 5/6 X g Gap = 1 /2" max. 8" INICHOL FiIS )0 N. Shoreline Blvd. Suite SOON Corpus Christi, Texas 3401-3717 lone - (361) 561-6500 ix - (361) 561-6501 = Gap 1" Max S 1 g" 2,1 Dia as \ o I 2" TYP Dia as I _ C MC 25� U -Strap, Grade 50 �2" required I N /2" pia required red L _ =ue,3g �_ _R= v ' /z " dia .Z � Aa e� ; / g �; drainage hole =11 ��i- 74 _Ihole/I6 drainage 1_ T %2 ' dia drainage hole M' N " Dia threaded % �,- N" Dia threaded + "� ; coupling for g /16 _ ?.:Al Pin bolt, _<= O\ conduit connector ,i pipe and hole � ' E pin bolt f ����� \;1 :, / "-" coupling for /6 conduit connector :c1t, 1 � pin bolt 1' ' N — Y4" Dia threaded coupling P ng for conduit connector > m & hole �q" Dia Sch 80 e ;;; •-• -� Arm Pipe �\._._._._%'''--i-'' & pipe hole— /--•--- -.- P P / �� ..- Pipe (Typ) IA', �o; ei.o- _ r~tee �. Arm 0 y /4" Dia =o .1441- j C Arm % 2 74" Dia -IIC"O oa :P. ie: _ m...na� (Typ)\ Typ Typ Sch 80 Pipe Sch Sch 80 Pipe — 1 /__I 1 /6 I I �\ y Y4 " �/ Dia as required It — ) 3/6 " ft SECTION Grade A -A SECTION �_ 50 Grade 50 B -B SECTION C -C z o ; f� - E �� %2" thick / stiffener R Min. 85% Penetration Min. 85% ( Penetration ol _ L. IJ a 6`e MC -4 / 1/4 N I/4 TA6 V SMC 2 III _--- _ � S 4. , 0 Irr T6 X / •� /' X I/q Q C.i i / , L j a a A — r \� y/ ILSN Arm = 3111, ®: I:I4(_QILsNArm O O V ~ thick �s I -I ` 1 " + . O 5 „Dia /e IL. /e : '-- =11C=CII=� w F_- a pin bolts Connection bolt with R heavyhex ® Connection tel►i 1 /8 0 a; V Q N nut, (Typ) / / /•"---c.. Pole 2 flat washers Pin Bolt,. st" thick and 2 lock washers. - Bolt with hex nut, 2 flat of washers & 2 lock washers Pin Bolt— 3/6 " gusset IE -Connection Bolt with rap R hex nut, 2 flat washers C )RIVE RD (BOND 2012) STANDARD DETAILS �--- Pole 1---- Pole & 2 lock washers ILSN CLAMP—ON DETAIL 1 ILSN CLAMP—ON DETAIL 2 ILSN CLAMP—ON DETAIL 3 GENERAL NOTES: Clamp -on details shall be used for ILSN support arm assemblies. A 1 %2" inch diameter hole shall be %6" m cut in the front clamp plate for wiring access. A matched hole shall be field drilled through the pole to provide wire access after arm is oriented. Deburr both holes. a Where duplicate parts occur on a detail, welds shown for one part shall apply to all similar �i Clamp IC 0 Z U- I O parts on the details. // z Q m H— Pin bolts are required to q prevent rotation of / / .110‘) ! Texas Department of Trans rtatIon Z o OCf LOUISIANA TO f TXDOT SIGNALIZA clamp -on arms under design wind forces. I/�� Min. 85% _ _1111 , Traffic Operations Division N � Penetration g71� € l MA 2 STANDARD ASSEMBLY / except c Clamp -on 1 N" Dia / /4 FOR TRAFFIC SIGNAL m NOTE: Arm Pin bolts shall be A325 with threads excluded - Detail 3" Threaded Coupling SUPPORT Bar is one inch on originc 1 drawing. If not one inch c thls sheet, adjust scale. from the shear plane. Pin bolt and 74" dia pipe Y,4" shall have Y6" dia holes fora 1/6" dia galvanized cotter pin. Bock clamp plate shall be furnished with CLAMP -ON ARM ILSN ARM COUPLING DETAIL 11/16 " STRUCTURES MAST—ARM CONNECTIONS a Y4" dia hole for each pin bolt. An dia hole for each pin bolt shall be field drilled through the pole after arm orientations have been ARM BASE WELD DETAILS approved by the Engineer. MA - C (ILSN) -1 2 ©TxCOT August 1995 ON: NS !.Sr I ex: wF ICK: JS0 BEVISI0N5 5-96 coo' SECT 400 HIGHWAY 1 SHEEn 64Eo( 190 DIST CDUNTF SHEET NO. RECORD DRAWING NO. 12681STR-883 L OnIa Cel, 10 ?019 - 7.1]nn I lm.• L.: 0::-. M. ;e n............-. r..�.s cam-. ___..__ �..._ >o CITY PROJECT 1 E12093 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 MATERIALS 9'-6"±1" (10' Nominal Arm Length) Pole ASTM A27 Gr.65-35 or A148 Gr.80-50, 7'-6'-±1" (8' Nominal Arm Length) or Arm Simplex A576 Gr. 1021 03 or A36 (Arm only) .����1 \gE ' (+2',-0 ) _ 0" (+2" , 0') Arm Pipes ASTM A53 Gr.B, A501, A1008 ' HSLAS-F Gr.50 40, or A1011 HSLAS-F Gr.50 40 S*, a >�:33ti�1i E t° » a �':' e' 0 2.= % rr Strut R ®�/ 18" s "x 2" Min. (M1 n• str° ght �® 4 6 7 {� Min. straight length Arm Strut Plates() ASTM A36, A572 Gr. 50 40 or A588 r z o 5.8.i` o a Id•. // 2" Max. length 2" Max. Misc. ASTM designations as noted ��s*e} of'y�S ®/ a 1,��"` ` - +1 } 2" SCH 40 Pipe 2 �/s " 0. D. Strut / '� Removable plastic galvanized metal Z' 0"± %z" Min. ory®' cap = ±i } Strut (C n6 "x 2" Min. , / ' ! 2" SCH 40 Pipe 2 % " O. D. t / L Removable plastic galvanized metal 2'-3"± %z" Min. or cap 10 Dimensional limits are given to show acceptable w D m m o w R 716"x Min. 2" / � +1 2'-6'- /z" Max. 01 ° m 0 m + 0 - ! Struts"x 2"( / 3' 0"_ I/z" Max. variation in design. All of a Fabricator's production 1Q of a particular arm length shall have the same dimensions within tolerances. m x 00 / - / f� /LA } o — _ Min. ,- specified I*�t��A�'w - ,I 02 Any of the materials listed for plates may be used rjI VICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 N a E ;; -1 _ __ s ` m E / —� LA -1 - �6 �� \ 1 40 Pipe '� I ` -- - - -I- where the drawings do not specify a particular ASTM ; designation. 03 A576 must be suitable for forging and also meet minimum tensile strength of 65 ksi, minimum yield of +1 1 !�z" SCH 40 Pipe 1 /s" o. D. +1 w� �8" OSCDH r� B � 35 ksi, and elongation in 2 inches of 22 percent. `f� 04 ASTM A572, A1008 HSLAS-F, and A1011 HSLAS-F may co �o LA -2•.1 k .��,/ have higher yield strengths but shall not have less.401/ /4 g r m - = 1/4 LA -1 _� - - 1/4 LA -1 u��/, elongation tan the grade indicated. .A' 8—FOOT LUMINAIRE ARM 10—FOOT LUMINAIRE ARM B GENERAL NOTES; Design 0 conforms to 1994 AASHTO Standard DIRECT ATTACHMENT Specifications for Structural Supports for q - VZ" Dia. A307 Bolts rL %z" Dia. A307 Bolts Highway Signs, Luminaires, and Traffic Signals DETAIL and Interim Revisions thereto. Design Wind 2 at 4" c -c each side 2 at 5" c -c each side Speed equals 90 mph 1.3 factor. i z JS CHRISTI ital Programs plus a gust 4 bolts & 4 lock 4 bolts & 4 lock Arms are designed to support a 60 Ib. luminaire washers per clamp washers per clamp 0 0 having an effective projected area (actual area w times drag coefficient) of 1.6 sq. ft. �`= � cm Materials and fabrication shall be in +i - IYI &i +i m' \ - / - 0 accordance with Item 686, "Traffic Signal Pole Assemblies (Steel)" and with the details, c sin /�4 ►�� 11125 •n_.n dimensions, and weld proceduresllo shown N 1 ± 1/4 :: " ± 1 inl herein. Weld references call for for roved weld procedures which the Fabricator must 5" Approx. !I ��/' N Vi" Dia. Holes obtain prior to fabrication. In the absense of ���� - vX nil/ �/ I Mg 13NC Tapped I/4:: 4" specified Fabricaton tolerances, dimensions shall be within the tolerances generally V O I ° A ' Viz" Dia. x 1 i/2" Threads Alr %p" Dia. x 1 %z: obtainable in normal fabrication practice. z 2) 1"+�� l / A325 Bolt / Unless otherwise noted, all parts shall be o ,, O Clamp 1Clam p I / (2 per fitting) I A325 Bolt / (2 ger fittin ) I I _ 4 galvanized after fabrication in accordance with Item 445, "Galvanizing" DESCRIPT E IC /4" x 6"// (C 3g x 7" A572 GR 50 p r y A36 Field �I /WA": �'� •. �r� / 9 .. �•' / 1 \\ rS z a a cut 'LA hole in LA-2>—[74i/A ': Field cut I hole inLip / 4'.':, Smooth _ - j q� �IT = 1 o Deviation from the details and dimensions shown herein require submission of shop drawings _� 2) V -2 pole I/4 tj,' pole I -.if _ I I a a in accordance with Item 441 "Steel Structures". r Alternate designs are not acceptable. CLAMP ATTACHMENT CLAMP ATTACHMENT DETAIL N0. 1 DETAIL N0. 2 (HALF SECTION) (HALF SECTION) II' �� �I r/• / ,/ LIIIock Washer (2 per fitting) g it,. Flp, % S/ I 01"`''•• Lock Washer per (2 fitting)It I/ I � N Each pole simplex fitting shall be supplied with 2 ASTM A325 bolts and 2 lock washers of the size specified. The bolts and lock washers I J Arm Simplex i / Arm Sim lex shall be secured to the pole with the other E (BOND 2012 NDARD DETA %s LA -3>i---17-4? / 1101 /4/ 5/e" Dia. A307 Bolts / /:4 ,�� Pole Simplex Clamp , %' 2" Dia. Approx. / hardware items called for in the plans. When / Pole Simplex �J clamp attachment is specified, the Fabricator / shall ship the clamp assembly securely attached 5/s" Dia. A325 Bolts6„ 2 at 4 c -c each side �6 to the pole at the location shown on the plans. POLE SIMPLEX DETAIL 2 bolts & 2 lock bolts & 4 lock per washers clampIf clamp assemblies are ordered without washers per clamp -7 UPPER SIMPLEX FITTING UPPER SIMPLEX FITTING poles, the Fabricator shall ship one upper and r m one lower clamp assembly together in a single �� SZ I NI, I a �� 5" Approx. package, including all nuts and washers +1 ,l� + 7/s " 4" required for the clamps and simplex fittings. > Q = a: `gym/ I. ' e/ _ i I ' m \ �, - gr , / / o /z" Dia. x 1 %2" % A325 Bolt / (2 per fitting) 0 per %z" Dia. x 1 %z" max �. A32a Bolt (2 fitting) '� 1 r /s" Dio. Approx. w o p o CC 0 0 e/; Z Z LI— �4 " D i o. x 1 " � ilk o/ '0 ! I / 'Lip` 4 VA I ■� :04 r } \ 1 X 0 Texas Deportment of Transportation , Traffic Operations Division d zSoh w m (1 1- 80 ' INN L ej• # I 1 �\ l • removed 1 . •- II' -- 1 n STANDARD rn 0( IANA TO fVPipe q o o Qa ASSEMBLY J�fIYI removed �'.` Lock Washer �' Lock Washer = DRAWINGS FOR LUMINAIRE Q ,v/� Clamp / �� C I �3/P �\ FE X6" " x 5" t /16 " x 6" /\ A572 GR 50 - 4715 GR 50 /� Ire• •�1 /� �� Si •�\� s /�/ (2 per fitting) / Arm Simplex / 1 ,. \� (2 per fitting) `/ S/ Arm Simplex �� / / / A + ( SUPPORT STRUCTURES c `o c ;,� m c = Z C7 Lr) LA-2)SLA-2 % Pole Simplex j Pole simplex J ARM DETAILS Bar is one Inch on a drawing. If not one i this sheet, adjust sca 1/ A I/a ' % % /2 (- CLAMP C I amp 3/6 LUM—A-12 D 0 0 ATTACHMENT CLAMP ATTACHMENT DETAIL N0. 3 DETAIL N0. 4 LOWER SIMPLEX FITTING LOWER SIMPLEX FITTING M6" ©TOOOT August 1995 I BN: LCH [CR: JS_= Tw: Lir ICK: TEB (HALF SECTION) (HALF SECTION) -% BF`/ISIONS CONT SECT( JOB HIGHWAY SECTON A—A SECTON B—B ARM SIMPLEX DETAIL I I- 99 I-12 BISr COUNiY SHEET NO. '1 �` SHEETIV�OI 190 RECORD DRAWING NO. i29, '03 STR-883 E i Date: Seo 10. 2015 - 2:17, , User h i ns, 66 VF\ n-".A..n=\ Tvrin+ c+,NcM...,-,. w.,.. >0 CITY PROJECT / E12093 ROADWAY ILLUMINATION LIGHT FIXTURES Fixture Housing: A. Provide *UL listed fixture suitable for use in wet locutions. Ensure optical comportment meets IEC Standard 60529 -IP 65. Place a permanent label inside fixture indicating fixture meets *UL, IP 65 optical, and shows date of manufacture. Meet ANSI 136.15 wattage label requirements. B. Construct fixture housing, lens frame: and door from 96% copper -free, die cost aluminum. Provide fixture mounting to a 2 -in. pipe arm. Equip fixture with a 4 -bolt clamp capable of adjustments plus or minus 5 degrees from level. Meet ANSI 136.31 3.0 G vibration requirements. C. Attach a level bubble to the fixture housing. Ensure the level bubble is sensitive to 1 degree changes in position at any point within 5 degrees of the level position. Ensure the level bubble is clearly visible from the ground up to a 50 ft. mounting height. Ensure level bubble corresponds to level position of fixture. D. Do not exceed 1.6 sq. ft. effective projected area. Do not exceed 60 Ib. maximum weight. E. Equip fixture with a 3 -prong photocell receptacle with shorting cap installed. F. Point inside and outside of fixture light gray, when installing on galvanized poles. For all other fixtures, paint to match the color of the pole as directed by the Department. G. Use a thermoset powder coat system. Ensure paint exceeds 1000 -hr. salt -spray test in accordance with ASTM 8117. Ensure a nominal thickness of 2.5 mil and no pigment loss upon 50 double -rubs using Methyl Ethyl Ketone (MEK) solvent in accordance with ASTM D5402, "Standard Practice for Assessing the Solvent Resistance of Organic Coatings Using Solvent Rubs." H. Fabricate brackets, nuts, bolts, washers, ballast tray, and parts from stainless-steel, or aluminum of adequate thickness as approved by the Department except that: 1. The 4 bolts/studs, 4 flat washers 4 lock washers and clamp that attach the luminaire to the arm may be galvanized in accordance with ASTM A123, A153 or 8633. Provide means to ensure clamp is in the open position when installing. 2. Glass lens retainer spring clips may be fabricated from galvanized steel in accordance with ASTM A153. 3. Provide nylon throat or other approved locking means for all stainless steel nuts. I. Provide optical assemblies which meet the following: 1. Polished aluminum reflectors with Alzak or equal coating. 2. Do not paint reflectors, except that, when approved by the Engineer, some surfaces may be painted with 92% reflective white paint. 3. Reflectors may be one piece or segmented as follows. a. One piece reflectors: 1. Seal photometric compartment by the use of a seamless or vulcanized seam, closed -cell silicone gasket, or other method approved by the Department. 2. Provide a non-adjustable lamp socket mounting method so the lamp center is consistent with the reflector. b. Segmented reflectors: 1. Attach segments at both ends (or opposite sides if segments are square) of the segment to a rigid aluminum base plate and side wall support assembly. Seal glass lens to lens frame with a one piece seamless silicone gasket. 4. Equip the optical assembly with a lamp support In addition to the lamp socket to ensure the outer envelope is positioned as intended. J. Provide 5/32 in. thick (min.) clear heat tempered or borosilicate glass. Electrical Components: K. Meet the following ballast requirements and pass tests in accordance with Test Method Tex -1130-T, "Ballasts of Lighting Assemblies." 1. Mount electrical components on a removable stainless steel or aluminum tray of adequate thickness. 2. Provide a fixture wiring diagram on or near the ballast. 3. Use o copper wound magnetic regulating three isolated coil ballast. 4. Provide ballast factor between 0.95 and 1.0. 5. When the circuit voltage indicated on the plans is applied, the ballast input wattage during fluctuations of the test voltage of plus 10 percent and minus 10 percent, do not exceed the following: a. 220 Watts for 150 watt nominal lamp rating b. 440 Watts for 250 watt nominal lamp rating c. 552 Watts for 400 watt nominal lamp rating 6. During fluctuation of the test voltage of plus 10 percent and minus 10 percent, ensure the lamp wattage fluctuation does not exceed a total of 20 percent and ballast maintains lamp wattage within the following limits. o. 110 Watts minimum and 180 Watts maximum for 150 Watt nominal lamp rating b. 175 Watts minimum and 370 Watts maximum for 250 Watt nominal lamp rating c. 280 Watts minimum and 475 Watts maximum for 400 Watt nominal lamp rating 7. Ensure the ballast power factor, when tested at circuit voltage indicated on the plans, is not less than 90%. 8. Permanently and clearly mark ballast or fixture to indicate following: a. Lamp type b. Catalog number c. Voltage rating d. Connection diagram e. Manufacturer f. *UL listing L. Meet the following electronic starting aid requirements and pass tests in accordance with Test Method Tex -1140-T, "Electronic Storting Aids of Nigh Pressure Sodium Vapor Lighting Assembles." 1. Provide a starting pulse with on amplitude of 2500 volts minimum, 4000 volts maximum. 2. Ensure the pulse width is a minimum of 0.8 microseconds at 2250 volts. 3. Ensure the pulse occurs when the open circuit voltage is equal to or greater than 90 percent of peak open circuit voltage. 4. Ensure pulse repetition rate is 0 minimum of one per cycle. 5. Provide a pulse current of 0.18 amperes (min.). 6. Discontinue to pulse when, either, a. the lamp starts, or b. after a minimum of 3 minutes and a maximum of 10 minutes if the lamp fails to start. M. Do not place fuses inside pole mounted luminaires. For wall mount or underpass mounted luminaires, provide internal 10 amp time -delay fuses. N. Provide a two position terminal block for connecting supply wires which meet the following requirements: 1. Insulate using nylon, porcelain, or phenolic material. Ensure phenolic terminal block is of adequate construction as approved by the Department. 2. Fabricate terminals from nickel, tin plated brass, or aluminum. 0. Equip fixture with MOV surge protection in accordance with [EEE recommendations. 1. Connect MOV from line to neutral or from line to line. 2. Install MOV on the terminal block. 1.91MD & Socket: P. Provide *UL listed mogul base lamp sockets rated for 600 V, 1500 W that can withstand a 5000 V pulse. Meet *UL 496 requirements. Use porcelain -insulated lamp sockets with nickel plated copper alloy screw shells. Equip socket shell with a spring tensioned contact. Use nickel -plated copper alloy or stainless steel for the spring and contact. Q. Supply and secure lamps inside the fixture that meet the following: 1. Use pre -qualified high pressure sodium (HPS) lamps from TxDOT's material producers list of the wattages shown on the plans. No alternatives allowed. 2. Average rated lamp life 30,000 hours. 3. Fully extinguish at end of usable lamp life and remain extinguished without cycling. 4. Do not provide lamps that burn at reduced output at end of life. 5. Meet the Federal Toxic Characteristic Leachate Procedure (TCLP) limits. performance: R. Meet the following photometric requirements using published photometric data and photometric data obtained by testing sampled fixtures. 1. 150 Watt mast arm (underpass) mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle in a rectangular area measuring 110.0 ft. by 30.0 ft., when mounted in a level position as indicated on the properly mounted fixture level bubble 20.0 ft. above the midpoint of either long side of the surface area. Do not exceed 50:1 maximum to minimum horizontal illuminance uniformity ratio within the rectangular area. 2. 250 -watt most arm mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle in a rectangular ores measuring 190.0 ft. by 45.0 ft., when mounted properly in a level position os indicated on the level bubble 40.0 ft. above the midpoint either long side of the surface area. Ensure light intensities along a line parallel to and 20.0 ft. in from the long side of this rectangular area do not decrease by more than 0.50 foot-candles In any 5.0 ft. interval along the line from 10.0 ft. to 90.0 ft. on both sides of the luminaire and provide a minimum intensity of 0.30 foot-candles at any point along the Iine.Do not exceed 20:1 maximum -to -minimum horizontal illuminance uniformity ratio within the rectangular area. 3. 400 -watt mast arm mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle in a rectanglular area measuring 220.0 ft. by 60.0 ft. when mounted properly in a level position as indicated on the level bubble 50.0 ft. above the midpoint of either long side of the surface area. Ensure light intensities along a line parallel to and 30.0 ft. in from the long side of this rectangular area do not decrease by more than 0.75 foot-candle in any 10.0 ft. interval along the line from 10.0 ft. to 90.0 ft. on both sides of the luminaire and provide a minimum intensity of 0.30 foot-candle at any point along the line. Do not exceed 20:1 maximum -to -minimum horizontal illuminance uniformity ratio within the rectangular area. S. Ensure photometric data is consistent from fixture to fixture. Match published photometric data (or approved photometric reports submitted during the prequalification process as the typical photometric output instead of published data) as follows: 1. Point of maximum candela within 5 degrees horizontally and vertically. 2. Maximum candela within 20% of published maximum candela. 3. Fixture efficiency within 10% of published efficiency. * When reference is made to UL, it can be considered to mean a Nationally Recognized Independent Testing Lab (NRTL). Comperoble standards of Canadian Standard Association, Electrical Testing Laboratories or Factory Mutual can be equal to the referenced UL standard. Sheet 1 of 2 CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION m REVISION NO. DESCRIPTION (n E 0 OT 0 0 0 U 0 0 Q) E 0 0 8) m 20,4"Texas Department of Transportation Traffic Operations Division ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) RID (LUM1) -07 ( TxDOT January 2007 ,y.: rxroT FcK: Txor loe. rxoor Immo REVISIONS Cu.T SECT Jul RICuNNI TI SWEET kV. 72A REVISION NO. Dote: Sep 10, 2015 - 2:19pn User:bj Ole: NAiF\Drawings \Txdot Stds\ridl.dwg U) 0 w >o N 0 CN 0 Z 0 m W' 0 0 0 Z w m U O LOUISIANA TO TXDOT SIGNALIZATION STANDARD DETAILS SHEET 166 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 Ereaualification: T. Use only pre -qualified fixtures. No alternates will be considered. 1. Only materials with approved product codes or designations from prequalified producers are accepted on bids. The Construction Division (CST) of the Texas Department of Transportation (TxDOT) maintains the material producers list of approved producer product codes or designations. Use the following website to view this list: http://www.dot.state.tx.us/business/producer_list.htm Use of prequalified material does not relieve the contractor of the responsibility to provide materials that meet the specifications. All materials, including those shown on the prequalified material list, may be inspected and tested at any time and may be rejected if not in compliance with the specifications. DESCRIPTION OF \1 tttttt _.;• r.:1 � SE�AN D. BARRYh* / 03X 114177 X: • 1,t1;;( NAS„ �� 1qq-/. Freese and Nlcl c. fte Texas Registered Engineering Firm F-21, 2. Notify the Department in writing as to which fixture from the prequalified list of approved fixtures will be supplied on each project. 3. To hove o fixture listed as pre -qualified: rII NICHOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fax - (361) 561-6501 a. Submit a sample of each type of luminaire and call pertinent data, including published photometric dato and -.1111 - 411! recently tested photometric data (IES format, both "averaged" and both sides of "un -averaged" data) to: TXDOT- TRF 118 East Riverside Dr. Austin, TX 78704 b. Demonstrate a commitment to quality. c. Submit the following documentation: 1. QA/QC program documentation with the following minimum requirements; a. Written statement the .i of companies QA/QC policy. b. QA/QC person employed that has special QA/QC training and has QA/QC as their primary job responsibility. c. A written procedure specifically for handling orders for fixtures built to TxDOT specifications. Q2 d. A written procedure for keeping track of fixtures built, certified, and tested for TxDOT orders. `, e. A check list of features for TxDOT fixtures with QA/QC person signature. ® 02 1I J QCD 6� CD u u I 2. Fixture UL certification 3. IP 65 certification Ma _E — G G 4. 3G certification N 1111111111111(1111111111( N 5. Aluminum c casting and paint analysis O Socket, MOV, and shutoff ignitor data 0 76. 7. Stainless steel and aluminum bracket data Ground Rod 8. Ballast electrical data 9. Photometric data FOR THREE -WIRE CIRCUIT -CENTER GROUNDED FOUR -WIRE CIRCUIT t0. Lamp data d. Prequalification samples, if approved, will not be returned to the manufacturer but will be retained by the LUMINAIRES SERVED AT 480V ON 240/480 VOLT LUMINAIRES the Department for comparison testing. Once a fixture hos been approved, do not change any material or SERVICE OR LUMINAIRES SERVED AT 240V FOR (240/480 Ground Rod -CENTER GROUNDED SERVED AT 240V VOLT SERVICE) i s VI manufacturing method without prior approval of the Department. Unapproved changes will result in rejection FOR 120/240 VOLT SERVICE. of the fixture. e. In addition, luminaires will be tested for compliance with this specification. Luminaires that inconsistently pass testing or that are inconsistent with published photometric information will be removed from the pre -qualified list at the discretion of the Department. .£omolina: U. Sample in accordance with Test Method Tex -1110-T, "Sampling Lighting Assemblies." NOTES: Manufacturer WorrantY: DESCRIPTION ORPUS CH, .EXAS Df Capital Proc V. Replace failed fixtures, when non-operable due to defects in materials or workmanship within five years of installation 01 Use 1/2 in. -13 UNC threaded, copper or tin-plated copper, pole with o fixture that passes all testing, delivered to the project location. Lamps and photocells are subject to the warranties bonding connector, sized appropriately for conductors. of their respective manufacturers. 0C) Use pre -qualified Breakaway Connectors for both T -Base and Shoe -Base installations. Isstina: 40 Split Bolt or other connector. W. Conduct electrical testing required in the Ballast section. Provide photometric testing of fixtures. Test fixtures 50 Use Ground Rod Clamp listed for its intended purpose of the following rates. 1. Manufactuer Testing. Before fixtures are shipped from the manufacturer, test fixtures as follows. (i.e. concrete, direct burial...) From each lot or manufacturing run, select one completed fixture of each 25, with a minimum of 2 and o maximum 5. Test independent of photometrics at an test lab inspected and approved by TxDOT. Electrical testing may be performed at manufacturer's facility. o. Provide IES photometric report in two formats: 1. Standard averaged format for asymmetric fixtures. 2. Un -averaged format showing both sides. Un -averaged data may be supplied in two files or as approved by the Department. b. Provide electrical and photometric test data directly to TRF -TE electronically for evaluation prior to shipping fixtures to the project. Do not ship fixtures until test data for each lot is approved by TRF -TE. c. Provide the following information test AN DRIVE UFORD (BOND 2012) ION STANDARD DETAILS on reports: 1. TxDOT's Control -Section -Job number, maintenance contract number, or purchase order number the fixtures are assigned to, 2. a unique fixture test number per fixture, 3. date of manufacture, and 4. supplied lot quantities and number per fixture type. d. Write the unique lab report number on the top of the fixture housing with permanent marker. Ensure the test lab retains the results for 5 years. Provide the Department access to documentation. e. Retain records of manufacturing lots, test reports, lot quantities, and other pertinent details. Submit records to the Deportment upon request. Sheet 2 Of 2 f. Submit to TRF -TE a doily shipment report for shipments to each job. d g. Make available to TxDOT inspectors upon request, all manufacturing facilities involved in the production of fixtures for use on Deportment projects, inventories of fixtures produced to Department specifications,-114-"mTexas and records of fixture testing and tracking.Traffic 2. Departmental Test Reporting. Departmental test reports will be issued in accordance with Tex 1110-T. Department of Transportation Operations DNIslon ROADWAY OCE LOUISIANA TO B TXDOT SIGNALIZAT ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) RID (LUM2) -07 Bar Is one inch on original drawing. If not one inch on this sheet, adjust scale. 0 TOOT January 2007 ^,: MOT [ : TOOT111111 . TOOT CS: TXDOT REVISIONS C..,r S;CT JA wICNnyl i L ^i5r� CvI:I.TI $H00T Iw. I 728 1 J I K— n o ,) Dote: Seo 10. 2015 - 2:19nn User b i Filen N:\iF\Ilr•nvfnnc\T,,,an+ c+N ,riel, Nut,. R > o CITY PROJECT f E12093 CONSULTANT'S SHEET No. 11/4" Minimum PVC To Electrical Service FNI PROJECT: COR13155 1" PVC To Telephone Service •/ F_________96. / / . _II \ / 1 rl Control ler Cabinet Cabinet Ground Bus _ 5« { '"}P� ••. i ....4), ' 4 �� ` I I I I II 1 13 UNC S. NSERT� IBS/=' - - q/i' - �o: j� c rr T4 I� `�S �u m a. rn II 11 Z 9.., ,i� °"„ 11 %2 13 NC Mounting `- - 4, • 11 Bolts (4 Typical) - 44" - „v o •'4 uw h,�;;; 11 11 m azo . g 4h�..� e LLrc TOP VIEW II I I 1 11 11 11 ' 11 Inserts ] ® I Grounding Conductor 88 AWG w M (Slab & Base) 11 I II (4 Typical) 25"r1" 4diz" 11 II 11 I 11BASE ALUMINUM CABINET 471/4" Min. LYy U---16" A lam. Grade -�-- 16° -U - - - - WO r x a ♦ 2d/,• N m W= V ._ II u.5' " o o " 0 0 0 o ��Slab a NI 7g II III I I '^ ' 8 �Y �m iiaNv tOs" - - - - - - - - - - - - - ('�� I r r. .. ..To 11/4" Minimum PVC To Electrical Service m E j ^, II II v v Copper -Clad Steel Ground Rod s o II A - 1" To Telephone Service s/e" F x 8' min. I I 1 1 1 1 1 I I 11 1111 1, I I I 1 1 1 1 1 1 ' 1 1 11 11 11 1 56.5" 281/2" Min. 3" Conduits SIDE VIEW To Signal Poles CABINET BASE W a in z Z o' o pmS d O-.na L I I 1 I I I I I 1 I I I I I I I I l I I I 1 1 1 I I I 1o (S I ab & Base) i 1 1 1 1 1 1 11 1 o 11 11 11 11 I 44,000 1-18.000-140,625 re o I 1 1 1 1 1 1 Icn V 0 I I I I I I I I 0 0 I I I I I I I I I I I I I I I I I I I 1 -Q 0 O II II II II I ( 1 1 1 1 11 11 1 I I I I I I I I I I o 0Cl- \0 1t7o o (4�II' N �N •a Q V 11111111 II 11 11 11 Wire Mesh ,; <;; <,; <,; <;; NIi� 1 0 O O (_)I_ (See Note 12) r O Grade DESCRIPTI( E 0 1-C _ 0 ., 1>'X2" U 3" 0 OBROUND (8X) TRAFFIC SIGNAL CONTROLLER BASE: 10. Bond a 08 AWG copper ground wire and an 8 ft ground rod bonded to the reinforcing mesh by a suitable UL Listed N (n J Q I- 1. Provide o traffic signal base (cabinet base) manufactured of 0.125 aluminum with mill finish. clamp and terminated to the cabinet grounding bus for the purpose of providing a local ground for the electrical grounding conductor. The electrical grounding conductor specified in Item 680-3.0.4 is required and must be terminated to the cabinet ground bus. 11. Install a PVC sleeve to prevent the ground rod from direct embedment in the slab. NOTES; 1. FULL WELD CONSTRUCTION. r N Q 2. (Omitted) 3. The aluminum cabinet base must conform to the dimm dimensions shown and must accommodate m a standard Txdot baseount cabinet. 12. Provide welded wire mesIl4x4W2.9 X W2.9 for reinforcement. Provide Joints and splices in the mesh with o minimum 6 -Inch overlap. Cen er the mesh between top and bottom and provide a minimus 3 inch cover on the edges. CABIN ET BASE 13. Provide Class 8 concrete minimun for the slab in accordance with Item 421. Construct the slob in accordance m 0 Z m0 0 Q with Item 531. 4. Supply the cabinet base with four "-13 UNC stainless steel Inserts for attachment of the cabinet to the %2 ; v Q base. Inserts must withstand a minimum torque of 50 ft -ib and o minimum straight pull out strength of CONDUITS:.-. 750 lbs. I- 14. Stub up and run 3 -inch conduits through the slab to the various traffic signal poles and ground boxes as shown on 5. Provide the cabinet base with 4 cable racks mounted one on each side of the base 2" to 7 " from the top the layouts. Install the - VI OCEAN DF LOUISIANA TO BUFORC TXDOT SIGNALIZATION S' number of conduits as shown on layouts plus two additional 3 inch conduits for future edge of the base. Unless approved otherwise, cable racks must be 1-1/2 x � x N6inch steel channel with use. Terminate the conduits with a bushing between 2 and 4 -inches above the slab. eight T -slots spaced at 1-1/2 inches. The cable racks must easily accomodate the insertion of tie wraps 15. Extend conduits for future use a+ least 18 -inches from the edge of the slab, terminate underground with a to attach field wiring to the rocks to serve as strain relief. Secure cable racks to the base Texas Department of Transportation , Traffic Operations Dlv/slon o using coupling, and cap and seal so that the seal can be removed without danoging the coupling. This must also apply to /2"-13 UNC stainless steel screws and inserts. unused telephone conduit. 6. The cabinet base, when secured to the concrete slab with controller cabinet attached, must withstand a 16. Stub up two separate conduits through the slob from the electrical and telephone services. Run the conduit for the minimum wind load of 125 mph or a 850 Ib force applied at 49° above the bottom of the base without causing electrical feed directly to the electrical service enclosure. Run the conduit for the telephone line directly to the the base or cabinet to come out of their anchored position or cause any permanent deformation. The telephone service, usually located on the sane pole as the electrical service. Telephone must not under any circumstance manufacturer must supply certification by an independent testing laboratory or sealed by a Texas Licensed shore o conduit with any other function. Professional Engineer. Provide the cabinet base with hardware for attachment to a concrete slob. TRAFFIC SIGNAL CONTROLLER CABINET 0 z o iii o: 7. The traffic signal base must be permanently narked either by impress or by permanent ink with the 17. Terminate electric and telephone conduits above the slab with a coupling. After the base is installed, extend the conduits above the manufacturer's model number and name or logo. top of the base and secure to the base using a steel one -hole strap or similar suitable substitute. CONTROLLER CABINET: 8. Seal the base to the concrete with a silicone caulk bead and fastened to the slob per 18. Anchor the controller cabinet to the base using four stainless steel 1/2-13 NC bolts. manufacturer's instructions. CONCRETE SLAB: 19. The silicone caulk bead specified In Item 680.3.6 Rust be RTV 133. BASE A N D P A D TS -CF -04 s one Inch on original ng. If not one inch on sheet, adjust scale. 9. Traffic signal control ler pad must be a portland cement concrete slob poured In place, must to the dimensions PAYMENT: ()TOOT October 2000 m,: rzoor Icx: Mor"": rxoor Ice: rxoor conform shown, and must be level. 20. Bid TS -CF as subsidiary to Item 680. 12-04 R'°'''°"' cue SOOX Jag 0104W01 In J U. ,Si C"U1,1 S.EET i... 132 `°" SHEET 168of 190 VERIFY SCALE 0 1 I 1 RECORD DRAWING NO. STR-883 Dote: Sep 10, 2015 - 2220on User: b i File: N:\if\Drnwinnc\Txdnt CtNc\tc-, 0-na N,... CITY PROJECT / E12093 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 damages resulting from its us 1'-4" � .���. .�U ° s Damping R (.125" thick aluminum sign blank) ,,,, GENERAL NOTES: In accordance with the findings of TxDOT sponsored o_ �} i jo; �,e-,.:, % ^o; Q"o ^ �:� c a w�oi LS •• _ — . --�-- — Mounting 1 V2 a Sch 40 r i I Saddle e mounting U-bolt t -.e aluminum mounting l 1 i /2" dia. tube saddle research, the installation of 0 damping plate ate i n end ofas i signal with armsaofsSMAoandhDMA standard structures reduces excessive harmonic vertical vibration, and thus fatigue damage. Any deviation DESCRIPTI o ••., :x'11, ''' . e,y�� ' 4. pipe a Dampin R zp 9 5'6" from these details may reduce the effectiveness of Location of 4 Equal Spaces 1 IA"dia, Sch 40 3" length nipple Setscrew Top of mast arm this damping device. L 0 Damping R Mounting Clamp l 1 /2" 1 �2" _/ 1 %2" Threaded band (or cable) r�1 mount clamp �" Aluminum sign blank for damping plate shall conform �; to Departmental Material Specifications DMS 7110. •, Materials for mast arm mounting clamp and tube saddle ;o shall be aluminum castings or aluminum alloys as in In W J 0 m' m Mounting Mast arm accordance with manufacturers' stipulations. Mounting pipe, pipe nipple and coupling shall be aluminum alloy y a W - �m Clamp tube saddle 6061-T6 or 6063-T6. Damping plate mounting clamp W V c s or or incorrec and u-bolt assemblies shall conform to Standard sheet M ; g f c - I-I� — __ 1A It l� i � l -L+ I--ice R_ - — - — — T— — — - — — — — ^� I 4- -A,+ _ I h� _ - �cJ S� �A I� It It It re-,-, I--- +N a` - � - �- I— — — l (�5� It T III SMD(GEN)-O8. U-bolts for saddle mounting shall have a minimum yield strength of 36 ksi. Damping plate shal I be mounted horizontal I y, Position centerline of damping plate to align with centerline of signal head assembly. Vertical clearance m li '� �a v m s 2 , 5v n Ti 3 •.o s a,^_�,o y °^ 1 IA" dia C Damping between signal head (with or without backing plate) and bottom damping ZE'� m, o ` aluminum pipe R of plate shall be maintained as shown. The attachments shown here are examples only, other supporting details which meet both a O m m a ° alignment and vertical clearance requirements are also acceptable. PLAN Unless stipulated by the manufacturers, all steelZ O 'US CHRISTI S pital Programs Damping R (.125" thick' sign blank)Contractor parts shall be galvanized finish in accordance withStandard Specification Item 445, "Galvanizin galuminum (71 r shall verify applicable field dimensions Support Assemblies 1'-O" Min 6" . Vented back plate before the installation. Saddle mountingSpacing 4 l/Ne" dia square head connection bolts between damping R and1 U boIt A SECTION /z" 9 placement l (Showin standard1. A-A of signal head) 5/s" square ;O uo1S mounting clamp. I 1 (Mounting clamp U bolt is not shown for clarity)head bolt TION � IIiS LI �I — — 1 1' 4" Damping Nylon washer, () o I I . _.i kill," i/z" flat washer & "-' 1 i/2" dia Sch 40 aluminum mounting mounting clamp w/ _e 1 %2" dia tube saddle Damping R aluminum (.125" thick sign blank) 1 dia Sch 40 lock washer ��1 N pipe extending full U-bolter Setscrew -i 1 1 /z" dia, aluminum `411110_3111\ W`_`_`_" 5'-6" of damping J l/4" dia Sch 40, _ mounting pipe n 7 RE plate sq head , , a 1 1 threaded All or partially _—_—_---_ �f —_-----�— �. it Edi, MI 0 I--oa (Typ) _, , o nipple ,Saddle threaded coupling 1O a mounting F � U bolt Mountingclam p 1 /2 d i a iV2" R R L--.1 �� o _ V _ Mast arm o tube saddle �! _ i/z" dia, 1 IA" i mounting clamp Cr.- — — — — c E Coupling , %1 I Sch 40, Dia a l um i num (specified or � IT , all threaded pipe �� universal) (n ��� // \\ _� y\` , + Setscrew Top of nipple .0 Mountingl amp clamp ^ N VI Q H- 1,, 1 %2 " Threaded = band (or cable) mast arm ',- s U bo I t O CV121 L>_J mount clampmwllD \\ / � � 1 %2" Threaded r�� mount claband or mpble) SECTION B-B (Showing damping plate attachment) ,- . m 0 Z 0 0 Q Mast arm 0 .• �•••�• �•;, Signal head attachment w OC 0 ,.IIP o D ct O Z LL 0 Z Vented back Ix Vented back z OCEAI NA TO BU GNALIZATIC plate F-- C Damping R and signal head assembly ELEVATION SECTION A-A (Showing alternate placement of signal head) plate ' Texas Department of Transportation , Traffic Operation Dlvlslon o oo ce (Mounting clamp U-bolt is not shown for clarity) DAMPING PLATE MOUNTING DETAILS MAST ARM DAMPING PLATE c e �.__O1 DATE: FILE: (Showing alternate placement of signal head) Recommended supporting assemblies to achieve required height DETAILS Bar is one inch on orig drawing. If not one incl this sheet, adjust scale. Q 0 (n Height required One nipple each length Two nipples plus One coupling each length each length D O J ~ Q 6"-6 N" 3" - - MA-DPD-12 x 1-- 7"-8 1/2 4" ©TxDOT January 2012 BN: JSY ICK: FRC low: TGG ICIO JSY 9"-10 V2" 6" - - REVISIONS CONT SECT JOB HIGHWAY 11"-15 /2" - 4" 5" SHEET 1 69 of 190 16"-24" 6" 10" GIST COUNTY SHEET NO. RECORD DRAWING NO. 33STR-883 Dote: Sep ID, 2015 - 2'23pn User: b i File: NWf\Dr nwinos\Txdot Stds\nn-dnd-IP.dwn L it > o CITY PROJECT / E12093 3/4' STAINLESS STEEL BANDS z 0 N 18 0 4 4 4 4 R10 -3e SIDE OF POLE (STEEL) MOUNT SYMBOLIC PEDESTRIAN HEAD BRACKET ASSEMBLY PEDESTRIAN SIGNAL HEAD (LED)' 10' PEDESTAL POLE (4 1/2" PIPE) TRANSFORMER BASE r• IB c Y POLE CAP BASE COLLAR ASSEMBLY �\ 4 SEE TS -FD DETAILS 4 4 2' MIN. R10 -3e 10' MAX. 0 0 0 CO CC Uw aZ 7 VC 0.. SYMBOLIC PEDESTRIAN HEAD BRACKET ASSEMBLY PEDESTRIAN SIGNAL HEAD (LED) 18 PEDESTAL POLE (4 1/2' PIPE) BASE COLLAR ASSEMBLY TRANSFORMER BASE SEE TS -FD DETAILS 0 0 0 POLE CAP SIGNAL HEAD 7". Y 4 4 4 R10 -3e z a 0 w'//,��`�1,��'�1,�� PEDESTAL POLE MOUNT PEDESTAL POLE MOUNT WITH VERTICAL SIGNAL HEAD r#® START CROSSING' Watch For Vehicles 00N'T START Finish Crossing I. 11 Started 41 TINE REMAINING To Finish Crossing DON'T CROSS TO CROSS PUSH BUTTON R1 0-3e SIGN NOTE: 1. SEE INTERSECTION PLAN VIEW & MATERIALS LIST FOR NUMBER dc LOCATION OF PEDESTRIAN SIGNALS & PUSH BUTTONS. 2. THE CONTRACTOR SHALL MOUNT THE PEDESTRIAN HEADS AT A UNIFORM HEIGHT FOR EACH INTERSECTION. Dote: Sep 10, 2015 - 2e6pn User:bj File: N'\if\Drawings \City Std's\CV-STP2-PL-SGNL10.dwg CONSULTANT'S SHEET No. FNI PROJECT: C0R13155 DESCRIPTION m 0 z to DESCRIPTION REVISION NO. N 0 N 0 z 0 ;m CC CI 0f 0 z� Q D LLJ m U 0 LOUISIANA TO TRAFFIC SIGNALIZATION STANDARD DETAILS SHEET 170 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 X00 " ASTRO—BRAC" MODEL AB -3026 ARTICULATING—STYLE, OR APPROVED EQUAL 2" DIA. PIPE 00 0 MIN. 4"x6" HANDHOLE 9 SIGNAL FACE CAST ALUMINUM HARDWARE HORIZONTAL PLANE (ARM SHALL HAVE MAX 0.2 RISE PER FT.) END AND CENTER SIGNAL/SIDE OF POLE MOUNTING DETAIL Dote: Sep 10, 2015 - 226pn User:bj File: NNE \Drawings\City Std's\CV-STP2-PL-SGNL19.dwg PROPOSED CLASS A CONCRETE APRON REINFORCED WITH # 3 REINFORCING STEEL. 0 10" PEDESTRIAN PUSH BUTTON * TYPICAL: BOTTOM OF SIGNAL AT MINIMUM 16'-0" ABOVE STREET GRADE • • NOTES: 1. SIGNAL HEADS SHALL BE "STAIRSTEPPED MOUNTED" ON MAST ARM. TO MAINTAIN EQUAL VERTICAL CLEARANCE. 2. CLAMP AROUND AND SLIPFITTER TYPE MAST ARM ATTACHMENTS MAY BE USED, WITH APPROVAL OF ENGINEER. 3. REFER TO INTERSECTION PLAN VIEW AND MATERIAL LIST FOR NUMBER AND LOCATION OF TRAFFIC SIGNAL AND PEDESTRIAN SIGNAL HEADS. PLAN VIEW GROUND BOX REINFORCING STEEL APRON CONCRETE CONDUIT OR DUCT CABLE ELEVATION VIEW APRON FOR GROUND BOXES ( WHERE REQUIRED BY PLAN NOTES ) I I L J VIEW A—A COVER SECTION DETAIL 1. GROUND BOXES SHALL BE MANUFACTURED FROM POLYMER CONCRETE AS CALLED FOR IN SPECIFICATIONS. 2. MINIMUM INSIDE DIMENSIONS (LXWXH) FOR TYPE A 11"x17") TYPE C 13"x24"') TYPED 17"x30' ))))) 3. RPM GROUND BOX SHALL BE DESIGNED FOR A 20,800 POUND (AASHTO H-20) SINGLE WHEEL LOAD OVER A 10" x 20" AREA IN ACCORDANCE WITH AASHTO SPECIFICATIONS. 4. COVER SHALL BE POLYMER CONCRETE BOLT—DOWN WITH " TRAFFIC SIGNALS " IMPRINT. A GROUNDING LUG 1/2-13 NC FEMALE THREADS SHALL BE PLACED ON THE UNDERSIDE OF THE COVER. COVER SHALL BE BONDED TO GROUNDED CONDUCTOR WITH THREE FOOT JUMPER, BLACKBURN TTC4 OR BURNDY KC2262 CONNECTOR AND SPLIT BOLT CONNECTOR. 5. THE COVER SHALL BE PROVIDED WITH A DROP HANDLE AND SHALL BE HELD DOWN BY MEANS OF ONE OR MORE BOLTS. 6. EACH PULL BOX SHALL HAVE ONE 3" x 4" (APPROXIMATE DIMENSIONS) CONDUIT OPENING AT EACH END. 7. THE PULL BOX & COVER SHALL BE GRAY OR BLACK IN COLOR. 8. THE PULL BOX & COVER SHOWN ON THIS DRAWING ARE EXAMPLES—ONLY. PULL BOXES & COVERS OF OTHER DESIGN WHICH MEET THE REQUIREMENTS IN THESE NOTES WILL BE DEEMED ACCEPTABLE. 9. A MINIMUM GRAVEL FILL OF 18 INCHES SHALL BE PLACED UNDER EACH GROUND BOX. 10. WHERE INDICATED ON PLANS, GROUND BOX WILL BE ENCASED IN CONCRETE APRON AS DETAILED. GRAVEL FILL IN CONCRETE CINDER BLOCK * = 5" MIN. TO 9" MAX. PULL BOX DETAIL (TYPE A,C,&D) CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION m 0 DESCRIPTION 0 U m REVISION NO. N O N 0 Z 0 Cil 0 0 Q 0 Z L1 W mCO U 0 LOUISIANA TO TRAFFIC SIGNALIZATION STANDARD DETAILS SHEET 171 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote: Sep 10, 2015 - 2:27pn User:bj File: N+\if\Drawings \City Std's\CV-STP2-PL-SGNL22.dwg R409 ILSN STREET NAME SIGN AS PER SPECIFICATIONS NOTES: TYPICAL MOUNTING CONFIGURATION (OTHERS POSSIBLE) ELECTRICAL CONNECTIONS HIDDEN FOR CLARITY ILSN SIGN NOTES: BACKBRACE SLIDER PELCO U -BOLTS (ANY 5/16-18 UNC BOLTS MAY BE USED ELECTRICAL TERMINATION (WIRING NOT SHOWN) TYPICAL STREET NAME SIGN MOUNTING DETAIL 1. EIGHT FOOT ILSN SIGN SHALL NOT EXCEED 11.5 SQ.FT. EFFECTIVE PROJECTED AREA (EPA) AND SHALL NOT EXCEED A WEIGHT OF 85 LBS. SIX FOOT ILSN SIGN SHALL NOT EXCEED 8.7 SQ.FT. EPA AND SHALL NOT EXCEED A WEIGHT OF 70 LBS. 2. SIGN MESSAGE SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 3. SEE SPECIAL SPECIFICATION, "INTERNALLY LIGHTED STREET NAME SIGNS" FOR ADDITIONAL DETAILS. MAST ARM OR ILSN ARM PELCO ASTRO-BRAC AS -3009 CABLE MOUNT EXPLANATION OF DESCRIPTION INTERNALLY LIGHTED STREET NAME SIGN SIGN LENGTH, 6 OR 8 FT. SINGLE OR DOUBLE FACE ILSN Sign 6 S DESCRIPTION m REVISION NO. CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION 4- O 0 to E O 0) O 0 0 a 0 0 0 a� E 0 a 0 m REVISION NO m C U O h N E m 3 m o e — m v ..- Elawe K W >0 N 0 0 Z 0 CO CC 0 0 0 Z L- D LLI CO 0 0 LOUISIANA TO TRAFFIC SIGNALIZATION STANDARD DETAILS SHEET 172 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT f E12093 GENERAL NOTES. 1. DETAILS SHOW A TYPICAL SIGN WITH TWO FLASHING BEACON HEADS. WHEN ONLY ONE BEACON IS REQUIRED, INSTALL THE UPPER BEACON. 2. SEE TXDOT ITEM 685, "ROADSIDE FLASHING BEACON ASSEMBLIES" FOR FURTHER REQUIREMENTS. 3. SEE TXDOT SMD STANDARD SHEETS FOR LATERAL AND VERTICAL CLEARANCES AND SIGN MOUNTING DETAILS. INSTALL SIGNS AS SHOWN ON THE SIGN LAYOUT SHEETS. 4. USE A DRILLED SHAFT FOUNDATION AS SHOWN IN THE PLANS. WHEN PLANS REQUIRE A DRILLED SHAFT FOUNDATION, SEE TXDOT STANDARD SHEET TS -FD. ON A SLOPE, INSTALL ONE EDGE AT GROUND LEVEL. DRILLED SHAFT FOUNDATION IS SUBSIDIARY TO TXDOT ITEM 685. 5. INSTALL BEACON HEADS AS SHOWN HERE, AS SHOWN ELSEWHERE ON THE PLANS, OR AS DIRECTED. USE HARDWARE SPECIFICALLY DESIGNED FOR MOUNTING BEACON HEADS ON POLES. 6. POLE SHAFT SHALL BE ONE PIECE, SCHEDULE 40 SPUN ALUMINUM PIPE, ASTM 8429 OR 8221 (ALLOY 6061-T6 ONLY). ALUMINUM CONDUIT WILL NOT DEVELOP THE NECESSARY STRENGTH AND WILL NOT BE ALLOWED. 7. PER MANUFACTURER'S RECOMMENDATIONS, ENGAGE ALL THREADS ON THE PEDESTAL POLE BASE AND PIPE UNLESS THE PIPE IS FULLY SEATED INTO BASE. IN HIGH WINDS, USE A POLE AND BASE COLLAR ASSEMBLY TO ADD STRENGTH AND PREVENT LOOSENING OF CONNECTION. 8. PROVIDE SINGLE POLE NON-FUSED WATERTIGHT BREAKAWAY ELECTRICAL CONNECTORS FOR FRANGIBLE PEDESTAL POLE BASES, AS SHOWN ON TXDOT'S MPL IN THE FILE "ROADWAY ILLUMINATION AND ELECTRICAL SUPPLIES." APPROVED MODELS ARE LISTED UNDER TXDOT ITEM 685. FOR UNGROUNDED (HOT) CONDUCTORS, INSTALL A BREAKAWAY CONNECTOR WITH A DUMMY FUSE (SLUG). FOR GROUNDED (NEUTRAL) CONDUCTORS, INSTALL A BREAKAWAY CONNECTOR WITH A WHITE COLORED MARKING AND A PERMANENTLY INSTALLED DUMMY FUSE (SLUG). 9. PROVIDE CLEARANCE AS SHOWN ABOVE THE SIDEWALK OR PAVEMENT GRADE AT THE EDGE OF THE ROAD. WHEN A BOTTOM BEACON IS NOT USED, MOUNT THE BOTTOM OF THE SIGN AT LEAST 7 FT. ABOVE THE SIDEWALK OR PAVEMENT GRADE AT THE EDGE OF THE ROAD. 10. MAKE CONNECTIONS TO GROUND RODS ACCORDING TO NEC. GROUND ROD CLAMPS SHALL BE LISTED FOR THEIR INTENDED PURPOSE. 11. ENSURE HEIGHT OF CONDUIT AND GROUND ROD IS BELOW TOP OF ANCHOR BOLTS. 12. APPROVED EQUIPMENT WILL BE SELECTED FROM TXDOT'S APPROVED EQUIPMENT LIST. LINE SIDE INSULATED CONDUCTORS FROM GROUND BOX 12" BEACON (SEE NOTE 5) :r N 01 NEW PEDESTRIAN SIGN (W11A-2) 5/8"x8' COPPER CLAD GROUND ROD (SEE NOTE 10) fF� --c -c ACORN POST CAP 13'-15'x4" ALUMINUM POST (SEE NOTE 6) DRILL POLE FOR WIRE ENTRY USE BUSHING OR RUBBER GORMMET TO PROTECT CONDUCTORS DRILLED SHAFT FOUNDATION-/ (SEE NOTE 4) LOAD SIDE INSULATED CONDUCTORS EQUIPMENT GROUNDING CONDUCTOR BREAKAWAY TRANSFORMER BASE NON—FUSED BREAKAWAY ELECTRICAL CONNECTORS TO FLASHING BEACONS CABINET BOX BOTTOM OF BOX SHALL BE 4'-6" IF CLEARANCE IS MET IN NOTE 9 POLE AND BASE COLLAR ASSEMBLY (REQUIRED) BREAKAWAY TRANSFORMER BASE BREAKAWAY ELECTRICAL CONNECTORS (SEE NOTE 8 & DETAIL) r"7 3" MAX. (FLUSH DESIRABLE) z 1-2" CONDUIT TO SIGNAL GROUND BOX FLASHING BEACON SECTION caux ,=( 1 LINE -■lid}) 5/8"x8' COPPER CLAD GROUND ROD (SEE NOTE 10) Y---uI EDIE LOAD NON—FUSED BREAKAWAY ELECTRICAL CONNECTORS EXPLODED VIEW DESCRIPTION m 0 CONSULTANT'S SHEET No. FNI PROJECT: COR13155 DESCRIPTION 1- V) 0 to E 0 0 O 713=111)Q NNW pW.� U I— 0 0 °1 > a U o 0 0 REVISION NO. w^ 01 0 > >o N 0 N 0 Z 0 w m 0 Cr 0 Z L.I Q w m 0 0 0 Z U) 0 J FLASHING BEACON DETAILS SHEET173 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT f E12093 Dote: Sep 08, 2015 - 1:59pn User: bj File: Nr\if\Drawings\CV-DCN-DT-FLASHER.dwg SN NOTE: • IN THIS AREA PREPARE SOIL ON SITE TO PROVIDE A BERMED PLANTING BED CONTRACTOR TO ENSURE PROPER DRAINAGE IN THIS AREA /96 NATAL PLUM C8IGNAC — LAND5CAPE Fco•161geo. AN -A ARCHITECTURE Design • Pluming • I,,lgeuon • Landscape 3833 5.514818s 5... N 49 R 3618830195 F. 361)314.0% Cope 088 41.1 Tome 18411 Emil: SIgnaclandscep84881.8 2 CHINESE FAN PALMS 5 ESPERANZA 109 GULF MUHLY GRASS EXISTING LAWN TO PROTECT & REPAIR 2 MEDITERRANEAN FAN PALMS 3 CHINESE FAN PALMS LP 325 NATAL PLUM 3 MEDITERRANEAN FAN PALMS TYP. 5 OR AS REQUIRED 1 MEXICAN FAN PALM 50' APART 0 1 MEDITERRANEAN FAN PALM SPK° 1 SPK •:T.�Frn��i.. EDGING 4+00 .�_,�u�yy '�.ini:�ii 40 NATAL PLUM EDGING 1 MEDITERRANEAN FAN PALMS MATCH EXISTING GRADE AND LAWN COVER – 0 3 CHINESE FAN PALMS 3400 O _ _--r 2 CHINESE FAN PALMS 3 CHINESE FAN PALMS SPK° 0 EDGING 70 NATAL PLUM SN cl NOTES: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTINGS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY. 3. REFER TO CIVIL PLANS FOR ADDITIONAL INFORMATION. 60 NATAL PLUM 3 MEDITERRANEAN FAN PALMS ANDSCAPE PLAN STA 02+94 TO 08+50 SCALE: 1"=20' (HALF SIZE 1"=40') Z� 0 LEGEND NEW BERMUDA SOD W/4" OF TOP SOIL EXISTING MEXICAN FAN PALM TO REMAIN & PRUNE/SHAG IN THIS AREA ONLY LIGHTPOLE 9 MATCHLINE STA 8+50 :w 9P 4 ESPERANZA 174 GULF MUHLY GRASS 0 w w Z r 9+00 L.P. 10+00 OCEAN DRIVE 3 FLORIDA SABAL PALM (10',12',14' TRK. HT.) 11+00 210 NATAL PLUM 3 MEXICAN FAN PALMS TYP. 50' APART 21 ESPERANZA 9 CHINESE FAN PALM 12+00 13+00 14+00 co 6 ESPERANZA L.P. 1 CHINESE FAN PALM 4 ACCENT BOULDERS 5 MEDITERRANEAN FAN PALM S 4' L 12' L L.P. 353 GULF MUHLY GRASS OCEAN DRIVE 115 NATAL PLUM 1 MEXICAN FAN PALMS 50' APART 2 CHINESE FAN PALMS ANDSCAPE PLAN STA 08+50 TO 14+08 SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' LEGEND ACCENT LIMESTONE BOULDERS L 1246, M� S� LARGE-3'X2'X3' MEDIUM- 2' X 2' X 1' SMALL- 1'X2'X1.5' LIGHTPOLE d DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 9/9/15 M 0 REVISION NO. DESCRIPTION to E 0 0 N o XU Lu o 11, E 0 0 6) 0 m 444 0 z 0 00 c r r O O o e o C O h O C O t w 7 CP. CC o o 8 V O E m0 N §'o N 0 CN 0 Z 0 > CO E 0 O O Z L.L_ W CO U 0 0 Z N 0 J LANDSCAPE PLAN SHEET 174 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 Dote —7 User: ® File: File: CU"' SN oo ENM 0 GICsNAC LANDSCAPE Rd trrgua.ABLA ARCFI ITECTURE Dwlgn • Plaming • IrrigatIon • Landeape 3833 5. Oa. N 53 P: 361838155 F. 361H14Et5 Papua Qr1eU Twee 18411 Emll: gigracked cepaeeol`ce MHO 185 NATAL PLUM 1 SEAGRAPE TREE L L s OICSAN DRIVE M 3 FLORIDA SABAL PALMS (10',12'&14' TRK. HT.) 16+00 15+00 MHO 17+00 MH 3 FLORIDA SABAL PALM (10',12'&14' TRK.HT.) L.P. 14' 12' 10' 5 MEDITERRANEAN FAN PALM 4 ACCENT BOULDERS L.P. 5 ACCENT BOULDERS 3 ESPERANZA 48 GULF MUHLY GRASS OCWAIV DRIVE 3 MEDITERRANEAN FAN PALM GbLE PARI COLE PARI NOTES: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTINGS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 8° BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY. 3. REFER TO CIVIL PLANS FOR ADDITIONAL INFORMATION. 1 LANDSCAPE PLAN STA 14+08 TO 19+50 z SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' SN LEGEND ACCENT LIMESTONE BOULDERS 1;;t LARGE- 3' X 2' X 3' M� 14' MEDIUM- 2' X 2' X 1' SMALL- 1' X 2' X 1.5' FLORIDA SABAL PALM W/ TRK. HT. LIGHTPOLE 0) m MATCHLINE S 21+00 659 GULF MUHLY GRASS 22+00 L.P. L.P. 1 SEA GRAPE TREE 12' L 3 MEDITERRANEAN FAN PALM M 1 SEA GRAPE TREE OCEAN DRIVE 3 FLORIDA SABAL PALMS (10',12' & 14' TRK. HT.) 130 NATAL PLUM 13 CHINESE FAN PALM 7 MEXICAN FAN PALM TYP. 50' APART 39 ESPERANZA 1 SEA GRAPE TREE L.P. 14' 10' 3 ACCENT BOULDERS Date User: ® File: File: 0 SA/ ANDSCAPE PLAN STA 19+50 TO 25+17 SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' Z4 q 25+00 •0 MATCHLINE STA 25+17 SEE SHEET 1 DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 9/9/15 li 0 REVISION NO. DESCRIPTION N E orl Oo U a (n o o (gill p W .- U1-° O E >' `o 1— a 0 o a 0 REVISION NO. 0 0 Z 0 CO CC 0 0 CC 0 Z � D W CO 0 0 LOUISIANA TO LANDSCAPE PLAN SHEET 175 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT i E12093 Date Le) W Lu w rA (NI 1.5 0) z U 115 NATAL PLUM s+ q SN 0 SpA, GIGNAC LANDSCAPE Rd=t83 ASLA ARCHITECTURE Design • Plamtng • Inlgaaon • Land.cape 3833 S 8Uols 5t N A9 P: 361853017 F. 3f,t8 Ug4 Cc p s Ch1 U Tasa318411 E II 9lgxcleMzepeamlra 3 MEXICAN FAN PALMS TYP. 50 APART 13 CHINESE FAN PALMS 36 ESPERANZA 1 FLORIDA SABAL PALMS 12' TRK. 115 NATAL PLUM NOTES: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTINGS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY. 3. REFER TO CIVIL PLANS FOR ADDITIONAL INFORMATION. LEGEND ACCENT LIMESTONE BOULDERS LARGE- 3'X2'X3' MEDIUM- 2' X 2' X 1' SMALL- 1'X2'X1.5' FLORIDA SABAL PALM W/ TRK. HT. 2 ACCENT BOULDERS -Z MEDITERRANEAN FAN PALM �\ 3 SEE SHEET 1 User: ® File: File: ANDSCAPE PLAN STA 25+17 TO 30+83 z3 SCALE: 1"=20' (HALF SIZE 1"=4a) 0 20 40 60 SCALE: 1" = 20' MATCHLINE STA 30 DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 N O O z z DESCRIPTION m 0 0 z 0 o: N 0 N 0 z O ;m o O L z L W m U O LOUISIANA TO z a d LANDSCAPE SHEET 176 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / 612093 MATCHLINE STA 30+83 SEE SHEET 176 GIGNAC LANDSCAPE Fbb.i,feg ec A -1A =ARCHITECTURE Design • Plaming • Iragaaen • Landwpa 3933 S 5WIes 5bN P! R 3612630195 F. 3618510153 Cape 0.3 1 Taus 19111 EMIL glga3918 ficepe5wl(ce 2 FLORIDA SABAL PALM (12'&14' TRK. HT.)��! 4 ACCENT BOULDERS 3 MEDITERRANEAN FAN PALM 3 MEXICAN FAN PALMS 50' APART 6 CHINESE FAN PALMS j 18 ESPERANZA #1 "LOOK OUT' AREA - (SEE CIVIL PLANS) 1 FLORIDA SABAL PALM 12' TRK. HT. 3 ACCENT BOULDERS 1 MEDITERRANEAN FAN PALM 65 NATAL PLUM 361.00 NOTES: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTINGS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY. 3. REFER TO CIVIL PLANS FOR ADDITIONAL INFORMATION. LEGEND ACCENT LIMESTONE BOULDERS 14' L.P. LARGE-3'X2'X3' MEDIUM- 2' X 2' X 1' SMALL- 1' X 2' X 1.5' FLORIDA SABAL PALM W/ TRK. HT. LIGHTPOLE ANDSCAPE PLAN STA 30+83 TO 36+48 SCALE: 1 "=20' (HALF SIZE r=401 0 20 40 60 SCALE: 1" = 20' CO LLI V) w N MATCHLINE STA 36+48 DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: C0R13155 9/9/15 Lal 0 O 2 0 DESCRIPTION 0 N E O alO U 1:1 0 1- ° 9 c O E >-0 a U o m REVISION NO. wi 8 rc N 0 N 0 Z 0 WCC 0 0 c 0 Z L.I w m 0 0 z (n D 0 J LANDSCAPE PLAN SHEET 177 of 190 RECORD DRAWING NO. STR-883 CfIY PROJECT / E12093 Date —j User: ® File: - File: Dater MATCHLINE 7 0 MH® 38+0 40.442, G IGNAC = LANDSCAPE R.rt rdglea MLA =ARCHITECTURE Design • Fleming • I,rres tbn • Leedecepm 3833 S 5U I Ste. N U3 P 3618630145 F. 36104056 Cwpm eU T ,1843 Emll: glguckndxepeeeolun 122 NATAL PLUM 4 / / / / / / / / / / / / / / / / , / / / 143 GULF MUHLY GRASS 1 FLORIDA SABAL PALM 14' TRK. HT. 4 MEDITERRANEAN PALMS 4 ACCENT BOULDERS 90 NATAL PLUM 2 MEXICAN FAN PALMS 50' APART 4 CHINESE FAN PALMS 12 ESPERANZA / / / NOTES: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTINGS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY. 3. REFER TO CIVIL PLANS FOR ADDITIONAL INFORMATION. LEGEND ACCENT LIMESTONE BOULDERS S� LARGE- 3' X 2' X 3' MEDIUM- 2' X 2' X 1' SMALL- 1' X 2' X 1.5' FLORIDA SABAL PALM W/ TRK. HT. LIGHTPOLE =j User: ® File: File: #3 "LOOK our AREA (SEE CIVIL PLANS) ANDSCAPE PLAN STA 36+48 TO 42+14 SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' Z4 DESCRIPTION CONSULTANT'S SHEET No. GIA FNI PROJECT: COR 13155 83 0 DESCRIPTION 1- 2 U to 0 01 0 m 53 0 REVISION NO. LOUISIANA TO Z J 0 LANDSCAPE SHEET 178 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 MATCHLINE STA 42+14 SEE SHEET 178 GIGNAC LANDSCAPE R,otGga4A5LA ARCHITECTURE Dmfgn • Plemtng • IrtlgeUon • Lene.c pe 3833 5. 543 10 03N p3 P: 361553015 F 361214095 laPa arlee Tows 18411 Ene11: glgxdanduepe.aolree 171 GULF MUHLY GRASS 3 MEXICAN FAN PALMS 6 CHINESE FAN PALMS 18 ESPERANZA MyQ ars 4 MEDITERRANEAN FAN PALMS XOD 4 ACCENT BOULDERS \ 1$y C 2 FLORIDA SABAL PALMS (12'&14' TRK. FT.) 120NATAL PLUM P NOTES: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTINGS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 8" BELOW TOP OF CURB COMPACTED TO 95% STANDARD PROCTOR DENSITY. 3. REFER TO CIVIL PLANS FOR ADDITIONAL INFORMATION. LEGEND ACCENT LIMESTONE BOULDERS LARGE- 3' X 2' X 3' MEDIUM- 2' X 2' X 1' SMALL- l' X 2' X 1.5' FLORIDA SABAL PALM W/ TRK. HT. LIGHTPOLE Dater 1 User: ® FNe• File: \ My 0' O MH 4" LANDSCAPE PLAN STA 42+14 TO 47+00 z SCALE: 1"=20' (HALF SIZE 1 "=40') 0 20 40 60 SCALE: 1" = 20' DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR1 3155 9/9/15 f O REVISION NO. DESCRIPTION N U rm REVISION NO. N O N 0 Z 0 W co o d' 0 Z L.L W m 0 0 Z 5 0 —J LANDSCAPE PLAN SHEET 179 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 • Dote 0 1�1 0 3+00 C) SN SN d SPK 0 MH N. .L $— J S °SN SPK SPK SN S - - _ - _ - - - - CONTRACTOR TO FIELD ADJUST AND MODIFY EXISTING — IRRIGATION SYSTEM TO PROVIDE PROPER AND ADEQUATE WATERING TO THE NEW PLANTING OLIN BRIM' Q=4 GsICCNAC LANDSCAPEcag•c,ASLA ARCHITECTURE Design • Planning • ariga"cn • Landscape 3933 S6lapl� 91a.N 19 P 361833IDPe (:36164.638 Cape Qr1eN T 8319411 Emil: ylgNcNrd�rdpaseolrca Z IRRIGATION METER STA 8+25, METER 13S" Aft 18 BUBB. POC 8+00 9 15 ROWS OF DRIP DRIP SN d Nad N r C3 11.3 1" DRIP\ SN d 10+00 J. RRIGATION PLAN STA 02+94 TO 08+50 Z SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 MI M MI SCALE: 1" = 20' 6" SLEEVE W/Y2" LAT., MAINLINE & WIRES (SEE CIVIL CONDUIT LAYOUT PLAN) 9P SN SPK" SPK° SPK a OCEAN DRIVE 11+00 12+00 13+00 3Y4 S 0 MATCHLINE STA 8+ 10 ROWS OF DRIP 3h'S L� 14+00 1 3 O.P. O.P. L.P. O.P. 5 ROWS OF DRIP 12 ROWS OF DRIP OCEAN DRIVE 10 ROWS OF DRIP 4 S.L. 4' S.L. 19 O.P. DRIP 24 : S.L. BUBB.® 34" S.L. 10 ROWS OF DRIP I User: ® File: RRIGATION PLAN STA 08+50 TO 14+08 SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' 1 NOTE: • CONTRACTOR SHALL NOT TRENCH OR INSTALL ANY PIPING WITHIN 18" FROM BACK OF ALL CURBS TO ELIMINATE CONTAMINATING OR DISTURBING THE SUB BASE MATERIAL UNDER THE CURB (REFER TO SHEET 190 FOR IRRIGATION LEGEND) • ROW SPACING IS 18" APART DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR1 3155 0 0 0 (73 o: DESCRIPTION 0 1- 0 E 03 0 0 0 X W 0 1- 0 a m 0 Lai 0 z 0 4n bJ 0 z w 0 0 N 0 N 0 z 0 m 0 0 LL CO IRRIGATION PLAN SHEET 180 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT I E12093 0 00 17)w z Z N J W 2 N LO P H w MH I) CI I) (I 15+00 4&6 ROWS OF DRIP OCEAN DRIVE O.P. 16+00 L.P. MH© i t Nl 1 dNM c;u 0 GIGNAC LANDSCAPE Robertelg•a. AKA ARCHITECTURE Design • Pl....a • Inlgatlon • Landscape 3933 6 Rapids file. Nig R. 361E5317195 F 361814IDI1' Corps DritU Taus 16411 6x16 yig•eladacapaaaolacs MH +00 I) O TYP. LATERAL SHOWN FOR CLARITY 10 ROWS OF DRIP 3 r►` 3&5 ROWS OF DRIP 18+00 L.P. L.P. 10 ROWS OF DRIP OCEAN DRIVE COLE PARI O.P. L.P. COM PARI NOTE: • CONTRACTOR SHALL NOT TRENCH OR INSTALL ANY PIPING WITHIN 18" FROM BACK OF ALL CURBS TO ELIMINATE CONTAMINATING OR DISTURBING THE SUB BASE MATERIAL UNDER THE CURB (REFER TO SHEET 190 FOR IRRIGATION LEGEND) • ROW SPACING IS 18" APART 1 IRRIGATION PLAN STA 14+08 TO 19+50 z SCALE: 1"=20' (HALF SIZE 1"=40') O 20 40 60 9191 MN MN SCALE: 1" 20' SN IRRIGATION METER STA 20+30, METER 1"� 10 ROWS OF DRIP MAINLINE SHOWN FOR CLARITY O.P. 0 0. MATCHLINE S Date= —1 User: ® File: OCEAN DRIVE RRIGATION CONTROLLER & RAIN SENSOR — — 0 File: 0 RRIGATION PLAN STA 19+50 TO 25+17 SCALE: 1"=20' (HALF SIZE 1"=40') O 20 40 60 SCALE: 1" = 20' SN Z4 q 25+0p CO MATCHLINE STA 25+17 SEE SHEET DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: C0R13155 9/9/15 w 0 0 DESCRIPTION 9- 0 >— U 0 E 03 0 0_ O v a xU � O E i 0 0 a) 0 REVISION NO. LOUISIANA TO Z 0 IRRIGATION SHEET 181 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 w w N W to 07 N LU 0 srq SN TYP. LATERAL SHOWN FOR CLARITY \ \ IRRIGATION METER STA 28+35, 1" METER P.O.C. TYP.AL SHOWN FOR CLARITY GIGNAC LANDSCAPE Robot[lgua`ALA ARCHITECTURE Design • Raffling • Inrgatron • Land.upe 38335. N. SIaNB9 P. 36gihr hfs36151/24 [apu. 0 411 Tma> 38x1 88311 9631°a Pe'ae�e 0 O.P. IRRIGATION CONTROLLER & RAIN SENSOR NOTE: • CONTRACTOR SHALL NOT TRENCH OR INSTALL ANY PIPING WITHIN 18" FROM BACK OF ALL CURBS TO ELIMINATE CONTAMINATING OR DISTURBING THE SUB BASE MATERIAL UNDER THE CURB (REFER TO SHEET 190 FOR IRRIGATION LEGEND) • ROW SPACING IS 18" APART RRIGATION PLAN STA 25+17 TO 30+83 SCALE: 1"=20' (HALF SIZE 1 "=40') 0 20 40 60 IMI SCALE: 1" = 20' Z4 CO LU w 2 Lulu w MATCHLINE STA 30+83 DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR 13155 9/9/15 REVISION NO. o cox .,003 -CO DESCRIPTION 4— >– (1) — 8 0 REVISION NO. N O N 0 z 0 > OD CC 0 CK0 LL w CO U O O Q z N 0 J IRRIGATION PLAN SHEET 182 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 Doter —j User: ® File: File: MATCHLINE STA 30+83 SEE SHEET 182 GIGNAC LANDSCAPE f6isetregec.AAA ARCHITECTURE Design • Planning • lorgatron • Landscape 3833 S 51.apim 610SIM P. 361863015 F. 36100110 Corps Oiled Toros 18411 Emll: gleurclasdrceporraotroo LATERAL SHOWN FOR CLARITY LATERAL SHOWN FOR CLARITY ROWS OF DRIP 51 •;e . LATERAL SHOWN FOR CLARITY O.P. IRRIGATION CONTROLLER & RAIN SENSOR LATERAL SHOWN FOR CLARITY LATERAL SHOWN FOR CLARITY 3&4 ROWS OF DRIP NOTE: • CONTRACTOR SHALL NOT TRENCH OR INSTALL ANY PIPING WITHIN 18" FROM BACK OF ALL CURBS TO ELIMINATE CONTAMINATING OR DISTURBING THE SUB BASE MATERIAL UNDER THE CURB (REFER TO SHEET 190 FOR IRRIGATION LEGEND) • ROW SPACING IS 18" APART Dote = User:23 File: File: OIRRIGATION PLAN STA 30+83 TO 36+48 SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' Z4 DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 9/9/15 w REVISION NO. DESCRIPTION w 0 z IRRIGATION PLAN SHEET 183 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 uJ w LUV) LU U3 MATCHLINE STA 36+48 Dote= 44* a Sq W,ye()wm Wme GIGNAC LANDSCAPE 8 tGgeaA&A =ARCHITECTURE Design • Planning • Irrlga"on • Landscape 3833 9 5( N 19 R 36l$3ID796 F. 36384 438 taps Qrin1 imus 18111 Each gl3883I upaamltw NOTE: • CONTRACTOR SHALL NOT TRENCH OR INSTALL ANY PIPING WITHIN 18" FROM BACK OF ALL CURBS TO ELIMINATE CONTAMINATING OR DISTURBING THE SUB BASE MATERIAL UNDER THE CURB (REFER TO SHEET 190 FOR IRRIGATION LEGEND) • ROW SPACING IS 18" APART 0 SA 1 2&4 ROWS OF DRIP 11' S.L. 7 ROWS OF DRIP LATERAL SHOWN FOR CLARITY 5 DRIP V4"S•L• 10 ROWS OF DRIP 5.5 DRIP 7 ROWS OF DRIP LATERAL SHOWN FOR CLARITY 4&2 ROWS OF DRIP / / / / / / = User: ® F.le: File: RRIGATION PLAN STA 36+48 TO 42+14 SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 SCALE: 1" = 20' Z4 6" SLEEVE W/ MAINLINE & 3/4' S.L. (SEE CIVIL CONDUIT LAYOUT PLAN) MATCHLINE STA 42+14 SEE SHEET 185 DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 9/9/15 m hW 0 REVISION NO. MJ We5'Et '' Et WV N� Fp. 0 s'o cram w -v ' L 3, °NV 0,8 13 IFWN ^N pQI�vN N n.;, I D o so 03 a o x m- Na 1.. DESCRIPTION 3d REVISION NO. N O 0 z 0 m Q 0 fr0 L� w CO O O z N 0 J z Q 0 IRRIGATION SHEET 184 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT J E12093 MATCHLINE STA 42+14 SEE SHEET 184 GIGNAC LANDSCAPE Fobalw9, AxA =ARCHITECTURE Design • Plaming • Imlgaucn • Landscape 3a33 S Suolee Sin N R Pr 361853D1°b F. 361814 Carpe GA U Ta>tea 18411 Emil: 9r I,Mewpeaeo1 . / 6" SLEEVE W/ MAINLINE & 3/4' S.L. (SEE CIVIL CONDUIT LAYOUT PLAN) 4 ROWS OF DRIP 10 ROWS OF DRIP S.L. IRRIGATION CONTROLLER & RAIN SENSOR Y2' LATERAL SHOWN FOR CLARITY W S.L. �\ P.O.C. IRRIGATION METER STA 44+25 4" S.L. Q.C. W,ye 34" LATERAL SHOWN FOR CLARITY SN9r GV® 14.5 DRIP WSJ. 10 BUBB. 10 ROWS OF DRIP Y" LATERAL SHOWN FOR CLARITY \ ( SN Y2" LATERAL SHOWN FOR CLARITY 5 ROWS OF DRIP NOTE: • CONTRACTOR SHALL NOT TRENCH OR INSTALL ANY PIPING WITHIN 18" FROM BACK OF ALL CURBS TO ELIMINATE CONTAMINATING OR DISTURBING THE SUB BASE MATERIAL UNDER THE CURB (REFER TO SHEET 190 FOR IRRIGATION LEGEND) • ROW SPACING IS 18" APART Dote User: ® File: File: LP GR P MN® 0 IRRIGATION PLAN STA 42+14 TO 47+00 z SCALE: 1"=20' (HALF SIZE 1"=40') 0 20 40 60 --- SCALE: 1" = 20' 4 / DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 9/9/15 m REVISION NO. DESCRIPTION 14 0 REVISION NO. N O N 0 Z 0 m E O Z L.L W OD 0 0 LOUISIANA TO IRRIGATION PLAN SHEET 185 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 TOP OF ROOTBALL SHALL BEAR SAME RELATION TO FINISHED GRADE AS IT v 111 1 BORE TO PREVIOUS GRADE I -1I 1 1-1 1 =—M=-111=-11 I-111-11 " 11111=1 -� 111-1I I 1=-11=111=111=11=111=111=111=111=111=111— � � � 1111/111 111111111111111111111111—III—I 1I- 3" TILT 11104$50Mtlf Yoi> w..: •a..a� •• U �,:>>.k.:'- . •' I'M`>AR~A.i•14cZi `, vo':l •. , f•:0. 7.ere4i 15"t‘ 5 4 1" POLY CHAIN, ONE PER POST (3) 6 T POST ATTACH TO 3 MOST DOMINANT BRANCHES DRIVE INTO UNDISTURBED SOIL SET TREE PLUMB & IN CENTER OF PIT MULCH TOPDRESSING AGRIFORM TABLETS BED PREPARATION PREPARED PLANTING MIX - COMPACT IN 6" LAYERS VERTICAL SIDES & CIRCULAR WALLS SCARIFY SIDES OF PITS MOUND TO A 4" HT. COMPACTED SUBSOIL TO FORM PEDESTAL TO PREVENT SETTLING / 1 \ PLANTING DETAIL FOR SEA GRAPE TREES 175 186 CURB OCEAN DRIVE N.T.S. 2 18" OF NO TILLING OR TRENCHING OF PIPE RUNS JUST BACKFILLED WITH MIX 4" OF MULCH TOPDRESSING IREINNWIR 4 of SPECIFIED LANDSCAPE MIX TILLED TO A 6-8" DEPTH 8 OF PREPARED SOIL FOR PLANTING ACCEPTABLE TOPSOIL 8" OF SELECTED FILL SEE CIVIL PLANS SOIL SECTION FOR PLANTING BEDS 174- 179 186 N.T.S PLACE IN A 'OUTCROPPING POSITION' ro v T=—=11= -1 7=1=—.11=n :11=11-11=.1, II=11=11 3 —11=II=11= ' 1�=11= A2 =11==11 =1 11=1 11=11=11=11—...- �� u=1111=11- 11=11=11=11=11 -II' -11=u -u—„— a-11-1111=11=11=11=1 =11=11=11=11=11=11=11=11=11=11=1,=11=11=11=11=11=11=11=11, 1=11=1.11.11.11.=1.11.11.11.=111=11=11. -11.-11.=;.11.•..11....11....11-11=11=11=1I= 3 BOULDER PLACEMENT DETAIL 74- 179 186 / N.T.S. 4” OF MULCH FINISH GRADE NOTE: DEPENDING ON TIME OF RELOCATING FLORIDA SABAL 'CANDLE STICK' PALM HEAD MAY BE REQUIRED THE TOP FRONDS TO BE TIED WITH TWINE IN TWO PLACES NOTE: • BACKFILL OLD HOLE & COMPACT • METHOD OF TRANSPLANTING & TRANSPORTING BE APPROVED BY LANDSCAPE ARCHITECT • MINIMUM ROOTBALL SIZE 42"W & 30" DEEP • COORDINATE ALL TRANSPLANTING W/ DEMOLITION WORK & SIDEWALK REMOVALS • CONTRACTOR TO TRANSPANT, TRANSPORT & 'HEAL IN' PALM TO THE SPECIFIED LOCATION TIP PRUNE FROND W/ SHARP KNIFE. REMOVE 40% OF FRONDS. TO • CONTRACTOR SHALL TRANSPORT, DELIVER AND UNLOADTHE PALM TREES TO A LOCATION SPECIFIED BY THE CITY WITHIN A 20 MILE RADIUS OF THE PROJECT SITE. CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 48 HOURS PRIOR TO REMOVAL OF THE PALM TREES TO SCHEDULE THE DELIVERY. 15" • REFER TO CIVIL PLANS FOR ACTUAL LOCATION OF EXISTING PALM TREES. 4 15" GIGNAC = LANDSCAPE label Gime. MLA ARCHITECTURE owlg. •• .MI • Mn1 0.n • Ladw.p. C p�a.O rtt 1i ablpp.dw�oy. w. mom REMOVE ALL OLD & LOWER FRONDS SHAG PALM OF ALL OLD HUSK 'SKIN -BOOTED' TOP OF ROOTBALL SHARP, CLEAN CUT BY HAND, TRENCH FOR OR SPADE EXISTING GRADE Iik31:1a H 30" 36" REMOVE SOIL AS REQUIRED TO ROOT PRUNE SIDES & BOTTOM OF ROOTBALL WRAP ROOTBALL WITH BURLAP/SHRINK WRAP PRIOR TO RELOCATION DETAIL FOR TRANSPLANTING OF FLORIDA SABAL PALM TREES CIVIL 186 N.T.S. SET PLUMB SO AS TO BEAR SAME RELATIONSHIP TO BACKFILL AFTER SETTLING AS PLANT BORE TO SOIL IN WHICH IT WAS GROWING 4" OF MULCH -< o.AeVA ,AUVAVAVAVAVAYAV ooV♦inn♦i♦ooi 12'♦i♦MAY oi ,7,74 AvAvAvivAvAvAl TRIM ALL LOWER FRONDS AS DIRECTED BY L.A. 11 111: 111=111=111=111=111-11 III .=1 1' AGRIFORM TABLETS AS PER MANUFACTURER'S RECOMMENDATIONS PLANTING DETAIL FOR CHINESE & MEDITERRANEAN FAN PALMS 5. z CONSULTANT'S SHEET No. GLA FNI PROJECT: C0R13155 9/9/15 REVISION NO. z N 0 REVISION NO. 0 N 0 Z 0 m r fx0 Z IJ CO 0 0 0 1— Q Z N 5 0 J LANDSCAPE DETAILS SHEET 186 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 SHEET TOTALS (LANDSCAPE SUMMARY) QTY. COMMON NAME SIZE COMMENTS SPACING BOTANICAL NAME 25 MEXICAN FAN PALM 10' TRK. FT. HEAVY BUTTED, 30" DIA. TRK. @ BASE OF PALM, TIGHT HUSK, FRESHLY DUG AS SHOWN WASHINGTONIA ROBUSTA/FILIFERA 2,213 NATAL PLUM 1 GALLON GOOD COLOR, COMPACT GROWTH, ROOTED, SHEARED 24" 0.C.B.W. CARISSA GRANDIFLOLIA "GREEN CARPET" 5 SEA GRAPE TREE 45 GALLON MULTI. TRK., 3 TRK. MAX, MATCH, 6-7' HT., 5' SPRD., TREE FORM AS SHOWN COCCOLOBA UVIFERA 41 MEDITERRANEAN FAN PALM 45 GALLON 4-5' TRK. HT., 35 SPECIMEN FRONDS, MULTI PUPS, TOTAL OF 6 TRK. FT. MAX AS SHOWN CHAMAEROPS HUMILIS 19 FLORIDA SABAL PALM 10',12',& 14' TRK. FT. LARGE ROOTBALL, TIGHT HUSK, FRESHLY DUG, MATCH AS SHOWN SABAL PALMETTO 165 ESPERANZA 3 GALLON 30" HT., 24" SPRD., BUSHY,NOT LEGGY YELLOW BLOOM AS SHOWN 6' APART TECOMA STANS 71 CHINESE FAN PALM 45 GALLON 2-3' TRK., 4-5' HT., 8 SPECIMEN FRONDS MINIMUM, SPECIMEN,GOOD COLOR AS SHOWN LIVISTONA CHINENSIS 2,486 GULF MUHLY GRASS 1 GALLON ROOTED, NEW GROWTH, FULL CONTAINER 32" 0.C.B.W. MUHLENBERGIA CAPILLARIS 33 LANDSCAPE BOULDER 3' X 2' X 3' 2' x 2' x 1' 1'X 2'X 1.5' LIMESTONE BOULDERS, CREAM TO WHITE IN COLOR, W/ NO JAGGED EDGES, SMOOTH, PLACE IN 'OUTCROPPING'POSITION AS SHOWN UNIFORM SPACING (SEE LANDSCAPE PLAN) 3/5 GALLON PLANT 1 GALLON PLANT 4" PVC PIPE WITH SLEEVE/SOCK & REMOVABLE CAP PAINTED BROWN TIE PALMS WITH HEAVY TWINE IN TWO PLACES ALLOWING WIND TO PENETRATION REDUCE FRONDS TOP BY 60% AND TRIM FRONDS TIPS. REMOVE OLD & LOWER FRONDS TOP 2'-3' OF TIGHT HUSK TO REMAIN SHAG ALL OTHER HUSK BELOW OASIS PALM TREE ANCHORING SYSTEMS WITH 3 LOOPS AND 1" TO 2" CAM OR RATCHET BUCKLES IN NEUTRAL COLORS Y"-1/4" CABLE X" X 6" GALVENIZED DROP FORGE TURNBUCKLE WITH WELDED CLOSED EYE, INSTALL 18" ABOVE TOP OF MULCH 2"-3" WATERING WELL (3) 1/2" X 24" X 3" BLACK AUGER ANCHOR PLANTING MIX AS SPECIFIED COMPACTED FIRM BOTTOM 4" ALL SIDES & 6" AT BOTTOM OF COARSE GRAVEL PLANTING & STAKING DETAIL FOR MEXICAN FAN PALM N.T.S. SET PLUMB SO AS TO BEAR SAME RELATIONSHIP TO BACKFILL AFTER fSETTLING AS PLANT BORE TO SOIL IN WHICH IT WAS GROWING 8a AGRIFORM TABLETS MOUND CENTER OF PIT TO A 4" HT. - COMPACTED SUBSOIL TO FORM PEDESTAL TO PREVENT SETTLING NOTE: 'CANDLE STICK' FRONDS OASIS PALM TREE ANCHORING SYSTEMS WITH 3 LOOPS AND 1" TO 2" CAM OR RATCHET BUCKLES IN NEUTRAL COLORS (3)y"-1/4" CABLE CLAMPS OR SLEEVES PER CABLE, DEPENDING ON CABLE SIZE SET TREE PLUMB & IN CENTER OF PIT X"-1/4" CABLE GIGNAC — LANDSCAPE itoflale+C, *.* ARCHITECTURE Deafen • elimnsi • .reran • Linda:ape caapi a. ur.. 4 E m oa X" X 6" GALVENIZED DROP FORGE TURNBUCKLE WITH WELDED CLOSED EYE WATER SAUCER - 2"-3" HT. MIN. OF MULCH r AGRIFORM TABLETS �►- = REPARED PLANTING MIX - COMPACT IN 6" LAYERS ',—PREPARED SOIL PLANTING DETAIL FOR HRUBS IN A PREPARED BED N.T.S. (3) Y2" X 24" X 3" BLACK AUGER ANCHOR LOOSEN SUBGRADE SELECT FILL TO A DEPTH OF 4" PRIOR TO BACKFILLING & BED PREPARATION 4" PVC PIPE WITH SLEEVE & REMOVABLE CAP PAINTED BROWN 4" ON ALL SIDES OF COARSE GRAVEL .oV.V.000V.Y.V_A, , L '3 VAYYYAVATAYAVAYAVAVATA VV1 '.j`�'vooiVAVooAVA;d7' I III III 111 I / 3 \PLANTING AND STAKING DETAIL FOR PALMS 174 179 187 LOOSEN SUBGRADE & WALL OF PITS MOUND CENTER OF PIT TO A 4" HT. - COMPACTED SUBSOIL TO FORM PEDESTAL TO PREVENT SETTLING 0 CONSULTANT'S SHEET No. GIA FNI PROJECT: COR13155 9/9/15 8 REVISION NO. io REVISION NO. 00 c o o▪ co cern t � o ° oo▪ a m'0w yN N 0 N 0 Z 0 m CCo 0 Q 0 Z Li W m 0 0 0 Z In 0 —J LANDSCAPE DETAILS SHEET 187 of 190 RECORD DRAWING Na STR-883 CITY PROJECT # E12093 /MEW. 0 111111111111111 0 MULCH OFINISH GRADE OOPERATION INDICATOR RAIN BIRD MODEL: OPERIND O ON -SURFACE DRIPLINE: RAIN BIRD XF SERIES DRIPLINE POTABLE: XFD SERIES NON -POTABLE: XFDP SERIES NOTE: 1. INSERT BARB TRANSFER FITTING DIRECTLY INTO DRIPLINE TUBING. 2. VAN NOZZLE MAY BE SET TO CLOSED, OR IF IT IS DESIRED TO SEE SPRAY FROM THE NOZZLE, SET THE ARC TO Ya PATTERN. THE FLOW FROM THE NOZZLE, 0.3 GPM, SHOULD BE ACCOUNTED FOR IN THE SYSTEM DESIGN. XFD ON- SURFACE DRIPLINE OPERATION INDICATOR N.T.S. LATERAL LINE, 12" COVER MAIN LINE, 15" COVER FINISHED GRADE 111111=111111= _ '1111=111111= 111-111111=11 N 6 =111111=111111 111111: • 1111=111111 111111=1 -11110111111 =111111 " 1111111111— 111116.nm==7=111111=11 111111-111111-111111=111111 NOTE CABLE WIRES PIPE SHALL REST FIRMLY ON TRENCH BOTTOM. BUNDLE WIRE AT 20' INTERVALS. SNAKE PIPE IN TRENCH FROM SIDE TO SIDE. DO NOT STACK PIPES IN THE TRENCH. PROVIDE HORIZONTAL SEPARATION. 2 PIPE IN TRENCH DETAIL 180- 1188 N.T.S. 85 24" 24" SECTION SUBSURFACE IRRIGATION 3 NSTALLATION FOR PLANTING BEDS 185 1' 88 .Ts. STAPLE ALL DRIP LINES 5' O.C. MULCH TOP DRESSING TECHLINE CV SUBSURFACE DRIPLINE (TYP.) DEPTH OF 4" TECHLINE CV SUBSURFACE DRIPLINE SEE IRRIGATION PLAN FOR DRIPLINE ROW SPACING OR CIRCULAR SPACING QF -FLUSH HEADER 0 PRE-INSTALLED BARB FITTING O FLUSH POINT WITH PVC CAP OR OPTIONAL PVC BALL VALVE 0 PERIMETER OF AREA OPERIMETER DRIPLINE PIPE TO BE INSTALLED 2"-4" FROM PERIMETER OF AREA OPVC SUPPLY PIPE FROM RAIN BIRD CONTROL ZONE KIT (SIZED TO MEET LATERAL FLOW DEMAND) 0 QF -SUPPLY HEADER O RAIN BIRD XFS SERIES DRIPLINE (TYPICAL) 0 MALE ADAPTER INSERT 0 STAINLESS STEEL, OETIKER OR MURRAY CLAMP 11 OPERATION INDICATOR RAIN BIRD MODEL: OPERIND 0 PVC SCH 40 CAP 0 PVC SCH 40 BALL VALVE 14 RAIN BIRD XF SERIES BLANK TUBING 15 BARB X BARB INSERT TEE: RAIN BIRD XFF-TEE (TYPICAL) 0 PVC SCH 40 ELL (TYPICAL) CD PVC SCH 40 RISER PIPE XF SERIES TIE -DOWN STAKES (TDS-050) 18 REFER TO RAIN BIRD DRIPLINE DESIGN GUIDE FOR PROPER SPACING E 1 l—1 1E14'=1�—SECTION/ELEVATIO—1-11 E 1 1 REMOTE CONTROL VALVE PRESS. REG. r• REMOTE 1 AND FILTER FOR SUBSURFACE DRIP 180. 188 1 N.T.S. 85 n aI J INSET A INSET 3 INSET C INSET D NOTES: 1. DISTANCE BETWEEN LATERAL ROWS AND EMITTER SPACING TO BE BASED ON SOIL TYPE, PLANT MATERIALS AND CHANGES IN ELEVATION. SEE INSTALLATION SPECIFICATIONS ON RAIN BIRD WEB SITE (WWW.RAINBIRD.COM) FOR SUGGESTED SPACING. 2. LENGTH OF LONGEST DRIPLINE LATERAL SHOULD NOT EXCEED THE MAXIMUM SPACING SHOWN IN THE ACCOMPANYING TABLE. / 5 CFS SUB -SURFACE DRIPLINE CENTER FEED N.T.S. PVC MAINLINE VALVE BOX FINISHED GRADE Mir GIUNAC LANDSCAPE =et data =ARCHITECTURE M.tan •• Mamas • Imeniwl • L.ndw.w Cap. grT WN14 l4 SERVICE EXPANSION COIL FILTER PRESSURE REGULATOR PVC LATERAL SCH. 80 UNION VALVE BOX EXTENSION BRICK SUPPORTS 3" PEA GRAVEL SUMP DRIP MANIFOLD BURIAL DEPTH INSET B INSET C 0 CONSULTANTS SHEET No. GLA FNI PROJECT: COR13155 9/9/15 a REVISION NO. 0 0 to zz z 0 o o1L 0 0 ac c C N 0 o t, 0c- 0 0 a M aro E �o 0 0 Z 0 .- ct0 LL Z D LLI CO 0 0 0 Z N 5 0 J IRRIGATI❑N DETAILS SHEET 188 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT / E12093 —® —11=11=11=11= B A� I:1 $4D ir 11-- — 11=11=11= 0 f C .. ■ 1 PLAN NTS 4" CLEARANCE 1 -JAB 0 VALVE AND PIPING PER PLANS 20 WATERPROOF CONNECTION TO VALVE (DBR/Y OR EQ.) 0 WATERPROOF CONNECTION FOR COMMON WIRE TO VALVE (DBR/Y OR EQ.) ® TWO -WIRE - GAUGE PER PLANS O POUROUS MATERIAL FOR DRAINAGE -3" MINIMUM 0 MAINLINE AS PER PLANS 0 TWO -WIRE RED TO RED biCODER WATERPROOF CONNECTION (DBR/Y OR EQ.) O TWO -WIRE BLACK TO biCODER BLACK WATERPROOF CONNECTION (DBR/Y OR EQ.) O BASELINE BL -5201 VALVE biCODER - ATTACH TO VALVE BOX W TH TIE OR METAL SCREW 0 CORNER VALVE BOX SUPPORT (TYPICAL OF FOUR) 0 NOTE: WATERPROOF CONNECTORS 3M DBR/Y OR EQUAL TO BE INSTALLED O3 IN VERTICLE POSITION AS SHOWN. BASELINE BL -5201 SECTION B -B NTS 180- 185 189 ' SINGLE STATION VALVE BICODER NTS 0 LAWN OR SURFACE TREATMENT 0 6" ROUND JUNCTION BOX 0 FINISHED GRADE O RECTANGULAR STANDARD OR JUMBO VALVE BOX AS REQUIRED O BURY DEPTH - biSENSOR © SLEEVED WIRE O biSENSOR - SET LENGTH HORIZONTALLY AND BLADE IN VERTICAL POSITION WITH WIRES OUT OF BOTTOM ® SUPPORT BLOCK- 2 REQUIRED 0 LATERAL - SIZE PER PLANS TURF -2" TO 3 OR TOP) ROOT ZONE 0 0 0 • RED TO RED AND BLK TO BLK IN WATER PROOF SPLICE CAP. DBR/Y OR EQ. O 24 VOLT REMOTE CONTROL VALVE O TWO -WIRE - GUAGE AS PER PLAN ® 12" WIRE BURY OR PER NEC �S! SUPPORT BLOCK -TYPICAL EACH CORNER (4 REQUIRED) ® GRANULAR MATERIAL FOR DRAINAGE 2" MINUMUM DEPTH ® PRESSURE LINE- SIZE PER PLAN 0-- f 0 0 NOTE: THIS BOX MAY BE A VALVE BOX OR A ROUND BOX. IF A VALVE BOX WITH VALVE, CONNECT BICODER FOR VALVES TO TWO -WIRE AND WIRE TO THE BISENSOR. _l=A.44 lio 1/ tiglibloa JIMriomMI r:3:tl:3Ore.13:!',;C)%3i,ti. �F S / 2 1 BL -5315B biSENSOR SOIL MOISTURE SENSOR TWO -WIRE INSTALLATION & WIRING DETAIL NTS TREES & PALMS LATERAL SEE IRRIGATION PLAN FOR ACTUAL SIZE Nr1TF 1. CONTRATOR TO VERIFY THAT SLEEVES ARE A ADEQUATE SIZE FOR BUBBLER LATERALS. 2. ALL TREE TO HAVE (2) 6" POP-UP W/ MSBN-ISH-STREAM BUBBLERS BUBBLER LOCATION/SPACING FROM CENTER TREE/PALM OR SEA GRAPE 24" FROM TRUNK ON BOTH SIDES (2) HUNTER PRO SPRAY (2) 6" POPUP WI MSBN-10H STREAM BUBBLERS BUBBLER SCHEMATIC DETAIL 188,9 ,N.T.S. IRRIGATION METER 1" & 1 Y2" (WITH TAP, PERMITS & FEES) 00000000 LAWN OR SURFACE TREATMENT 6" JUNCTION BOX FINISHED GRADE RECTANGULAR STANDARD OR JUMBO VALVE BOX 8' GROUNDING ROD INSTALL PER CODE 88 AWG SOLID BARE CU WIRE OR PER LOCAL CODE BL-LA01 BASELINE LIGHTNING ARRESTOR LATERAL LINE - SIZE PER PLANS 8 FT. MIN. SEPARATION6ROM OTHER 0 BASELINE - biCODER O 24 VOLT REMOTE CONTROL VALVE © GRANULAR DRAINAGE MATERIAL - 2" MINIMUM DEPTH © SUPPORT BLOCK -2 REQUIRED © PRESSURE LINE - SIZE AS PER PLANS O TWO -WIRE- GAUGE AS PER PLAN • SUPPORT BLOCK AT EACH CORNER -4 REQUIRED GIGNAC LANDSCAPE purr Orjoo * ARCHITECTURE O melet • Miming " Yrlgstl n • Lrdntp. O:4M 14 MUM CCoo• s0BsU Ti tN1�64 �8�gloododbaorMelam NOTE: THIS BOX MAY BE A VALVE BOX rO OR A ROUND BOX. IF A VALVE BOX EQUIPMENT I WITH VALVE, CONNECT BICODER FOR 11 VALVES TO TWO -WIRE AND WIRE FROM BL-LA01 RED TO RED AND BLK TO BLK ENCAPSULATED IN WATER PROOF SPLICE CAP. 3M DBR/Y OR EQUAL. BL-LA01 LIGHTNING ARRESTOR INSTALLATION & WIRING NTS CD 'P' SERIES STAINLESS STEEL PEDESTAL ENCLOSURE, INSTALL ENCLOSURE PER MFG. INSTRUCTIONS. BASESTATION 3200 OR BASESTATIDN 1000 CONTROLLERS MAY IN BE INSTALLED IN THIS PEDESTAL. ® CONCRETE PAD 6' MIN. THICKNESS ® FINISHED GRADE 0 COMPACTED SUB -GRADE m SCHEDULE 40 PVC CONDUIT SIZE PER CODE, FITTINGS AND SWEEP FOR POWER SUPPLY. ® POWER SUPPLY 0 SCHEDULE 40 PVC CONDUIT, FITTINGS AND SWEEP ELL FOR IRRIGATION WIRES. SIZE PER LOCAL CODE, ® IRRIGATION ZONE WIRES TO FIELD. Q PLANTING BED NOTES, 1. BASESTATION CONTROLLERS ARE EQUIPPED WITH BUILT-IN ETHERNET PORT, 2. ADDITIONAL CONDUITS MAY BE REQUIRED FOR GROUNDING AND COMMUNICAION CABLES. 3. PROPER GROUNDING IS REQUIRED TO ACHIEVE GROUND RESISTENCE OF 10 OHMS OR LESS. 4. SEE MOUNTING TEMPLATE INSTRUCTION FOR PROPER PLACEMENT AND MOUNTING OF THE PEDESTAL TO THE CONCRETE, 5. CONTROLLER WILL REQUIRE WIFI FOR COMMUNITCATION, / s "P" STAINLESS STEEL PEDESTAL NTS PZ1"&1Y2" AINLINE (SEE IRRIGATION PLAN FOR SIZING PER AREA) P.O.C. 4 80-183 85 ISOLATION VALVE LINE SIZE FLOW SENSOR BL -PFS -150 UNTER ICV, 1 Y2" MASTER VALVE BL -5201 ELECTRICAL VALVE & DECODER 1P.O.C. - IRRIGATION SCHEMATIC FOR WATER SOURCE 189 JN.T.S. LATERAL OR SUPPLY LINE 0 0 CD ED CD 0 BL -PFS -SERIES TWO -WIRE READY FLOW SENSOR TWO -WIRE SIZE AND COLOR PER PLAN STRAIGHT PIPE - 10 PIPE DIAMETERS UPSTREAM & 5 PIPE DIAMETERS DOWNSTREAM SUPPORT BLOCK AT CORNERS OF EACH VALVE BOX - TYPICAL OF 4 PER VALVE BOX GRANULAR MATERIAL FOR DRAILNAGE 2" MINIMUM DEPTH VALVE BOX WATERPROOF SPLICE CAPS DBR-6 OR EQ. RED TO RED AND BLACK TO BLACK. " BL -PFS -SERIES FLOW SENSOR INSTALLATION & WIRING NTS DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: COR13155 9/9/15 a REVISION NO. 0 U 0 0 a Z O rn 0Of a 0 c 0 C0 C C X 0 t w 3 CC9 0 0 po „es e 3 `OE m"0w O N 0 z 0 w m Eo Et0 z Q D W CO U 0 0 z () 5 0 J IRRIGATI❑N DETAILS SHEET 189 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT 1{ E12093 IRRIGATION LEGEND 0 HUNTER PGJ # 2 NOZZLES, ON SWING JOINTS O P.O.C. D M E Yid ilk HUNTER PGP # 3 & 6 NOZZLES, ON SWING JOINTS POINT OF CONNECTION (FIVE) (SEE IRRIGATION SCHEMATIC FOR ADDITIONAL EQUIPMENT & MATERIALS) 1 1/2" IRRIGATION METER (ONE) 1" IRRIGATION METER (FOUR) IRRIGATION HUNTER CONTROLLER BASELINE BL -1000 SERIES (1000P -WF) ISOLATION VALVE, LINE SIZE 2"& 6" PVC SLEEVE SCH (SEE CML PLANS) LOCATION & SIZE ASSHOWN MUM SO 1 1/2" MAINLINE, CLASS 200 - Q.C. Q.C. 1" QUICK COUPLER VALVE, HUNTER OR NELSON LATERAL LINE TO BUBBLER SHOWN FOR CLARITY (REFER TO IRRIGATION PLAN FOR SIZE) o RAINBIRD SUBSURFACE DRIP, .09 GPH XFS, 12" EMITTER SPACING FLUSH VALVE 0 AIR VENT S.L. 3/4" PVC SUPPLY LINE HUNTER PGV IRRIGATION VALVE, 1"& 1 1/2" WITH BASE LINE VALVE DECODER (5201, 5202, & 5204) REDUCED PRESSURE ASSEMBLY, 1"& 1 1/2", FEBCO #860 (FIVE) HUNTER RAIN SENSOR WIRELESS, MINI CLIK LIGHTPOLE GPM 18 DRIP ZONE DESCRIPTION ZONE VALVE SIZE A. GENERAL NOTES 1. The construction areas contain underground electrical lines, pipe runs, fiber optic cables and conduits. The contractor shall verify said lines prior to excavation. 2. The bidder shall visit the site of the work and examine local conditions to be encountered, improvements to be protected and conduct other research necessary to assure that they understand the project thoroughly and fully aware of all conditions and constraints which may be encountered during the course of construction. 3. In event of damage to underground utilities, whether shown or not on the drawings or city and utility records, the contractor shall make the necessary repairs to place the utilities back in service at no increase in the contract price. All such repairs shall conform to the requirements of the company or agency operating the utility. B. GENERAL SCOPE OF WORK Work consists of, but is not limited to: 1. LANDSCAPING • Complete installation of Chinese Fan palms, Mediterranean fan palms, Sea Grape trees,Florida Sabal palm, Mexican fan palm, Muhly grass, Mediterranean fan palm, accent boulders, aluminum edging,transplanting existing Florida Sabal palms to a 'Off Site' location, shrub removal, sodding, and natal plums, in accordance with plan specifications & construction documents. Contractor to supply and install all requirements of this contract. Prepare the site for construction as specified. Site preparation to include soil preparation, backfilling, planting mix placement, top dressing shall consist of cypress mulch. 2. IRRIGATION • Supply and complete installation of an irrigation system. Irrigation system (5) points of connection & mainline, install pvc piping, Irrigation controllers w/ enclosure (5) ,Reduced Pressure Assembly, controlled valves/decoders, subsurface drip, sleeves, and conduits in accordance with plans and specifications. 3. PAYMENT NOTES • The contractor shall be responsible for obtaining all applicable city permits and payment of any and all fees associated with quantities. • Payment will be lump sum for landscape & lump sum for irrigation. • Items of work not listed separately will be considered subsidiary to the various landscape and irrigation items and not measured for payment. C. LANDSCAPE NOTES NOTE: IRRIGATION SYSTEM WAS DESIGNED WITH A MINIMUM STATIC PRESSURE OF 50 PSI AT THE P.O.C. INSTALLER SHALL FIELD VERIFY THE PRESSURE PRIOR TO ANY INSTALLATION. IF ANY DISCREPANCIE EXIST NOTIFY THE LANDSCAPE ARCHITECT. Pressure Loss Calculation . Lowest Pressure required @ drip zone 25 PSI . Static Pressure 50 PSI @ P.O.C. . Zone # 18, 24 GPM 1. 1 1/2" Copper Service Line - 2. Meter, 1" 3. Electric Valve, 1 1/2" 4. Pressure Vacuum Breaker, 1 1/2" 5. Mainline 1 1/2" 6. Lateral 7. Elevation, Loss/Gain 8. Head Pressure Requirement Design Pressure GIGNAC = LANDSCAPE allatairs4ANA =ARCHITECTURE °"•40" •mo.ha • menta. • Lr•P m.o• D. SUBSURFACE IRRIGATION SYSTEM PRODUCT Rainbird XFS, FLOW RATE: .09, EMITTERS SPACED, 12", ROW SPACING: 18" & DEPTH: 4" depth (under top dressing) o sub irrigation drip lines. Install filters, pressure regulator, flush caps, and air vent. INSTALLATION : 1. The drip line shall be installed at a uniform depth &width. Burybelow the mulch & on top of the fabric. 2. Pressure test the system before covering trenches for leaks prior to planting. 3. Pre -irrigate areas to ensure that the soil is hydrated to field capacity before planting begins. 4. Pin all drip lines with 5" staples 5' o.c. PLANTING : 1. Provide a proper compacted sub grade prior to the installation of the drip line laterals. 2. Plant all trees & shrubs prior to installing the drip line lines INSTALLATION STEPS : 1. Assemble & install filter, remote control valve & pressure regulating valve assembly. 2. Tape or plug all open ends while installing the drip line to prevent debris contamination remove after installation. 3. Install drip line rings and rows. 4. Install air vacuum relief valves at the zones highest points. Stake location for approval. 5. Thoroughly flush supply headers & connect drip line laterals while flushing. 6. Thoroughly flush drip line & connect to lateral supply line. 7. Thoroughly flush lines & install line flushing valves. flush each segment to ensure that no contamination occurs. 8. Install the entire subsurface drip as per manufacturers installation guide lines. 9. Install a drip zone indicator on each drip zone as manufactures installation instructions & specifications. E. IRRIGATION NOTES 1. Contractor shall conform to all codes & ordinances relevant to the work under this contract. 2. Contractor shall be responsible for all labor materials necessary to fully execute & guarantee the work entailed in these contract documents. 3. Irrigation system layout is diagrammatic exact locations of piping,valves & other components shall be established by contractor and subcontractor in the field at time of installation and approved by Project Engineer & Landscape Architect. 4. All valves shall be placed in 10" & 24" jumbo valve boxes w/min. of 3" of gravel mix for drainage. 5. Accurate as -built showing as a min.,valve location, supply line & sleeve location, will required along with all product information & operations manual at project close out. 6. Irrigator responsible for all coordination with the landscape contractor, general contractor and all subcontractors. 7. All necessary connections and fittings shall be supplied and installed by the irrigation contractor at the point of connection. contractor to pay for all fees & permits. 8. The entire system shall be unconditionally guaranteed by the contractor against all defective workmanship and materials for a one year period following the date of acceptance. This includes trench settlement. 9. Contractor shall obtain any required permits, adhere to all municipal codes, and follow standard and accepted local practices. 10. Contractor is responsible conducting power w/ AEP or lighting contractor for power to the Irrigation Controller. All work or materials required shall be included in the Irrigation System Cost. 'Energizing' Controllers by Contractor. 11. Location of the Irrigation Controllers, Rain Sensors & Reduced Pressure Assembly shall be approved by Project Engineer/Landscape Architect. 12. The entire system shall be unconditionally guaranteed by the contractor against all defective workmanship and materials for a one year period following the date of acceptance. this includes trench settlement. F. BASELINE TWO -WIRE INSTALLATION NOTES 1. Contractor shall receive training from Baseline before installation begins. Contact Baseline Kendall Chilek. 210-268-8266 2. "Two -Wire' path control wires shall be Baseline "biline II" control cable # 14. 3. All wires splices must be made in a valve box with DBY-6 direct -burial waterproof connections. 4. All connections in the two -wire paths (outside the controller enclosure) shall be made with 3M DBR-6 waterproof, strain -relieving direct burial connectors or equals. 5. 14 AWG/IMM dia. wire shall be used for all decoder -to -solenoid connections. 6. The installer shall provide adequate earth ground (not to exceed 10 OHMS, or in compliance with practices as defined in the American Society of Irrigation Consultants earth grounding guidelines 100-2002, available at www.asic.org) and connect it to the two -wire path every 500 feet, and at end runs. 7. Ground hardware shall be %" x 8' cooper clad ground rod. 8. Ground connections from decoder ground lead to the grounding hardware shall be made by joining the 12AWG (2MM Dia.) decoder ground wire with a 10 AWG (2.5MM Dia.) Solid copper lead in an approved wire nut of appropriate size, inserted in a DBR-6 Waterproof direct burial connectors, or with an approved wire clamp. 9. Ground hardware shall extend at right angles from the two -wire red/blue path. 10. Contractor shall extend "double jacketed maxi wire" from point of connection to the controller location and install grounding rods and lightening arrestors at point of connection and at the controller location. 1. Contractor shall be responsible for any coordination w/ irrigation & subcontractors as required to accomplish all landscape operations. 2. Backfill materials for all palms & trees shall be in the following proportions: 2/3 new topsoil & 1/3 peat humus. place agriform tablets in all back fill mix or a 4 way -Mix from 'New Earth'. 3. Top dress all plantings w/ 4" of cypress mulch. Top of mulch to be flush with top of curb or edging. 4. Provide one year warranty on all plantings. 5. All planting beds shall be left 8" below top of curb or edging with select fill subsoil. Contractor shall amend the soil by till 4" of landscape mix from 'New Earth or approved equal. Submit sample for approval.il All soil amendments, any & all aggregates & soil separator shall be included in cost for bed preparation. 6. Stake & guy all palms & trees with (4) 1/8-1/4" cable, 3/" x 6" galvanized drop forge turnbuckles with welded closed eye and duckbill anchors. See detail. 7. Edging to be 4" X 1/8" aluminum edging (green in color). 8. Contractor shall be responsible for becoming familiar with all underground utilities, pipes and line runs. Contractor shall locate and establish all existing utilities in the construction area before any excavation shall occur. 9. Contractor shalll visit the site to examine the conditions, as they exist. Determine the nature of the materials to be used, and all other pertinent information to the work. 10. Any damage to existing damage to existing lawn cover shall be repaired to its original or better condition. The contractor shall be required fill all low spots to meet the new finished grade. All areas affected by this operation shall be fertilzed and sodded w/Bermuda. 11. Contractor shall provide proper and positive drainage in all lawns and planting beds. Coordinate all soil work with site contractor for the soil levels and bed preparation taht will associated with the site work. 12. Contractor shall submit maintenance instruction recommendinng procedures to be established by the owner for maintenance of the landscaping during an entire year. Maintenance includes but is not limited to: weed control, fertilizing, trimming, pruning, watering, edging, mowing and adjusting the staking & guying. A typewritten maintenace program/schedule to be submitted to the owner at final acceptance. 13. All plant/shrub or palm removals shall be grubbed or ground to a depth of 8" below the finsihed grade. 14. Contractor shall trim all existing palms of old fronds and remove loose husk (shag all palms). All pruning shall be approved by the Landscape Architect. All trees shown on the landscape plan (in the construction area- center median). 'Carrot Cut' the palms. .13 PSI 3.40 PSI 3.00 PSI 4.60 PSI 5.45 PSI 1.75 PSI N/A 25.0 PSI 43.33 PSI Static Prerssure 50.00 PSI Residual Pressure 6.67 PSI DESCRIPTION CONSULTANT'S SHEET No. GLA FNI PROJECT: C0R13155 9/9/15 a REVISION NO. 0 A REVISION NO. LLJ 0 z LLJ 0 O N O 0 Z O CO 0 0 LL CO LOUISIANA TO LANDSCAPE & IRRIGATI❑N N❑TES SHEET 190 of 190 RECORD DRAWING NO. STR-883 CITY PROJECT f E12093 00 9101 ADDENDUM NUMBER 02 Project: Ocean Drive — Louisiana Ave. to Buford St. 4111111Pa,ffAr art Owner: City of Corpus Christ City Engineer: Jeff Edmonds, P.E. Designer: Freese and Nichols, In Project Number: E,12093 Addendum No. 02 Specification Section: 00 9101 Issue Date: 10/16/2015 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Nicholas A. Cecava 10/16/2015 Name Date Addendum Items: FRONT END DOCUMENTS: 00 0100 —TABLE OF CONTENTS 00 21 13 — INVITATION TO BID AND INSTRUCTIONS TO BIDDERS 00 30 00 — BID ACKOWLEDGMENT FORM 025802 — TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION (Attachment No. 1) ITEM 682 — VEHICLE SIGNAL HEADS (Attachment No. 21 ADDITIONS TO APPENDIX B — SIGNALIZATION CUT - SHEETS (Attachment No. 3) DRAWINGS: SHEETS 83, 88, 98, 99, 115, 116, 117, 118, 119, 150, 151, 154, 155 (Attachment No. 41 TRAFFIC CONTROL PLAN AND DETAILS — TCP SHEETS 1-18 (Attachment No. 4) CLARIFICATIONS: QUESTIONS AND ANSWERS �E OFTF111 \P .••......,..T 1 NICHOLAS A. CECAVA ,o #0#��, 97391 i<% �,�'••(�4- FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 ��NKEENOLS 800 N. Shoreline Blvd. Suite 1600N Corpus Christi, Texas 78401-3717 Phone — (361) 561-6500 Fox — (361) 561-6501 Addendum No. 02 Corpus Christi Standards - Regular Projects 009101-1 REV 03-09-2015 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 0100 —TABLE OF CONTENTS 1. DELETE: Technical Specification Section 34 41 16.53 Programmable Vehicle Signal Heads in its entirety 2. ADD: Technical Specification Item 682 - Vehicle Signal Heads B. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS — Article 9 and 12: 1. The date for receipt of Bids will be 2:OOpm on Wednesday, October 21, 2015. The location for the receipt of Bids remains unchanged. 1.03 MODIFICATIONS TO THE BID ACKNOWLEDGEMENT FORM A. SECTION 00 30 00 BID ACKNOWLEDGMENT FORM — Article 1: 1. The date for receipt of Bids will be 2:OOpm on Wednesday, October 21, 2015. The location for the receipt of Bids remains unchanged. 1.04 MODIFICATIONS TO MEASUREMENT AND BASIS FOR PAYMENT A. SECTION 01 29 01 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS 1. ADD: ITEMS Fl — F9 FOR SLOPE STABILITY IMPROVEMENTS a. Items F1 through F9 for the Slope Stabilization Improvements are Plan Quantity Measurement Items and will not be measured during construction. These items have been measured and calculated to the limits and grades as shown on the drawings. Payment for these items will be based on a percentage of total plan quantity installed. ARTICLE 2 — SPECIFICATIONS AND APPENDIX 2.01 MODIFICATIONS TO TECHNICAL SPECIFICATIONS A. SECTION 025802 — TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DELETE: Technical Specification Section 025802 —Temporary Traffic Controls During Construction in its entirety ADD: Technical Specification Section 025802 — Temporary Traffic Controls During Construction (Attachment No. 1) Addendum No. 02 00 91 01 - 2 Corpus Christi Standards - Regular Projects REV 03-09-2015 B. SECTION 34 41 13.13 — INSTALLATION OF TRAFFIC EQUIPMENT 1. PART 3.1 E. — GROUNDING AND BONDING a. Paragraph E.3 DELETE: bare copper wire ADD: green insulated copper wire C. SECTION 34 41 16.23 — TRAFFIC SIGNAL CABINET AND ASSEMBLIES 1. PART 2 — PRODUCTS a. Paragraph 2.1D DELETE: Paragraph 2.1D in its entirety ADD: 2.1D. Acceptable cabinet manufacturer is Henke Enterprises, Inc. Refer to drawings for cabinet details. D. SECTION 34 41 16.33 —TRAFFIC SIGNAL CONTROLLER UNIT 1. PART 2 — PRODUCTS DELETE: Paragraph 2.8 Foundation in its entirety ADD: 2.8 Foundation — Refer to Drawings E. SECTION 34 41 16.53 — PROGRAMMABLE VEHICLE SIGNAL HEADS 1. DELETE: Technical Specification Section 34 41 16.53 Programmable Vehicle Signal Heads in its entirety ADD: Technical Specification Item 682 - Vehicle Signal Heads (Attachment No. 2) F. TRAFFIC SIGNALIZATION SPECIFICATIONS (ALL SECTIONS) CLARIFICATIONS: 1. All references and product descriptions referring to the "City of Corpus Christi Product List" should be changed to "Appendix B — Signalization Cut -Sheets" for the pre - approved materials and equipment for the traffic signals. 2. All references to "01 55 26.13 TRAFFIC CONTROL" should be changed to "025802 — TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION" 3. All references to "03 21 11.13 REINFORCING STEEL" should be changed to "032020 — REINFORCING STEEL" 4. All references to "03 31 11.13 CONCRETE STRUCTURES" should be changed to "038000 — CONCRETE STRUCTURES" 5. Remove all references to "SECTION 33 05 23.10 TRENCHLESS UTILITY INSTALLATION and SECTION 31 23 16.13 TRENCHING" Addendum No. 02 00 91 01 - 3 Corpus Christi Standards - Regular Projects REV 03-09-2015 6. Remove all references to "TxDOT Item 656" 2.02 MODIFICATIONS TO APPENDIX A. APPENDIX B — SIGNALIZATION CUT -SHEETS 1. DELETE: Wavetronix Smart Sensor Advance — Product Data Sheet CLARIFICATION: Only the Wavetronix SmartSensor Matrix radar unit will be installed on the Ocean Drive project. 2. ADD: Polara Navigator APS — Product Data Sheet (Attachment No. 3) 3. ADD: Delta Power Supply — Product Data Sheet (Attachment No. 3) 4. ADD: Dialight 12" Bicycle LED Traffic Module — Product Data Sheet (Attachment No. 3) CLARIFICATIONS: 5. Wavetronix "Click 650" Cabinet Interface Device will be included as an accessory to the Wavetronix SmartSensor Matrix unit. 6. The Econolite Fully Actuated ATC Controller will be the "Cobalt ATC 2100" model. 7. The Digi PortServer TS HCC MEI will be the "4 -port" model. 8. The Moxa VPort 4 -channel video encoder will be the "VPort 364A -T" model. 9. The Eberle Design, Inc. (EDI) Smart Monitor will be the "MMU-16LEip with 10/100 Mbps Ethernet Port" model. ARTICLE 3 — DRAWINGS 3.01 MODIFICATIONS TO THE DRAWINGS A. DELETE the following drawings: Deleted Drawings Sheet 83 of 190 — Miscellaneous Details Sheet 88 of 190 — Concrete Island Plan and Details Sheet 98 of 190 — Striping Plan Sta. 30+00 to Sta. 45+00 Sheet 99 of 190 — Striping Plan Sta. 45+00 to End Sheet 115 of 190 — Cantilever Retaining Wall Plan and Detail Sheet 116 of 190 — Cantilever Retaining Wall Typical Embankment Sections Sheet 117 of 190 — Retaining Wall Miscellaneous Details Addendum No. 02 Corpus Christi Standards - Regular Projects 009101-4 REV 03-09-2015 Sheet 118 of 190 — Construction Sequencing Layout Sheet 119 of 190 — Sequence of Construction and General Notes Sheet 150 of 190 — Elizabeth St. — Ocean Dr. Signalization Pian Sheet 151 of 190 — Elizabeth St. — Ocean Dr. Signalization Summary Sheet 154 of 190 — Buford St. — Shoreline Blvd. Signalization Plan Sheet 155 of 190 — Buford St. — Shoreline Blvd. Signalization Summary B. ADD the following drawings: Added Drawings (Attachment No. 4) Sheet 83 of 190 — Miscellaneous Details Sheet 88 of 190 — Concrete Island Plan and Details Sheet 98 of 190 — Striping Plan Sta. 30+00 to Sta. 45+00 Sheet 99 of 190 — Striping Plan Sta. 45+00 to End Sheet 115 of 190—Cantilever Retaining Wall Plan and Detail Sheet 116 of 190 — Cantilever Retaining Wall Typical Embankment Sections Sheet 117 of 190 — Retaining Wall Miscellaneous Details Sheet 118 of 190 — Construction Sequencing Layout Sheet 119 of 190 — Sequence of Construction and General Notes Sheet 150 of 190 — Elizabeth St. — Ocean Dr. Signalization Plan Sheet 151 of 190 — Elizabeth St. — Ocean Dr. Signalization Summary Sheet 154 of 190 — Buford St. — Shoreline Blvd. Signalization Plan Sheet 155 of 190 — Buford St. — Shoreline Blvd. Signalization Summary Sheet 1 of TCP — Traffic Control Sections Phases 1 Thru 4 Sheet 2 of TCP — Traffic Control Plan Phase 1 Sta. 22+00 to Sta. 36+00 Sheet 3 of TCP — Traffic Control Plan Phase 1 Sta. 36+00 to Sta. 49+50 Addendum No. 02 Corpus Christi Standards - Regular Projects 009101-5 REV 03-09-2015 Sheet 4 of TCP — Traffic Control Plan Phase 1 Sta. 49+50 to End Sheet 5 of TCP —Traffic Control Plan Phase 2 Begin to Sta. 6+50 Sheet 6 of TCP — Traffic Control Plan Phase 2 Sta. 6+50 to Sta. 22+00 Sheet 7 of TCP — Traffic Control Pian Phase 2 Sta. 22+00 to Sta. 36+00 Sheet 8 of TCP — Traffic Control Plan Phase 2 Sta. 36+00 to Sta. 42+50 Sheet 9 of TCP — Temporary Construction Detour Plan Phase 3 Sheet 10 of TCP —Traffic Control Plan Phase 3 Begin to Sta. 14+00 Sheet 11 of TCP —Traffic Control Plan Phase 3 Sta. 14+00 to Sta. 28+00 Sheet 12 of TCP —Traffic Control Plan Phase 3 Sta. 28+00 to Sta. 42+00 Sheet 13 of TCP — Temporary Construction Detour Plan Phase 4 Sheet 14 of TCP — Traffic Control Plan Phase 4 Sta. 14+00 to Sta. 28+00 Sheet 15 of TCP — Traffic Control Plan Phase 4 Sta. 28+00 to Sta. 42+50 Sheet 16 of TCP —Traffic Control Plan Phase 4 Sta. 42+50 to End Sheet 17 of TCP —Traffic Control Plan Phase 5 Typical Median Closure and Sections Sheet 18 of TCP —Traffic Control Plan TxDOT Standard Details ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS AND ANSWERS: Question: Can the City provide the property manager's contact information for the vacant Glasscock Bayfront property for contractors to consider this property for use as a construction staging and laydown area? Answer: The contact for the property manager of the Glasscock Bayfront property is: Rick Dupriest President - W.L. Bates Co. 901 North Carancahua St. Corpus Christi, Texas 78401 rdupriest@wlbatesco.com 361-883-6541 Addendum No. 02 00 9101 - 6 Corpus Christi Standards - Regular Projects REV 03-09-2015 Question: There is no measurement and payment description for most pay items. But particularly Items F2, F3, F4, F8, F9 are they going to actually be measured or are they just plan quantity pay items? Answer: Items F1 through F9 for the Slope Stabilization Improvements are Plan Quantity Measurement Items and will not be measured during construction. These items have been measured and calculated to the limits and grades as shown on the drawings. Payment for these items will be based on a percentage of total plan quantity installed. Question: The phasing is such that traffic will have to be shifted to one side of the road for one phase then to the other side of the road for the other phase. This is done 2 times. The signal lamps will not be viewable for the lanes that get moved to the other side of the roadway. The signal lamps are fixed arm. In order to view the signal lamps, temporary signals will have to be mounted. Can temporary signals be added as a pay item? Answer: Temporary signalization is included in Bid Item A6 "Temporary Traffic Controls." Refer to technical specification section 025802 "Temporary Traffic Controls during Construction." Contractor will be required to provide temporary signalization during construction in accordance with MUTCD requirements. The contractor may utilize the existing signals, provide portable trailer mounted signals or construct span wire signals based upon the contractor's means and methods. Question: Can profile drawings of the retaining wall be provided? The transition between Sta. 33+60 and 33+81.73 is particularly lacking information. Answer: Refer to added notes on Sheet 115 of 190 Question: 32' is shown as the maximum retaining wall panel length, is there a minimum length required? Answer: The minimum retaining wall panel length will be equal to the wall height. Refer to revised Note #1 on Sheet 115 of 190. Question: Three different section views are provided on Sheet 116, showing the excavation and backfill behind the retaining wall, but only section B shows benching; while A & C do not. What is the station range to which section B applies? Answer: Benching is required wherever conditions allow for the 8' bench to be installed. The cantilever retaining wall plan on Sheet 115 provides a good approximation of width of soil stabilization embankment. Refer to added note #2 on Sheet 116 for stationing information. Question: I agree on the temporary signals only way to move signals from side to side is on span wire have to install timber poles to handle this work. Also who is removing the light poles in the middle of the median AEP? Addendum No. 02 00 91 01 - 7 Corpus Christi Standards - Regular Projects REV 03-09-2015 Answer: See previous response on temporary signalization. AEP will remove the existing street light poles within the project limit. Contractor will be required to coordinate with AEP for the removal of Tight poles during construction. Contractor will be required to remove existing light pole foundations, conduits, boxes, etc. in accordance with specification section 021080 "Removing Abandoned Structures." These removal costs should be included in Bid Item A2 "Clear Right -of -Way." Question: Where are the existing palm trees per Item K5 getting transported to? Answer: The location will be specified by the City during construction and will be within 20 miles of the project. Refer to Detail #4 on Sheet 186/190. Question: Can a drawing be provided showing the temporary and drainage easements within the Glasscock property? Answer: The temporary construction easement has been added to the cantilever retaining wall plan and profile drawings on Sheets 115 and 116 in this addendum. Question: There is not enough time allowed to bid this job properly. Will we be allowed a minimum of an additional week to prepare this bid? Answer: The bid opening was extended one week as part of Addendum #1 Question: Is this roadway a collector or an arterial? The hot mix surface course asphalt depends upon it. An arterial uses the stiffer binder of PG76-22 while the collector uses PG70-22. Per Spec 25424 is this classified as an Arterial or a Collector? Answer: Ocean Drive is an arterial roadway (A2 Arterial). Question: Special Note #1 on plan sheet 4 says that the contractor is to backfill new city gas lines and this will be no direct pay. Usually this is a pay item by the linear foot in these types of projects. How much of this will be required and can it be a pay item? Answer: Special Note #1 on Sheet 4/190 will remain unchanged and will not be a pay item. There is a 2" gas line crossing at Southern Street that may be in conflict with the proposed utilities and relocated by the City as required. There is a 6" gas line crossing Ocean Drive north of Ayers Street and a 6" gas line crossing at Craig Street that may be in conflict with proposed utilities and require adjustment by the City. The location and elevation of the existing gas lines can be reviewed in the drawings and Appendix D "S.U.E. Report" in the Contract Documents. Question: For the retaining wall work and the work associated with the Type A Junction Box, is there any temporary construction easement on the water side of the wall and the structure that extends beyond the drainage easement? Addendum No. 02 00 91 01 - 8 Corpus Christi Standards - Regular Projects REV 03-09-2015 Answer: Yes, the City has secured a temporary construction easement providing an additional 40 feet from the existing easement line running parallel to the proposed retaining wall. The temporary construction easement extends beyond the drainage easement to include the work associated with the Type A Junction Box. This temporary easement is shown on Sheet 115. END OF ADDENDUM NO. 02 Addendum No. 02 00 91 01 - 9 Corpus Christi Standards - Regular Projects REV 03-09-2015 TECHNICAL SPECIFICATION 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 and temporary signalization including, but not limited to, barricades, signs, barriers, cones, lights, temporary signalization, temporary detours, temporary striping and markers, flaggers, 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. 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. 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. A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 1 OF 3 025802 Page 1 of 3 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 "Temporary Traffic Controls." Example Blue Sign 24' lo `JG r!o le SPECIAL EVENTS As part of the Traffic Control for Ocean Drive, the contractor will be required to make occasional minor adjustments to existing traffic control devices within the project limit. Minor adjustments include moving, bagging, and repositioning of existing barrels, panels, signage, and barricades to provide safe access into Cole Park and the project work zone. Major traffic control adjustments for special events including lane closures, detours, signals, and signage that are not part of the Ocean Drive traffic control plan will be handled through a contract change proposal and change order. TEMPORARY SIGNALIZATION Contractor will be required to provide temporary signalization during all phases of construction as required in accordance with MUTCD requirements. The contractor may utilize the existing signals, provide portable trailer mounted signals or construct span wire signals based upon the contractor's means and methods. ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 2 OF 3 025802 Page 2 of 3 4. MEASUREMENT AND PAYMENT Bid Item A6, "Temporary Traffic Controls" will be used to cover all related costs to traffic control and temporary signalization on this project. 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, temporary signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 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 amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 3 OF 3 025802 Page 3 of 3 TECHNICAL SPECIFICATION Item 682 Vehicle Signal Heads 682.1 Description: Furnish and install vehicle signal heads. 682.2 Materials: Furnish only new materials. A. Definitions. 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces, including back plates and louvers when required, attached at a common location on a support. B. General. Provide vehicle signal heads in accordance with Texas Department of transportation (TxDOT) DMS -11120, "Vehicle Signal Heads." Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. Supply only black polycarbonate signal head components that are of the same material and manufacturer for any one project. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed -cell silicone or closed -cell neoprene gaskets. 682.3. Equipment: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 682.4. Traffic Signal Design Requirement. 1. The traffic signal head shall be constructed of sturdy polycarbonate resin, and shall be ultraviolet stabilized material having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy Item 682 Vehicle Signal Heads ADDENDUM NO. 2 ATTACHMENT NO. 2 PAGE 1 OF 2 Page 1 duty serrated ring, which will allow positive orientation in 5 -degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 ' inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. 3. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in Color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in Color. The signal heads shall have a louvered or slotted back plate. 4. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. 682.6. Equipment: Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 682.7. Construction: A. Assembly. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with the manufacturer's recommendations. Close any openings in an assembled signal head with a plug of the same material and color as the head. B. Wiring. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. 682.8. Measurement and Payment: Vehicle Signal Heads will be considered subsidiary to the applicable lump sum intersection signalization bid item as indicated within Section 00 30 01 Bid Form. The installation of signal heads will include furnishing, assembling, and installing the signal sections, back plates and louvers, lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals. Item 682 Vehicle Signal Heads ADDENDUM NO. 2 ATTACHMENT NO.2 PAGE 2 OF 2 Page 2 Navigator APS EZ Communicator The next generation of APS pirL Your APS information should be accessible to you!! 'FLASHING" STEADY ■ DON'T START Finish Crossing If Started DON'T CROSS TO CROSS PUSH BUTTON APS provides multiple sources of information at the crosswalk for all pedestrians... Now secured Ethernet access provided so you can manage, maintain and control your APS systems. Instailer(Technician access the system at the intersection via., .. Configurator Laptop EZ Communicator is a fully integrated Accessible Pedestrian System. It offers multiple audible indications and a vibro-tactile indication to clearly identify to ALL Pedestrians the information needed to Navigate a crosswalk. User Benefits: Ambient noise controlled locator tone, easy to activate 2" ADA button with a raised arrow, high quality digital audio messages with automatic volume adjustment to ambi- ent noise levels as well as vibro-tactile walk phase indication. Meets & exceeds ADA, MUTCD, TAC & PROWAAC guidelines Agency Benefits: • Backward compatible with the Navigator 2 -Wire System • Easy Installation (no need to open front of unit) • Easy maintenance and changes - Sounds, Voices and Software can now be uploaded via secure USB port at the push button station • Multiple ways to program, configure and save settings (Configurator, Laptop at Cabinet, & more coming!) • Multiple ways to easily access status and condition of installed equipment • Independent Lab tested to meet TS2 and NEMA requirements - ensures you get the most robust design on the market • Unmatched Digital Audio Quality • Several levels of Conflict Monitoring to prevent false walk indications POIf?ARA Setting A Hinher Standard ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 1 OF 14 Full ADA, MUTCD 2009 and TAC Compliant Backward Compatible with existing Navigator 2 -Wire System perating Specifications Parameter Rating Backward Compatible Operating Modes Operating Voltage Full compatibility with Navigator 2 -wire System Products EN2 (EZComm) or N2 (Navigator) 120 VAC at the cabinet for the system. PBS operates off of 18-22 DC from the CCU2EN. Maximum Number of Pedestrian Stations 16 ADA Compliant Push Button Stations per EN2 Operating Temperature Range -34° C to +74° C (-30°F to +165°F) Storage Temperature Range -45° C to +85° C (-50°F to +185°F) Operating Force 3.0 lbs Maximum MTBF - CCU2 2,000,000 hours MTBF - PSM2 2,500,000 hours MTBF - EN2 (PBS) 3,000,000 hours Switch Operating Life Greater than 20 Million Operations Audio File Updates Via Secure USB Port Microcode Updates Via Secure USB Port Sound Synchronization All Sounds are Synchronized Maximum Volume 100 dB @ 1m Automatic Volume Range Automatically Adjusts to Ambient Over a 60 dB Range Volume Over Ambient Adjustable up to 10 dB Minimum Ambient Sound 37 dBA Locate Tone Volume Adjustable from -24dB to +6dB Ambient Audio Quality 2% Total -Harmonic -Distortion Plus Noise @ 1 kHz External Button Input Supports Additional Buttons for Bicycles or Horse Crossings (-EB Option) Second Audio Output Supports Beaconing or Ping-Pong (-ES Option) False Walk Detection Built-in - Four Independent Checks Event Monitoring Built-in - PBS Health Check Every 30 Seconds with Fault Recording Ethernet Interface Built-in Server -Host with with Password Protection Extended Push Priority Mutes Entire Intersection Except the Selected Crosswalk Extended Push 0 to 6 Seconds in 0.5 Second Steps Multiple Languages Maximum of Two Languages Selected via Extended Push Intersection Broadcast All PBS Simultaneously Broadcast Special Message POK.RA Design Compliance Test Type Compliance Functionality MUTCD 2009 - 4E Temperature and Humidity NEMA TS 2 Transient Voltage Protection NEMA TS 2 Transient Suppression IEC 61000-4-4, IEC 61000-4-5 Electronic Noise FCC Title 47, Part 15, Class A Mechanical Shock and Vibration NEMA TS 2 CCU2EN Enclosure NEMA 250 - Type 1 PSM2 Enclosure NEMA 250 - Type 1 PBS Enclosure NEMA 250 - Type 4X Electrical Reliability NEMA TS 4 Notes: 1) Applicable sections only of referenced standards. 2) Specifications subject to change without notification. 3) All specifications are Typical unless otherwise specified. 4) Units meet all specifications when shipped from the factory. 360-002A All the great features of the Industry Leading Navigator 2 -Wire Systems, with... • Up to 16 Pedestrian Push Button Stations (EPBS) [EN2 Mode] • PBS Enclosure rated NEMA 250 - 4X • High quality pure Digital Audio • Built-in Push Button Conflict Monitoring • Health Check of all PBS every 30 seconds • Ethernet access to PBS Configuration and Health Check results • Ethernet setting of PBS Configuration • Ethernet access has password protection • Easier to install. Easier to maintain. • Easy access to all terminals without un -Mounting PBS's • Firmware/Audio Updates via Built-in Secure USB Port • Single field replaceable internal module on Push Button Station • Wide Operating Temperature Range of -34° C to 74- C • Wide Storage Temperature Range of -45° C to +85° C • Full NEMA TS 2 Compliant • Full NEMA TS 4 Reliability • Independent Hardware Push But on Pedestrian Conflict Monitoring with PSM2 ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 2 OF 14 www.t'olara.com • - . 1 - • •. TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Highlights & Features Reliable design, with expected life of 10 years Compact, rugged design for ease of handling and installation Multiple connections to terminals allowed With Conformal Coating on PCBA (DRP012V015W1AZ) Class I, Div 2 Hazardous Locations (DRP012V015W1AY) Meets worldwide safety requirements - RoHS Directive 2011/65/EU Compliant Worldwide AC input range without power de -rating Overvoltage / Overcurrent / Over Temperature Protections 150% Power Boost (steady state peak load) for 3 seconds Safety Standards E X911'7 ._ L19139/3 bit!. CB Certified for worldwide use Model Number: DRP012V015W1A'. Unit Weight: 0.18 kg Dimensions (L x W x D): 100 x 32 x 100.6 mm General Description The DRP012V015W1A❑ is part of the CIiQ series of DIN Rail power supplies from one of the world's largest power supply manufacturers and solution providers - Delta. This product provides an adjustable output capable of operating from input voltages at 85-264Vac, and a wide temperature range of -20°C to 75°C. With a rugged, compact plastic case design that meets shock and vibration requirements (in accordance to IEC60068-2-27 and IEC60068-2-6 respectively), and conformal -coated PCB assembly, this state of the art design is well suited to a broad variety of industrial applications worldwide. Model Information CIiQ DIN Rail Power Supply Model Number Input Voltage Range Output Voltage Output Current DRP012V015W1A 85-264Vac (120-375Vdc) 12Vdc 1.25A Model Numbering DRP P 012V 015W 1 A DIN Rail Power Supply Output Voltage Output Power Single Phase CIiQ Series Y - Plastic case with Class I, Div 2 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) Z- Plastic case without Class I, Div 2 ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 3 OF 14 b ELT4I TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A!! Specifications Input Ratings / Characteristics Nominal Input Voltage 100-240Vac Input Voltage Range 85-264Vac Nominal Input Frequency 50-60Hz Input Frequency Range 47-63Hz Nominal DC Input Voltage 125-250Vdc DC Input Voltage Range 120-375Vdc Input Current < 0.37A © 115Vac, < 0.22A © 230Vac Efficiency > 84.0% © 115Vac, > 83.0% @ 230Vac Max Inrush Current < 30A © 115Vac, < 65A © 230Vac Power Factor Conform to EN61000-3-2 Leakage Current < 1 mA @ 240Vac Output Ratings / Characteristics Nominal Output Voltage 12Vdc Output Voltage Tolerance ± 2% (initial set point tolerance) Output Voltage Adjustment Range 11-14Vdc Output Current 1.25A Output Power 15W Line Regulation < 0.5% typ. (@ 85-264Vac input, 100% input) Load Regulation < 1% typ. (@ 85-264Vac input, 0-100% input) Residual Ripple / PARD (20MHz) < 100mVpp @ 25'C Rise Time < 20ms @ nominal input (100% load, 25°C) Start-up Time < 2500ms @ nominal input (100% load, 25°C) Hold-up Time > 22ms @ 115Vac, > 1100ms © 230Vac (100% load, 25'C) Dynamic Response (Overshoot & Undershoot O/P Voltage) ± 5% © 10-100% load Start-up with Capacitive Loads 5,000pF Max Mechanical Case Cover Plastic Dimensions (L x W x D) 100 x 32 x 100.6 mm Unit Weight 0.18 kg Indicator Green LED (DC OK) Cooling System Convection Terminal Input M3.5 x 5 Pins (Rated 300V/15A) Output M3.5 x 5 Pins (Rated 300V/15A) Wire Input AWG 22-14 Output AWG 22-14 Mounting Rail Standard TS35 DIN Rail in accordance with EN60715 2I All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 4 OF 14 MIIMmillMIL WAN s ams TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1Ali Environment Surrounding Air Temperature Power De -rating Operating Humidity Operating Altitude Shock Test (Non -Operating) Vibration (Non -Operating) Bump Pollution Degree Protections Operating Storage -20°C to +75°C -25°C to +85°C > 50°C de -rate power by 2.5% / °C > 70°C de -rate power by 4% / °C < 95% RH (Non -Condensing) 3,000 Meters IEC60068-2-27, 30G (300m/S2) for a duration of 18ms IEC60068-2-6, 10Hz to 150Hz @ 50m/S2 (5G peak); 90 min per axis for all X, Y, Z direction IEC60068-2-29; 11ms / lOgn 2 Overvoltage Overload / Overcurrent Over Temperature Short Circuit Degree of Protection Protection Against Shock `PE: Primary Earth Reliability Data 16V +10% / -5%, SELV Output, Hicc-up Mode, Non -Latching (Auto -Recovery) > 150% of rated load current, Hicc-up Mode, Non -Latching (Auto -Recovery) < 80°C Surrounding Air Temperature @ 100% load, Non -Latching (Auto -Recovery) Hicc-up Mode. Non -Latching (Auto -Recovery when the fault is removed) IPXO Class I without PE* connection MTBF Expected Cap Life Time 3I > 1,000,000 hrs. as per Telcordia SR -332 10 years (115Vac & 230Vac, 50% load @ 40°C) All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 5 OF 14 AELTzi TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Safety Standards / Directives Electronic Equipment in Power Installations Electrical Safety Industrial Control Equipment Hazardous Location / ATEX (For DRP012V015W 1 AY) G II 3G ATEX 94/9/EC; (For DRP024V060W1 BA) IECEX Test Report CE Material and Parts Galvanic Isolation EMC Input to Output Input to Ground Output to Ground EN50718 / IEC62103 TUV Bauart to EN60950-1, UUcUL recognized to UL60950-1, CSA C22.2 No. 60950-1, CB scheme to IEC60950-1 UL/cUL listed to UL508 and CSA C22.2 No. 107.1-01, CSA to CSA C22.2 No. 107.1-01 cCSAus to CSA C22.2 No.213-M1987, ANSI / ISA 12.12.01:2007 Class I, Division 2, Group A,B,C,D T4 EN60079-0:2009, EN60079-15:2010 ( 11 3GI1 3G Ex nA IIC T4 Gc) Certificate No. EPS 12 ATEX 1 491 X For 1EC60079-0, 1EC60079-15 In conformance with EMC Directive 2004/108/EC and Low Voltage Directive 2006/95/EC For DRP012V015W1AY: In conformance with Equipment for explosive atmospheres (ATEX) directive 94/9/EC RoHS Directive 2011/65/EU Compliant 4.0KVac 1.5KVac 1.5KVac EMC / Emissions Immunity to Electrostatic Discharge Radiated Field Electrical Fast Transient / Burst Surge Conducted Power Frequency Magnetic Fields Voltage Dips Low Energy Pulse Test (Ring Wave) 1) Criteria A: Normal performance within the specification limits 2) Asymmetrical: Common mode (Line to earth) 3) Symmetrical: Differential mode (Line to line) 4I EN61000-4-2 EN61000-4-3 EN61000-4-4 I EC6100-4-5 EN61000-4-6 EN61000-4-8 EN61000-4-11 I EC61000-4-12 CISPR22, EN55022, EN55011, FCC Title 47: Class B Level 4 Criteria A1) Air Discharge: 15kV Contact Discharge: 8kV Level 3 Criteria A') 80MHz-1 GHz, 10V/M with 1 kHz tone / 80% modulation Level 3 Criteria Al) 2kV Level 3 Criteria Al) Common Modell: 2kV Differential Mode3>: 1 kV Level 3 Criteria Al) 150kHz-80MHz, 10Vrms Level 3 Criteria Al) 10A/Meter Level 3 Criteria Al) 100% dip; 1 cycle (20ms); Self Recoverable Level 3 Criteria A') Common Model): 2kV Differential Mode31: 1kV All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 6 OF 14 AELTII TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Block Diagram INPUT L N Device Description EMI FLIER & INRUSH CURRENT MUT AC / DC CONVERTER & FILTER TRAR9FOR1M31 & POWER STAGE OVER TEMPERATURE PROTECTION PNM CONTROL 8 OVERCIAiRENT PRO1ECTION OUTPUT RECTIFIER & FILTER OPTO COUPLER & FEEDBACK CONTROL OVERVOLTAGE PROTECTION 1) Input & Output terminal block connector 2) DC voltage adjustment potentiometer 3) DC OK control LED (Green) 4) Universal mounting rail system 5I All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) 12V DC OUTPUT RETURN ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 7 OF 14 RELTt1 TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Dimensions LxWxD: 100 x 32 x 100.6 mm Engineering Data De -rating too Percentage of Max Load (%) OBE 011.1 Note 1. Power supply components may degrade, or be so ;--;---- damaged, when the power supply is - continuously used outside the shaded region, refer to the graph shown in Fig. 1.1. 70 - 2. If the output capacity is not reduced when the so - surrounding air temperature >50°C, the device will run into Over Temperature Protection. so -- When activated, the output voltage will go into 40 - - bouncing mode and will recover when the surrounding air temperature is lowered or the 30 - load is reduced as far as necessary to keep 20 - the device in working condition. 70 - 3. If the device has to be mounted in any other orientation, please do not hesitate to contact 0 info@deltapsu.com for more details. -20 -15 -10 -5 0 5 10 15 20 25 30 35 40 45 50 55 60 70 75 4. In order for the device to function in the manner intended, it is also necessary to keep a safety distance of 20mm with adjacent units Fig. 1.1 De -rating for Vertical Mounting Orientation while the device is in operation. > 50°C de -rate power by 2.5% / °C, > 70°C de -rate power by 4% / °C 5. Depending on the surrounding air temperature and output load delivered by the power supply, the device housing can be very hot! Surrounding Air Temperature ('C) 65 61 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 8 OF 14 f�ELTtI TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Output De -rating VS. Input Voltage 100 90 17 a 80 70 af0 --I 60 50 40 I I 85 95 100 115 120 140 160 180 Input Voltage (Vac) 60Hz 200 240 264 ■No output power de -rating across the entire input voltage range Assembly & Installation The power supply unit (PSU) can be mounted on 35mm DIN rails in accordance with EN60715. The device should be installed horizontally with input terminal blocks on the bottom. Each device is delivered ready to install. Mounting Dismounting ■1 Iry \ SE S ttssinum vanas nIL 7 I All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) Snap on the DIN rail as shown on the left: 1. Pull the DIN rail's latch OUT. 2. Tilt the unit upwards, hook the top end of onto the DIN rail and push downwards until stopped. 3. Position the bottom front end against the DIN rail. 4. Push the unit's latch DIN rail IN to lock. To uninstall: 1. Pull the unit's DIN rail latch OUT. 2. Tilt the bottom part of the unit out. 3. Push the unit up and pull out from the DIN rail. ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 9 OF 14 f ELTII TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Safety Instructions 1141..111 1. M • M CarVaCtiZe Functions ALWAYS switch mains of input power OFF before connecting and disconnecting the input voltage to the unit. If mains are not turned OFF, there is risk of explosion / severe damage. To guarantee sufficient convection cooling, keep a distance of 50mm above and below the device as well as a lateral distance of 20mm to other units. Note that the enclosure of the device can become very hot depending on the surrounding air temperature and load of the power supply. Risk of burns! Only plug in and unplug connectors when power is turned off! DO NOT insert any objects into the unit. Hazardous voltages may be present for up to 5 minutes after the input mains voltage is disconnected. Do not touch the unit during this time. The power supplies unit should be installed in minimum IP54 rated enclosure. The power supplies are built in units and must be installed in a cabinet or room (condensation free environment and indoor location) that is relatively free of conductive contaminants. ■ Graph illustrating the Start-up Time, Rise Time, and Hold-up Time Output Voltage (Vo) AC Input Voltage AC Input ON 1 Rise Time Hold Up Time Start Up Time Start-up Time The time required for the output voltage to reach 90% of its set value, after the input voltage is applied. Rise Time The time required for the output voltage to change from 10% to 90% of its set value. Hold-up Time Hold up time is the time when the AC input collapses and output voltage retains regulation for a certain period of time. The time required for the output to reach 95% of its set value, after the input voltage is removed. 4— AC Input OFF ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 10 OF 14 81 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) AELTt! TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Inrush Current Inrush current is the peak, instantaneous, input current measured and, occurs when the input voltage is first applied. For AC input voltages, the maximum peak value of inrush current will occur during the first half cycle of the applied AC voltage. This peak value decreases exponentially during subsequent cycles of AC voltage. 1,11 , p 1.0 0.9 0.5 0.3 0.1 0 Step Load Response The power supply output voltage will remains within ±5% of its steady state value, when subjected to a dynamic load from 10 to 100% of its rated current. Output Votive Nd 100% Load 10% Load Overvoltage Protection The power supply's overvoltage circuit will be activated when its internal feedback circuit fails. The output voltage shall not exceed its specifications defined on Page 3 under "Protections". Pam OUP Loral ovr 9I laurekal OM Ponape Iwo Output *yoga ultapa w. a.saran at the OP amiable OPV halo -Amway Norand Culp/ Vallap• Surge Load It is the reserve power available constantly that allows reliable startup of loads with high inrush current. After the output has reached its steady state set value, the power supply can support surge loads of up to 150% of maximum rated load (lo Max), for a maximum duration of 3 seconds. The maximum allowed rate of load change is 0.lamps per microseconds, and the voltage can vary ±5% from the set value during the duration of the surge load. 5 3 sec t (sec) I° 150% I°100% Overload & Overcurrent Protections The power supply's Overload (OLP) and Over current (OCP) Protections will be activated when output current exceeds 150% of lo (Max load). In such occurrence, the Vo will start to droop and once the power supply has reached its maximum power limit, the protection is activated and the power supply will go into "Hiccup mode" (Auto -Recovery). The power supply will recover once the fault condition of the OLP and OCP is removed and lo is back within the specifications. Output Voltage (V,) Load '150% `— (Output Hiccup) —• 0% Load 150% Load } t (sec) Additionally, if the 10 is <150% but >100% for a prolong period of time (depending on the load), the Over Temperature Protection (OTP) will be activated due to high temperature on critical components. The power supply will then go into "Hiccup mode" until the fault is removed. All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 11 OF 14 AELT11 TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 AI Over Temperature Protection As mentioned above, the power supply also has Over Temperature Protection (OTP). This is activated when the overload condition persists for an extended duration and the output current is below the overload trigger point but >100% load. In the event of a higher operating condition at 100% load, the power supply will run into OTP when the surrounding air temperature is >80°C. When activated, the output voltage will go into bouncing mode until the operating surrounding air temperature drops to 50°C or output capacity is reduced as recommended in the derating graph. Operating Mode PSU 1 PSU 2 •o DRR-20A/40A LOAD Tamtral DC OK Signal Tarring Fig. 2.1 Redundancy / Parallel Operation Connection Diagram Short Circuit Protection The power supply's output OLP/OCP function also provides protection against short circuits. When a short circuit is applied, the output current will operate in "Hiccup mode", as shown in the illustration in the OLP/OCP section on this page. The power supply will return to normal operation after the short circuit is removed. Can KEY + Output - Common Signal *Vdrop will vary from 0.40V to 0.60V (Typical 0.45V) depending on the load current and surrounding air temperature. • Parallel Operation • Redundancy Operation In order to ensure proper redundancy operation for the power supply unit (PSU), ensure that the output voltage difference between the two units is kept at 0.20-0.25V for 12V supplies. Follow simple steps given below to verify: Step 1. Measure output voltage of PSU 1 and PSU 2. If PSU 1 is the master unit, then Vo of PSU 1 must be higher than PSU 2. In order to set the output voltage, connect the power supply to 50% load and set the PSU 1 and PSU 2 output voltage. Step 2. Connect the right DRR module, 20A as per the system requirement to the power supply units PSU 1 and PSU 2 at V,n 1 & V,,, 2 respectively. Step 3. Connect the system load from Vout. Please note that output voltage Voot from DRR module will be = Vo (output voltage of power supply) — Vdrop* (in DRR module). These DRR modules can also be used for Parallel function in order to increase the output power by N+1 (e.g. 2.5A + 2.5A = 5A or 2.5A + 2.5A + 2.5A = 7.5A) or current sharing, and thus increasing the power supply and system reliability. Though the DRP012V015W1AZ is not designed for current sharing, a good current sharing between two power supplies can be achieved by following simple steps as below (Refer to Fia. 2.1 for the Connection Diaaram). Step 1. Set output load condition for both supplies at 50% and measure the output voltages. Step 2. Adjust output voltages to the same level or within ±25mV difference. Step 3. Connect PSU 1 and PSU 2 with the DRR-20A module and measure at V,0 1 & V,0 2 to verify the voltage difference. Ensure the voltages are within ±25mV. Step 4. Output voltage from DRR module Vo„t will be = Vo (output voltage of power supply) — Vdrop* (in DRR module). *Vdrop will vary from 0.40V to 0.60V (Typical 0.45V) depending on the load current and surrounding air temperature. ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 12 OF 14 iii ■2111. 1 i io All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W 1 A Others Delta RoHS Compliant Restriction of the usage of hazardous substances The European directive 2011/65/EC limits the maximum impurity level of homogeneous materials such as lead, mercury, cadmium, chrome, polybrominated flame retardants PBB and PBDE for the use in electrical and electronic equipment. RoHS is the abbreviation for "Restriction of the use of certain hazardous substances in electrical and electronic equipment". This product conforms to this standard. Conformal Coating The Protective Coating Technology 9 0oLd l°-, r- ° Delta Electronics Group has designed the perfect dipping technique which penetrates everywhere including 011° under device, and prevents leakage. The conformal coating dipping can be applied to PCBs or circuit board. The coating preserves the performance of precision electronic primarily by preventing ionizable contaminants °Oro & such as salt from reaching circuit nodes, where the material slumps around sharp edges. This can be a problem CONFORMALGOATM° especially in highly conversing atmosphere. All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 13 OF 14 AELTzI Dialight 12" Bicycle LED Traffic Module FEATURES / BENEFITS • Robust high flux led technology A Low wattage A Long life A Standard 12" modules . Fully sealed module A Incandescent appearance A Abrasion resistant lens coating ♦ Easy to install into existing signal enclosure SPECIFICATIONS A Operating Voltage Range ♦ 80 VAC to 135VAC (120 VAC nominal) A Operating Temperature Range -40°C to +74°C A Meets ITE VTCSH LED Circular Supplement dated June 27, 2005 color requirements A Quick connect terminals with spade / tab adapters A 75 mSec Turn on time A RF Immunity 10V/M, 80MHz to 1Ghz A Complies with FCC title 47, Subpart B Section 15 for radiated emissions A Vibration resistant to Mil -Std -883, Test method 2007 A Moisture Resistant per MIL -STD -810F, Method 506.4 for rain and blowing rain A Power supply is conformal coated A Transient suppression exceeds ITE VTCSH_LED Requirements A All products traceable by serial number Part Number 12" (300mm) BICYCLE SIGNAL MODULES Color Lens type Dominant Typical Wavelength (nm) Wattage at 25°C 433-1210-003XLB Red Tinted 625 6 433-3230-901 XLB Yellow Tinted 590 12 433-2220-001 XLB Green Tinted 500 9 A4%03 D OWht corporation Iso 9001 ADDENDUM NO. 2 ATTACHMENT NO. 3 PAGE 14 OF 14 Dialight Corporation 1501 Route 34 South • Farmingdale, NJ 07727 USA Tel (1) 732-919-3119 • Fax: (1) 732-751-5778 • www.dialight.com •.•••.•.•o.o MDTBSM001_C VAUD SAVYO VAISO 5 CO -A a7 OD CO A MAC MBISION Iga BAR IF OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) MISCELLANEOUS DETAILS 09.717.1 CITY o/ CORPUS CHRISTI TEXAS Department of Capital Programs NM WM UI sp. sr.M i xa .n spNN ee. w.e aW wa A 0-9-10 Stlt I^_ (n c la OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CONCRETE ISLAND PLAN AND DETAILS CITY of CORPUS CHRISTI TEXAS Deportment of Capital Programs FREESE iNKHOLS O G 0 A CHLINE STA. 38+00 MATCHLINE STA. 30+00 v 0, v • �s=A Bluml IIIII !'II�lllllllilllh �� 1- 3 III!;IIIICIIIIIIIillllllllllll� MATCHLINE STA. 38+00 a none., ye/Le Dar I one leek M. *ewe ma. .n. PLOINCrenl Manx Me flele OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STRIPING PLAN STA. 30+00 TO STA. 45+00 Orfenerteei CITY of CORPUS CHRISTI TEXAS Department of Capital Programa INEFREESE IIIKMOLS 3 Z C xav vgg ttOp z �'11111111111�11I voter Co Co (.4 o OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) STRIPING PLAN STA. 45+00 TO END CITY of CORPUS CHRISTI TEXAS Deportment I Capitol Programs �8NICHOLS Ral 0 c a r a Won Ito nese �I INSIs!!!! N II uuf u! •"47, ° �� a ne�l ory Ne� rl� apuw wew. 5 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CANTILEVER RETAINING WALL PLAN AND DETAIL CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Programs FREESE a 2 A , 'ON nnmNRoo,| P; -1 a i"""`' A AL.OLNOoN NO. .2 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CANTILEVER RETAINING WALL TYPICAL EMBANKMENT SECTIONS ROISIPI NO. WE CITY of CORPUS CHRISTI TEXAS Deportment of CopOol Programs Iff MinFREESE 1•711/11:110LS 01.0110,011 jka-"' ie -14-15 ru •ra ...1.1ww.r. .....w i ! � 1 g � i� ! 2 _I---1 0'' i F� [�� Lt e awes r: D �a� p 4 ii 'n a �. k piI1fieiIJR1 aIII1 E'JI 0)�I at , I ?.Rt ,.. p; f ; !!�� 41Q11;agEsy1 e`x1 0 04 i l1! 3ill 0 • i ! 11:1 16JIff o 0. I'J!ni4 fh i� a • i Nf i b NI x 1 , i 6 � >t !JI!IJ Jii'IiJfl;1ijJili! _ 1 0 IIIJ!f i i % 1 y RETAININ MISCELLANE J o Lk iy =off ,¢ T 1 19� rL N TN = ', A yo-'-'. u'. mar.o. w.7,:z :..r. maa. I jl arz n t OCEAN DRIVE LOUISIANA TO AUFORD (BOND 2012) xsam. 0 ate. d A ¢'77-----"\ g g E CO 0I,o O RETAINING WALL MISCCELANEOUS DETAILS CITY of CORPUS CHRISTI TEXAS Osparimsnl o/ CoP%loi Programs ....• �;y - "' 'i - ro-1«-f, I f p / 5 p { z m OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) CONSTRUCTION SEQUENCING LAYOUT CITY of CORPUS CHRISTI TEXAS °apartment I Capitol Programs AYYLS IaIO otscoae IPI9� i 1190 hi i ill Ott I'll i li 13.111 IP 0 0 0 cc O 0 rr _I � o; 0 m 0 as 4 r". =to!' : w 5 1000100. OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) SEQUENCE OF CONSTRUCTION AND GENERAL NOTES 000101. MM. No CITY of CORPUS CHRISTI TEXAS Deportment f Capitol Program. rimFREESE 9MKXOLS ral.rmus Tr.* zrizlme z 0 09 .ifA8 q ;. 1. ois: B 1 0 t5N P ic w 1 R t ala 1 �g a it 111;1 gQ! „7.1 .:qAlt. sea h O OG N OAL an xx..�. — — 110 co6� eel OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) ELIZABETH ST. — OCEAN DRIVE. SICNALIZATION PLAN CITY of CORPUS CHRISTI TEXAS Department o/ Capital Programs FREESE 1NICHOLS eve I a caeAnmun u.c 0 0 Z 'ON W/1ON300V KGKG CGK....w...,. ,. 2 A A EA .A0aaIs= aI . Y C I g B GGGCCGFc. G .G., CSE FSS K6...i etc if YC:1 ' sY2Y� S 44l r� FFFnra:s:o.r. t t Q9. d1 " C• pp F Si A 7 Y 55G: i SCYii";Kgo'Fgl caeAnmun u.c 0 0 Z 'ON W/1ON300V KGKG CGK....w...,. ,. $22 g C V G b aI . Y C I g B GGGCCGFc. G .G., 61! FSS K6...i etc if YC:1 ' sY2Y� S 44l r� FFFnra:s:o.r. FFF'2..... t Q9. d1 " C• pp F Si A 7 Y 55G: 2 SCYii";Kgo'Fgl FSS�Sg;FFe1 .CF 5 i o. e 1! g':1 I." I." si mai rail FF!I! 21 0#1 5 a MORON K2 2 .26120 K2 OWE 021121212210111 CA to OCEAN DRNE LOUISIANA TO BUFORD (BOND 2012) ELIZABETH ST. - OCEAN DR. TRAFFIC SIGNALIZATION SUMMARY CITY of CORPUS CHRISTI TEXAS Department o/ Capita! Programs --N BFCHOLS $22 g C V G b aI . Y .g Z I g B INCK G .G., G... . g fza. 2 S 4 r .g t " C• pp F Si A 7 iF r .CF o. 1! si 21 1 MORON K2 2 .26120 K2 OWE 021121212210111 CA to OCEAN DRNE LOUISIANA TO BUFORD (BOND 2012) ELIZABETH ST. - OCEAN DR. TRAFFIC SIGNALIZATION SUMMARY CITY of CORPUS CHRISTI TEXAS Department o/ Capita! Programs --N BFCHOLS o�§ 6i Did: �_n C A 5 1 1 11 7;;!' tm;1l ■ C 1 ?©0D■1 0s ea®e p; y9r fill! ig 21x1 Is py1 rn Z 0 C O N E z sa :� 2m g lige 6 a M y 1w w n��e�iwn U) 00 IIz Ah W IS IS SAS OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BUFORD ST. — SHORELINE BLVD. SIGNALIZATION PLAN CITY of CORPUS CHRISTI TEXAS a Deportment f Copital Programs F FREESE �8■ICMOLS 0 D m z D c z 0 R EI h F' e•.t,72r, � rn O O S P1 m 471E mem a S n gGGGg GCG kkg..wa.ra_ ..._ g 'fig 2ib;XSiIN5a. n. m n 1NA5a n �s�' i 1 a:o62YP 22 + P I I Z rgruw 5 s °.,g _ I.�iiFii o, r 5,2828tt V'Si - A x4a' gF Arr . rr. ar . r it _rrw wra s�r:�^� .. 5----- __ nillii rnuRaeurc LIME cGceccg...... ..._ g .0 >c 5 n. m n g'S A n �s�' F a:o62YP 22 + P I I Z rgruw 5 ppb °.,g s2 txt i f. Rl I.�iiFii o, r 5,2828tt V'Si G PGii p i�4< gw 8 ga �b E' krr _rrw wra s�r:�^� .. 5----- __ nillii 5 GGsa$T$rss €€g . 9 3 g D -4 egif 8 3 3 d '.tGCCGk5+arw-.r-_ 4 ag g .0 >c 5 n. m n g'S A 3 E I 8 G G.8 +k. I Z rgruw 5 A 8 g54� 44� gw 8 ga �b E' krr _rrw wra k5 .. 5----- __ _ gg2 €€g . 9 3 g __ .._.. 'gs 8 i 3 Q G E 8 .._£ 9138 .cti g g sza 11.119011 A Al Lc W¢h OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) BUFORD ST. — SHORELINE BLVD. CITY of CORPUS CHRISTI TRAFFIC SICNALIZATION SUMMARY TEXAS Deportment al Capital Programs RSE 1NIC lNOLS 5 , P- REVISION MI 002 5 ;I co co g C4 I'D OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL SECTIONS PHASES 1 THRU 4 CITY of CORPUS CHRISTI TEXAS Deportment of Capital Programs illII I OLS 0 0 m 0 0 z 0 0 Y.• MATCHLINE STA. 26+00 STA MATCHLINE STA. 36+00 r" erae� MM a� 0222 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 1 STA. 22+00 TO STA. 36+00 CITY of CORPUS CHRISTI TEXAS Deportment of Capitol Programs FRE ESE a a i 0 0 0 Zc O n D m �aJ M5� MATCHLINE STA. 36+00 MATCHLINE STA. 49+50 m tau .11144 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 1 STA. 36+00 TO STA. 49+50 OCKAPled PIP, CITY of CORPUS CHRISTI TEXAS Department I Capitol Programs FREESE 9NICMOLS 0 2 0 O =>t�0 1452 P 0 r7 2 rrt MATCHLINE STA. 49+50 1/1 o a.o7.7.2,^t FICADON POI OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN CITY of CORPUS CHRISTI PHASE 1 TEXAS STA. 49+50 TO END Oaportmant of Capitol Programa AFREESE WHOIOLS x901•1911 MATCHLINE 'A' 1k MATCHLINE STA. 6+50 4'4 4'4 I MATCHLINE 'A' VLOWT SCALE I nanny. .N ha a 10/13 WhaWili OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 2 BEGIN TO STA. 6+50 of calmd CITY of CORPUS CHRISTI TEXAS Deportment of Copilot Programs NMFREESE NICHOLS DCWIlonten § 0 a A MATCHUNE STA. 14+ 0 wnGNaaovI MC PMIDOM OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 2 STA. 6+50 TO STA. 22+00 CITY of CORPUS CHRISTI TEXAS a Deportment f Capitol Programs Mgri BY FREESE YNKHOLS CMCROMMI EL ATCHLINE STA. 22 00 MATCHUNE STA. 36+00 MATCHUNE STA. 28+00 W'5 .555.5115•1 PO 155.1151151011 col a co ti OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 2 STA. 22+00 TO STA. 36+00 CITY of CORPUS CHRISTI TEXAS e Deportment f Capitol Programs imigagirs 5115 Vs.. 515. ititeixtutzr Q � ; a a Z'ON WOON300VI MATCHL NE STA. 36+00 0 A rn N r- i 0 MY.* rescarnox X La it co co W �v OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 2 STA. 36+00 TO STA. 42+50 CITY of CORPUS CHRISTI TEXAS Deportment o/ Capitol Programs ANi 7.01-3717 - ILO S61-6501 g G R a a X101 �11111���irrrrrr; _111111, ���1111 1111, 1 101111100 111 !rot 1111 Ill4�l,16100 '111►►111 WOO -�011�01 rrrrrrrrl►rr SW .►rri1' =�ai111101161 Ii:►111 ®,rr A���1 r11111►►111� i-,10111,;,1,11111111111 111 l�1111��1� IQII ►11111111111 �\:atOOVO ►11,11111 1`. r► ►1111►►►111► ►� r11S111111 1//►►// VOSS 1 /1; f�_�11111 1111 11111,11 esant�S►• 11111111111 ,tea i teas �; i!irI W.4. m�e vm e,00 a �lILid till OSA 0000000 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TEMPORARY CONSTRUCTION DETOUR PLAN PHASE 3 CITY of CTORPUSXAS CHRISTI oDeportment / Copffol Programa FREESE �IIICMOLS 8 0 C MATCHLINE STA 14+00 ATCHLINE STA 6 50 =wt.MH nm sti hewn W h OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 3 BEGIN TO STA. 14+00 CITY of CORPUS CHRISTI TEXAS 0eportmenl I Capitol Programs 7441-3717 FREESE 1 Z'ON WflON300V MATCHLINE STA. 28+00 MATCHLINE STA. 14+00 .y.. = 1.01 /TOM 5 CO CO LTJ OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 3 STA. 14+00 TO STA. 28+00 CITY of CORPUS CHRISTI TEXAS Deportment I Copilot Programs �Ol1CHOLS g Z'ON WfnON300v en MATCHUNE STA. 28+00 n V 0 MATCHLINE STA. 36+00 KVIIIRM COCO ti W OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 3 STA. 28+00 TO STA. 42+00 CITY of CORPUS CHRISTI TEXAS Department of Capitol Programs Z'ON VVION3OOV -o gv km C) 0 N A y 00 2O C0 C Z A WOOD. PIP2. () co co OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TEMPORARY CONSTRUCTION DETOUR PLAN PHASE 4 CITY of CORPUS CHRISTI TEXAS p Deportment I Capitol Programs raFREESE INICHOLS 7.01-3717 S Z'ON WfON3O0VI atip MATCHLINE STA. 28+00 0 D wets sass as, sae SP. ss sag., 1.1.111011 NO. OLICRPTON OCCRITOX co I Cm -o OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 4 STA. 14+00 TO STA. 28+00 CITY of CORPUS CHRISTI TEXAS Department of Capital Programs RWIK ESE NO Asti. Pra Ione a Z'ON WllON300tl ATCHLINE STA. 36+00 MATCHLINE STA. 28+00 0 1 drawl. wmg a m A DESNIPTION i (1) -1 Z)1 OD CO W 15 OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 4 STA. 28+00 TO STA. 42+50 CITY o/ CORPUS CHRISTI TEXAS Deportment o/ Capitol Programs AwdPl 1.4 Lite 1 a Z -ON WllON30Otl MATCHL NE STA. 49+50 ADOENIXIV MOWN NO. OAR OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 4 STA. 42+50 TO END CITY of CORPUS CHRISTI TEXAS Deportment of Capitol Programs AFREESE z 0 c z O f drattz..11, ae. OATI 4 0 V OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) TRAFFIC CONTROL PLAN PHASE 5 TYPICAL MEDIAN CLOSURE AND SECTIONS CITY of CORPUS CHRISTI TEXAS Deportment t Copifal Progroms AFR�REE LS ADDENDUM NO.2 _r ZCdr .Mia.. r Z ,. a a m 4> o F2 r mSroula.r NM.ar a F I. . rp • o .. .FF.a.. M—. El Z'' . $i 4 q i 14n © ;$d7s 400' X 1/21. ! 5 iria 12s ♦ d! o 4 4 4 4 illil SM Ip G3 Z.q --'i a t) rn -A Pg 0 MO — • IpF. ,, o IRFNF l . IR L •In ■ pts ..... '•00..... I\ .0 ♦ 4 . a m' we ix © • i lop i ...Ce il M� ,,,,,,,,111:, iii g $ jj9 1�i3 p ••�fqeq $ �2!g eggpg T> r ` •� a a s -sea.% .11 i i i �atr a4 = 8ro a 1 lira e3afl 9 t'i7�t5g_i ii998ai7;l3iigf; a g ' - s r s� i 9l' :s,� ! I V [t 'gefeSe_41: N '" grant ego a 1 ><'^_ 3 1 �i —(ADDENDUM NI w Y ATTACHMENT! has SHEETJI OF: 7 Dopa m. fd rmm rta nwk a.ms. ora TRAFFIC CONTROL PLAP LONG TERM LANE CLOSUR MULTILANE CONVENTIONAL TCP(2-5) 0iaa � h� lh l 3I$; 111111!(041$ _ TYPICAL USAGE 'is."aNEh .sr'..ap. a�; 3 3 Pi p;f714;11s51 E.4p :-a Aesgs "s, S-44 ' 1 1 1 ri gra? q}d i A € 1 dggjip liar ;�:$J99H2 — ss Nossxxwsp�i*f..) pppp N.(34 I q Pei INg°g.:110 --ii 9 ell$ S ♦ ? S isBga0, f ya g ¢ A 4P (� q1, nr..13q_lli :: �-0i:IY ,1 – i g8§ ris-i ro y,_! 199291 S 'e i 9 i2 1 lisp ; final 9 13 I s- =xxg =a i N o aro. In Ina oz,..„.,... A KOS w[ PM. $10. X main= .nw, wa. nrt n i '� T. ;7 _, I 0 co a y � OCEAN DRIVE LOUISIANA TO BUFORD (BOND 2012) ® CITY of CORPUS CHRISTI TEXAS Department of Capitol Programa AIIFREESE &11KNOLS _ r.• au .b r = }! ;kf M °e, Y, -°,r- rs "g p _ i TRAFFIC CONTROL PLAN TXDOT STANDARD DETAILS 00 91 01 ADDENDUM NUMBER 01 Project: OCEAN DRIVE - BURFORD TO LOUISIANA Project Number: Owner: City of Corpus Christi E12093 City Engineer: Jeff Edmonds, P.E. A/ y�,,A.�/j City of Corpus Christi Designer: Nick Cecava, P.E. Freese and Nichols, Inc. Addendum No. lit Specification Section: 00 9101 Issue Date: 10/2/2015 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: Chris Hale, P.E. 10/2/2015 Name Date Addendum Items: DATE FOR RECEIPT OF BIDS CHANGED - Clarification: date will change to October 21, 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 changed to 2:00 p.m. on Wednesday, October 21, 2015. The location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 01 Addendum No. 01 00 91 01 - 1 Corpus Christi Standards - Regular Projects REV 03-09-2015