Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-282 - 6/21/2016 - Approved
2016-282 6/21/16 M2016-066 Reytec Construction Resources 00 52 23 AGREEMENT This Agreement,for the Project awarded on June 21,2016 ,is between the City of Corpus Christi (Owner)and Reytec Construction Resources,Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Kostoryz Road-Brawner Parkway to Staples Street(Bond 2012) Project No.E12099 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 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 Road#5 Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 510 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 540 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. Agreement 00 52 23-1 Kostoryz Road-Brawner Parkway to Staples Street(Bond 2012)-Project No.E12099 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF KOSTORYZ ROAD BRAWNER PARKWAY TO STAPLES STREET Bond 2012 PROJECT NUMBER E12099 f aO nFrohannnr .. -, City of Corpus °00000 Christi °g� Or . `T Fps ............... oaoaooaoaoa o URBAN ,JOSE B. MARTINEZa JRa�� ENGINEERING 4 89385 oa o 0 2725 Swantner Oo—�oFS��ENSE �� 404� Carpus Christi,TX 7$4704 � oN jL (361)854-3101 TBPE Firm No.: 145 03111 /6 TBPLS Firm No.: 10032400 March 14, 2016 Record Drawing No: STR 878 UE Job No.:42716.00.00 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement(Rev 01-13-2016) 006113 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Revo1-13-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 000100- 1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 Division/ Title Section 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications(NOT USED) Part T Technical Specifications Technical Special Provisions 1E20[4] Storm Water Pollution Prevention 2A1[2] Demolition and Removal of Existing Concrete, Foundations and Utilities 2A3[1] Clearing, Grubbing and Stripping 2A4[21] Removing Existing Concrete and Structures 2131 Site Grading 2133[1] Pipe Trench Excavation and Backfill 2135[3] Street Excavation and Backfill 2138[3] Compacted Subgrade 21310[1] Compacted Embankment 2F1[1] Reinforced Concrete Pipe 2F3[1] Installation of Reinforced Concrete Pipe 2F4[1] Storm Sewer Manholes 2F5[1] Concrete Inlets 2F6[3] Pre-cast Concrete Box Culvert 2G1[1] Polyvinyl Chloride Pipe and Fittings for Water Lines 2G2[3] Ductile Iron Pipe and Fittings 2G8[1] Gate Valves for Potable Water Lines 2G9[1] Fire Hydrants 2G11[2] Installation of Water Pipe 2G12[1] Hydrostatic Testing of Pressure System 2G17[2] Sanitary Sewer Manholes and Liners (Fiberglass) 2G19[3] Grouting Abandoned Lines 2G21[2] Water Service Material 2G29[1] Reconstruction of Sanitary Sewer Pipes by Cured-In-Place-Pipe Table of Contents 000100-2 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 Division/ Title Section 2H1[6] Flexible Base (Limestone) 2H6[1] Prime Coat 2H11[1] Hot Mix-Hot Laid Asphaltic Concrete Pavement 2H14[1] Concrete Curb &Gutter and Concrete Valley Gutter 2H14[3] Concrete Block Curb 2H16[1] Concrete Sidewalk and Concrete Driveways 2H18[1] Portland Cement Concrete Pavement 2H22[1] Pavement Marking (Reflectorized Paint) 212[1] Chain-Link Fence(Light-Duty) 214[1] Cedar Picket Fence 2.11[2] Vegetation Treatment 2J4[3] Hydromulch Seeding 3A1 Concrete Form Work 3131[1] Concrete Reinforcement 3C1[1] Normal Weight Aggregate Concrete 3C4[1] Concrete Structures 34 41 13.00 Traffic Signal Standards and General Requirements 3441 13.13 Installation of Traffic Equipment 34 41 16.23 Traffic Signal Cabinet and Assemblies 3441 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Programmable Vehicle Signal Heads 3441 16.63 Pedestrian Signal 34 41 16.93 Poles and Assemblies 3441 19.13 Electrical Services for Traffic Equipment 34 41 19.73 Uninterruptible Power Supply 34 41 23.35 Radar Vehicle Detection System 34 41 23.37 Continuous Tracking Advance Detector Appendix Title 1 Geotechnical Report (RETL 2013) 2 Subsurface Utility Engineering Survey(RVE 2013/2014) 2A Sue Along Kostoryz From Staples Street to Brawner Parkway Table of Contents 000100-3 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 ReV01-13-2016 END OF SECTION Table of Contents 000100-4 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 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: Kostoryz Road - Brawner Parkway to Staples Street(Bond 2012) Project No. E12099 A. Remove and replace 4400 LF of existing 4 lane road, pavement, curb and gutter including parallel sidewalks with new 4 and 5 lane curb and gutter road section and new sidewalk. B. Provide material upgrades to existing water and wastewater systems with project limits. C. Remove and replace existing storm drainage system with new increased capacity storm drainage system. D. Remove and replace existing traffic signals with new traffic signals at two intersections. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $7,590,715.96 for Base Bid 1-Continuously Reinforced Concrete and $7,241,552.73 for Base Bid 2 -Asphalt. The Project is to be substantially complete and ready for operation within 510 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. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm,Wednesday, April 13, 2016 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Invitation to Bid and Instructions to Bidders 002113- 1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 3.04 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—Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012), Project No. E12099 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm,Wednesday, April 13, 2016, at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, March 29, 2016 at 10:30 am at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3d floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE S—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Invitation to Bid and Instructions to Bidders 002113-2 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 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 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only Invitation to Bid and Instructions to Bidders 002113-3 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. 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 002113-5 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 0045 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 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16-MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-6 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 1$—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 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. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday, April 13, 2016 at 2:00 pm., for Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)— Project No. E12099. 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— Kostoryz Road— Brawner Parkway to Staples Street (Bond 2012), Project No. E12099 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 003000- 1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 510 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 540 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 7.01 In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 003000-4 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 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 Bid Acknowledgement Form 003000-5 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 00 30 01 BID FORM Project Name: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) Project Number: E12099 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid - (Part -1) Continuously Reinforced Concrete Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-A1 Mobilization (4.5%of Total) LS 1 $ - $ - 1-A2 Clear and Grub Right of Way AC 1 $ - $ - 1-A3 Fence Removal and Replacement LF 200 $ - $ - 1-A4 Traffic Control LS 1 $ - $ - 1-A5 Ozone Action Days DAY 1 $ - $ - 1-A6 IStormwater Pollution Prevention Plan & BMPs I LS 1 $ - $ - SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A6) $ - Part B-STREET/PAVING(CONCRETE)IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-131 8" Continuously Reinforced Concrete Pavement SF 241500 $ - $ - 1-132 1"Type 'D' HMAC SY 28927 $ - $ - 1-133 6" Compacted Crushed Limestone Base SY 28927 $ - $ - 1-134 12" Compacted Subgrade SY 28927 $ - $ - 1-135 6" Monolithic Block Curb LF 8956 $ - $ - 1-136 Driveway SF 3711 $ - $ - 1-137 HMAC Pavement Transitions SY 505 $ - $ - 1-138 Roadway Excavation SY 28927 $ - $ - 1-139 Curb and Gutter Removal LF 9000 $ - $ - 1-1310 Sidewalk Removal SF 22500 $ - $ - 1-1311 Unanticipated Driveway Removal SF 500 $ - $ - 1-1312 Pavement Marking (Y) (4") (SLD) (DBL) LF 4700 $ - $ - 1-1313 Pavement Marking (W & B) (4") (BRK) Shadow Lane Line LF 8570 $ - $ - 1-1314 Pavement Marking (W) (8") (SLD) LF 665 $ - $ - 1-1315 Pavement Marking (W) (24") (SLD) LF 2575 $ - $ - 1-1316 Pavement Marking (Y) (24") (SLD) LF 150 $ - $ - 1-1317 Pavement Marking (W) (12") (SLD) LF 1695 $ - $ - 1-1318 Pavement Marking (W) (Arrow) EA 12 $ - $ - 1-1319 Pavement Marking (W) (Only) EA 5 $ - $ - 1-1320 Pavement Marking (W) (Yield Triangle) EA 5 $ - $ - 1-1321 ITemporary Pavement Marking (Y) (4") (BRK)for Phase I I LS 1 1 $ - $ - 1-1322 1 Raised Pavement Marker (TY I-C) EA 175 $ - $ - Bid Form -Concrete Page 1 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-1323 Raised Pavement Marker (TY II-A-A) EA 285 $ - $ - 1-1324 Street Sign Assembly w/9" Blades and Stop Sign EA 4 $ - $ - 1-1325 Temporary Yellow Raised Pavement Markers LS 1 $ - $ - 1-1326 Speed Limit Signs EA 3 $ - $ - 1-1327 Other Regulatory Signs EA 5 $ - $ - 1-1328 Allowance for Unanticipated Street Improvement LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B-STREET/PAVING(CONCRETE) IMPROVEMENTS(Items 1-131 thru 1-1328) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Bus Stop Shelter Pad SF 910 $ - $ - 1-C2 Roadway Bus Pad (with base and subgrade) SF 0 $ - $ - 1-C3 Demolition of Existing Shelter Pad SF 360 $ - $ - SUBTOTAL PART C-RTA IMPROVEMENTS(Items 1-C1 thru 1-C3) $ - Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Sidewalk SF 53354 $ - $ - 1-D2 Monolithic Retaining Curb LF 1800 $ - $ - 1-D3 Accessible Ramps SF 2627 $ - $ - SUBTOTAL PART D-ADA IMPROVEMENTS(1-D1 THRU 1-D3) $ - Part E-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Connect 8'x5' Box to 10'x10' Box EA 1 $ - $ - 1-E2 JB-3 (Type 'B' MH with 2 Tie-ins) EA 1 $ - $ - 1-E3 8'x5' RCB LF 1722 $ - $ - 1-E4 5'x5' RCB LF 43 $ - $ - 1-E5 60" RCP LF 1280 $ - $ - 1-E6 54" RCP LF 201 $ - $ - 1-E7 48" RCP LF 252 $ - $ - 1-E8 36" RCP LF 334 $ - $ - 1-E9 30" RCP LF 292 $ - $ - 1-E10 24" RCP LF 76 $ - $ - 1-E11 18" RCP LF 503 $ - $ - 1-E12 15" RCP LF 197 $ - $ - 1-E13 5' Curb Inlet EA 25 $ - $ - 1-E14 Type 'A' Manhole EA 5 $ - $ - 1-E15 Type 'B' Manhole EA 5 $ - $ - 1-E16 Type 'C' Manhole EA 9 $ - $ - 1-E17 Tie to Existing 15" RCP EA 3 $ - $ - 1-E18 Tie to Existing 24" RCP EA 4 $ - $ - 1-E19 Tie to Existing 30" RCP EA 1 $ - $ - 1-E20 OSHA Trench Safety Plan LF 4902 $ - $ - 1-E21 OSHA Manhole/Inlet Safety Plan EA 43 $ - $ - 1-E22 Strom Water Pipe Removal and disposal, various sizes LF 4313 $ - $ - Bid Form -Concrete Page 2 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-E23 Manhole Removal EA 13 $ - $ - 1-E24 Inlet Removal EA 22 $ - $ - 1-E25 Allowance for Unanticipated Stormwater Improvement LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(1-E1 THRU 1-E25) Part F-WATER IMROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 6" C-900 Water Line LF 3485 $ - $ - 1-F2 8" C-900 Water Line LF 156 $ - $ - 1-F3 6" D.I. Water Line LF 140 $ - $ - 1-F4 8" D.I. Water Line LF 125 $ - $ - 1-F5 4"x4"Tapping Sleeve,4" Tapping Valve EA 1 $ - $ - 1-F6 6"x6"Tapping Sleeve,6" Tapping Valve EA 2 $ - $ - 1-F7 8"x6"Tapping Sleeve, 6" Tapping Valve EA 1 $ - $ - 1-F8 8"x8"Tapping Sleeve, 8" Tapping Valve EA 1 $ - $ - 1-F9 12"x6" Tapping Sleeve, 6" Tapping Valve EA 4 $ - $ - 1-F10 12"x8" Tapping Sleeve, 8" Tapping Valve EA 3 $ - $ - 1-F11 8"x11.25° D. I. Bend EA 1 $ - $ - 1-F12 6"x45° D. I. Bend EA 46 $ - $ - 1-F13 8"x45° D. I. Bend EA 16 $ - $ - 1-F14 6"x90° D. I. Bend EA 2 $ - $ - 1-F15 8"x90° D. I. Bend EA 2 $ - $ - 1-F16 6" D. I. Tee EA 2 $ - $ - 1-F17 8" D. I. Tee EA 1 $ - $ - 1-F18 6" D. I. Cross EA 1 $ - $ - 1-F19 6" Gate Valve & Box EA 5 $ - $ - 1-F20 8" Gate Valve & Box EA 1 $ - $ - 1-F21 6"x4" D. I. Reducer EA 4 $ - $ - 1-F22 8"x6" D. I. Reducer EA 1 $ - $ - 1-F23 OSHA Trench Safety Plan LF 3906 $ - $ - 1-F24 New Fire Hydrant EA 7 $ - $ - 1-F25 Grout Fill Existing Water Line LF 3150 $ - $ - 1-F26 Remove and Replace Fire Hydrant EA 2 $ - $ - 1-F27 Service Reconnect EA 34 $ - $ - 1-F28 Allowance for Unanticipated Water Improvement LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F-WATER IMPROVEMENTS(141 THRU 1428) Part G -WASTEWATER IMROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 12" CIPP LF 120 $ - $ - 1-G2 6"VCP to 8" HDPE Pipe Bursting LF 1550 $ - $ - 1-G3 4' Fiberglass Manhole EA 1 $ - $ - 1-G4 Manhole Rehab EA 4 $ - $ - 1-G5 Post CCTV EA 1670 $ - $ - 1-G6 JControl of W.W. Flow LS 1 $ - $ - Bid Form - Concrete Page 3 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 1-G7 Service Reconnect EA 30 $ - $ - 1-G8 Allowance for Unanticipated Wastewater Improvement LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(1-G1 THRU 1-G8) Part H-ELECTRICAL&SIGNALIZATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-H1 2" Schedule 80 PVC Conduit LF 4500 $ - $ - 1-H2 Ground Box (Type-D) EA 9 $ - $ - 1-H3 4"x22.5° PVC Bend EA 11 $ - $ - 1-H4 Back Plate (12 IN) (3 SEC) EA 16 $ - $ - 1-H5 Back Plate (12 IN) (5 SEC) EA 4 $ - $ - 1-H6 Conduit (PVC) (SCH. 40) (2 IN) LF 300 $ - $ - 1-H7 Conduit (PVC) (SCH. 40) (2 IN) Bore LF 160 $ - $ - 1-H8 Conduit (PVC) (SCH. 40) (4 IN) LF 200 $ - $ - 1-H9 Coordination of Traffic Signal System LS 2 $ - $ - 1-H10 Electric Conductor(NO. 6) Insulated LF 350 $ - $ - 1-H11 Electric RIC Service TY D (120/240)060(NS)SS(N)SP(0) EA 1 $ - $ - 1-H12 Drill Shaft FND for Pedestrian Pole (24 IN DRILL) LF 40 $ - $ - 1-H13 Drill Shaft FND for Traffic Signal (36 IN DRILL) LF 180 $ - $ - 1-H14 ILSN (LED) (6 S) EA 8 $ - $ - 1-H15 Pedestrian Audible Central Controller EA 2 $ - $ - 1-H16 Pedestrian Audible Push Button Assembly, with R10 3B Si EA 14 $ - $ - 1-H17 Pedestrian Countdown Head Assembly EA 14 $ - $ - 1-H18 Pedestrian Pole Assembly EA 3 $ - $ - 1-H19 R10-12 SIGN EA 4 $ - $ - 1-H2O R10-313 SIGN EA 8 $ - $ - 1-H21 Radar Vehicle Sensing Device (RVSD) EA 10 $ - $ - 1-H22 Remove Traffic Signal Poles EA 10 $ - $ - 1-H23 Traffic Controller Unit and Cabinet EA 2 $ - $ - 1-H24 Traffic Signal Cable (TY A) (14 AWG)(16 CONDUCTOR) LF 400 $ - $ - 1-H25 Traffic Signal Cable (TY A) (14 AWG) (4 CONDUCTOR) LF 450 $ - $ - 1-H26 Traffic Signal Cable (TY A) (14 AWG) (7 CONDUCTOR) LF 400 $ - $ - 1-H27 Traffic Signal Pole AM (S) 1 ARM (44 FT) EA 2 $ - $ - 1-H28 Traffic Signal Pole AM (S) 1 ARM (40 FT) EA 4 $ - $ - 1-H29 Traffic Signal Pole AM (S) 1 ARM (32 FT) EA 1 $ - $ - 1-H30 Traffic Signal Pole AM (S) 1 ARM (20 FT) EA 1 $ - $ - 1-H31 Traffic Signal Radar Sensing Cable LF 500 $ - $ - 1-H32 UPS (3.0 KVA) (TWR) EA 2 $ - $ - 1-H33 Vehicle Signal SEC(12 IN) LED (GRN ARW) EA 4 $ - $ - 1-H34 Vehicle Signal SEC(12 IN) LED (GRN) EA 20 $ - $ - 1-H35 Vehicle Signal SEC(12 IN) LED (RED) EA 20 $ - $ - 1-H36 Vehicle Signal SEC(12 IN) LED (YEL ARW) EA 4 $ - $ - 1-H37 Vehicle Signal SEC(12 IN) LED (YEL) EA 20 $ - $ - 1-H38 Ground Box with Apron EA 14 $ - $ - 1-H39 Allowance for Unanticipated Electrical and Signalization Improvements LS 1 $ 10,000.00 $ 10,000.00 Bid Form -Concrete Page 4 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT SUBTOTAL PART H-ELECTRICAL&SIGNALIZATION IMPROVEMENTS (1-H1 THRU 1-H39) Part I-GAS IMPROVEMENTS (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-11 TrenchBackfill & Compaction LF 8050 $ - $ - 1-12 OSHA Trench Safety LF 8050 $ - $ - SUBTOTAL PART I-GAS IMPROVEMENTS(1-11 THRU 1-12) $ - BID SUMMARY SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A6) $ - SUBTOTAL PART B- STREET/PAVING (CONCRETE) IMPROVEMENTS (Items 1-131 thru 1-1328) $ - SUBTOTAL PART C- RTA IMPROVEMENTS (Items 1-C1 thru 1-C3) $ - SUBTOTAL PART D -ADA IMPROVEMENTS (Items 1-D1 thru 1-D3) $ - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items 1-E1 thru 1-E25) $ - SUBTOTAL PART F- WATER IMPROVEMENTS (Items 1-F1 thru 1-F28) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items 1-G1 thru 1-G8) $ - SUBTOTAL PART H - ELECTRICAL& SIGNALIZATION IMPROVEMENTS (Items 1-1-11 thru 1-1-13 $ - SUBTOTAL PART I -GAS IMPROVEMENTS (Item 1-11 thru 1-12) $ - TOTAL PROJECT BASE BID (Part - 1) (PARTS A THRU 1) $ - Contract Times Bidder agrees to reach Substantial Completion in 510 days Bidder agrees to reach Final Completion in 1540 Idays Bid Form - Concrete Page 5 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Project Name: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) Project Number: E12099 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid - (Part 2) Asphalt Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 Mobilization (4.5%of Total) LS 1 $ - $ - 2-A2 Clear and Grub Right of Way AC 1 $ - $ - 2-A3 Fence Removal and Replacement LF 200 $ - $ - 2-A4 Traffic Control LS 1 $ - $ - 2-A5 Ozone Action Days DAY 1 $ - $ - 2-A6 IStormwater Pollution Prevention Plan & BMPs I LS 1 $ - $ - SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-A6) $ - Part B-STREET/PAVING(ASPHALT)IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-131 4" HMAC(Type 'D') SY 26614 $ - $ - 2-132 Prime Coat (0.15 Gal/SY) SY 26614 $ - $ - 2-133 15" Limestone (Type A, Grade 1) SY 28707 $ - $ - 2-134 12" Compacted Subgrade SY 28707 $ - $ - 2-135 Geogrid (TX-5) SY 28707 $ - $ - 2-136 6" L-Curb LF 8956 $ - $ - 2-137 Driveway SF 3711 $ - $ - 2-138 HMAC Pavement Transitions SY 505 $ - $ - 2-139 Roadway Excavation SY 28927 $ - $ - 2-1310 Curb and Gutter Removal LF 9000 $ - $ - 2-1311 Sidewalk Removal SF 22500 $ - $ - 2-1312 Unanticipated Driveway Removal SF 500 $ - $ - 2-1313 Pavement Marking (Y) (4") (SLD) (DBL) LF 4700 $ - $ - 2-1314 Pavement Marking (W) (4") (BRK) LF 8570 $ - $ - 2-1315 Pavement Marking (W) (8") (SLD) LF 665 $ - $ - 2-1316 Pavement Marking (W) (24") (SLD) LF 2575 $ - $ - 2-1317 Pavement Marking (Y) (24") (SLD) LF 150 $ - $ - 2-1318 Pavement Marking (W) (12") (SLD) LF 1695 $ - $ - 2-1319 Pavement Marking (W) (Arrow) EA 12 $ - $ - 2-1320 Pavement Marking (W) (Only) EA 5 $ - $ - 2-1321 Pavement Marking (W) (Yield Triangle) EA 5 $ - $ - 2-1322 ITemporary Pavement Marking (Y) (4") (BRK)for Phase I I LS 1 1 $ - $ - Bid Form -Asphalt Page 1 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-1323 Raised Pavement Marker (TY I-C) EA 175 $ - $ - 2-1324 Raised Pavement Marker (TY II-A-A) EA 285 $ - $ - 2-1325 Street Sign Assembly w/9" Blades and Stop Sign EA 1 4 $ - $ - 2-1326 Temporary Yellow Raised Pavement Markers LS 1 $ - $ - 2-1327 Speed Limit Signs EA 3 $ - $ - 2-1328 Other Regulatory Signs EA 5 $ - $ - 2-1329 Allowance for Unanticipated Street Improvements LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B-STREET/PAVING (ASPHALT) IMPROVEMENTS(Items 2-61 thru 2-629) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 Bus Stop Shelter Pad SF 910 $ - $ - 2-C2 Roadway Bus Pad (with base and subgrade) SF 0 $ - $ - 2-C3 Demolition of Existing Shelter Pad SF 360 $ - $ - SUBTOTAL PART C-RTA IMPROVEMENTS(Items 2-C1 thru 2-0) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Concrete Sidewalk SF 53354 $ - $ - 2-D2 Monolithic Retaining Curb LF 1800 $ - $ - 2-D3 Accessible Ramps SF 2627 $ - $ - SUBTOTAL PART D-ADA IMPROVEMENTS(2-D1 THRU 2-D3) Part E-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Connect 8'x5' Box to 10'x10' Box EA 1 $ - $ - 2-E2 JB-3 (Type 'B' MH with 2 Tie-ins) EA 1 $ - $ - 2-E3 8'x5' RCB LF 1722 $ - $ - 2-E4 5'x5' RCB LF 43 $ - $ - 2-E5 60" RCP LF 1280 $ - $ - 2-E6 54" RCP LF 201 $ - $ - 2-E7 48" RCP LF 252 $ - $ - 2-E8 36" RCP LF 334 $ - $ - 2-E9 30" RCP LF 292 $ - $ - 2-E10 24" RCP LF 76 $ - $ - 2-E11 18" RCP LF 503 $ - $ - 2-E12 15" RCP LF 197 $ - $ - 2-E13 5' Curb Inlet EA 25 $ - $ - 2-E14 Type 'A' Manhole EA 5 $ - $ - 2-E15 Type 'B' Manhole EA 5 $ - $ - 2-E16 Type 'C' Manhole EA 9 $ - $ - 2-E17 Tie to Existing 15" RCP EA 3 $ - $ - 2-E18 Tie to Existing 24" RCP EA 4 $ - $ - 2-E19 Tie to Existing 30" RCP EA 1 $ - $ - 2-E20 JOSHA Trench Safety Plan LF 4902 $ - $ - 2-E21 JOSHA Manhole/Inlet Safety Plan EA 43 $ - $ - Bid Form -Asphalt Page 2 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-E22 Strom Water Pipe Removal and disposal, various sizes LF 4313 $ - $ - 2-E23 Manhole Removal EA 13 $ - $ - 2-E24 1Inlet Removal I EA 1 22 1 $ - $ - 2-E25 JAllowance for Unanticipated Stormwater Improvements LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(2-E1 THRU 2-E25) Part F-WATER IMROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 6" C-900 Water Line LF 3485 $ - $ - 2-F2 8" C-900 Water Line LF 156 $ - $ - 2-F3 6" D.I. Water Line LF 140 $ - $ - 2-F4 8" D.I. Water Line LF 125 $ - $ - 2-F5 4"x4"Tapping Sleeve,4" Tapping Valve EA 1 $ - $ - 2-F6 6"x6"Tapping Sleeve,6" Tapping Valve EA 2 $ - $ - 2-F7 8"x6"Tapping Sleeve, 6" Tapping Valve EA 1 $ - $ - 2-F8 8"x8"Tapping Sleeve, 8" Tapping Valve EA 1 $ - $ - 2-F9 12"x6" Tapping Sleeve, 6" Tapping Valve EA 4 $ - $ - 2-F10 12"x8" Tapping Sleeve, 8" Tapping Valve EA 3 $ - $ - 2-F11 8"x11.25° D.I. Bend EA 1 $ - $ - 2-1712 6"x45° D. I. Bend EA 46 $ - $ - 2-F13 8"x45° D. I. Bend EA 16 $ - $ - 2-F14 6"x90° D. I. Bend EA 2 $ - $ - 2-F15 8"x90° D. I. Bend EA 2 $ - $ - 2-F16 6" D. I. Tee EA 2 $ - $ - 2-F17 8" D. I. Tee EA 1 $ - $ - 2-F18 6" D.I. Cross EA 1 $ - $ - 2-F19 6" Gate Valve & Box EA 5 $ - $ - 2-F20 8" Gate Valve & Box EA 1 $ - $ - 2-F21 6"x4" D. I. Reducer EA 4 $ - $ - 2-F22 8"x6" D. I. Reducer EA 1 $ - $ - 2-F23 OSHA Trench Safety Plan LF 3906 $ - $ - 2-F24 New Fire Hydrant EA 7 $ - $ - 2-F25 Grout Fill Existing Water Line LF 3150 $ - $ - 2-F26 Remove and Replace Fire Hydrant EA 2 $ - $ - 2-F27 IService Reconnect EA 34 $ - $ - 2-F28 JAllowance for Unanticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F-WATER IMPROVEMENTS(241 THRU 2428) Part G -WASTEWATER IMROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 12" CIPP LF 120 $ - $ - 2-G2 6"VCP to 8" HDPE Pipe Bursting LF 1550 $ - $ - 2-G3 4' Fiberglass Manhole EA 1 $ - $ - 2-G4 Manhole Rehab EA 4 $ - $ - 2-G5 I Post CCTV EA 1670 $ - $ - Bid Form -Asphalt Page 3 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-G6 Control of W.W. Flow LS 1 $ - $ - 2-G7 Service Reconnect EA 30 $ - $ - 2-G8 Allowance for Unanticipated Wastewater Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(2-G1 THRU 2-G8) Part H-ELECTRICAL&SIGNALIZATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT& BASIS FOR PAYMENT) 2-H1 2" Schedule 80 PVC Conduit LF 4500 $ - $ - 2-H2 Ground Box (Type-D) EA 9 $ - $ - 2-H3 4"x22.5° PVC Bend EA 11 $ - $ - 2-H4 Back Plate (12 IN) (3 SEC) EA 16 $ - $ - 2-H5 Back Plate (12 IN) (5 SEC) EA 4 $ - $ - 2-H6 Conduit (PVC) (SCH. 40) (2 IN) LF 300 $ - $ - 2-H7 Conduit (PVC) (SCH. 40) (2 IN) Bore LF 160 $ - $ - 2-H8 Conduit (PVC) (SCH. 40) (4 IN) LF 200 $ - $ - 2-H9 Coordination of Traffic Signal System LS 2 $ - $ - 2-H10 Electric Conductor(NO. 6) Insulated LF 350 $ - $ - 2-H11 Electric RIC Service TY D (120/240)060(NS)SS(N)SP(0) EA 1 $ - $ - 2-H12 Drill Shaft FND for Pedestrian Pole (24 IN DRILL) LF 40 $ - $ - 2-H13 Drill Shaft FND for Traffic Signal (36 IN DRILL) LF 180 $ - $ - 2-H14 ILSN (LED) (6 S) EA 8 $ - $ - 2-H15 Pedestrian Audible Central Controller EA 2 $ - $ - 2-H16 Pedestrian Audible Push Button Assembly, with R10 3B Si EA 14 $ - $ - 2-H17 Pedestrian Countdown Head Assembly EA 14 $ - $ - 2-H18 Pedestrian Pole Assembly EA 3 $ - $ - 2-H19 R10-12 SIGN EA 4 $ - $ - 2-H2O R10-313 SIGN EA 8 $ - $ - 2-H21 Radar Vehicle Sensing Device (RVSD) EA 10 $ - $ - 2-H22 Remove Traffic Signal Poles EA 10 $ - $ - 2-H23 Traffic Controller Unit and Cabinet EA 2 $ - $ - 2-H24 Traffic Signal Cable (TY A) (14 AWG)(16 CONDUCTOR) LF 400 $ - $ - 2-H25 Traffic Signal Cable (TY A) (14 AWG) (4 CONDUCTOR) LF 450 $ - $ - 2-H26 Traffic Signal Cable (TY A) (14 AWG) (7 CONDUCTOR) LF 400 $ - $ - 2-H27 Traffic Signal Pole AM (S) 1 ARM (44 FT) EA 2 $ - $ - 2-H28 Traffic Signal Pole AM (S) 1 ARM (40 FT) EA 4 $ - $ - 2-H29 Traffic Signal Pole AM (S) 1 ARM (32 FT) EA 1 $ - $ - 2-H30 Traffic Signal Pole AM (S) 1 ARM (20 FT) EA 1 $ - $ - 2-H31 Traffic Signal Radar Sensing Cable LF 500 $ - $ - 2-H32 UPS (3.0 KVA) (TWR) EA 2 $ - $ - 2-H33 Vehicle Signal SEC(12 IN) LED (GRN ARW) EA 4 $ - $ - 2-H34 Vehicle Signal SEC(12 IN) LED (GRN) EA 20 $ - $ - 2-H35 Vehicle Signal SEC(12 IN) LED (RED) EA 20 $ - $ - 2-H36 Vehicle Signal SEC(12 IN) LED (YEL ARW) EA 4 $ - $ - 2-H37 Vehicle Signal SEC(12 IN) LED (YEL) EA 20 $ - $ - 2-H38 lGround Box with Apron EA 14 $ - $ - Bid Form -Asphalt Page 4 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 2-H39 Allowance for Unanticipated Electrical and Signalization Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H-ELECTRICAL&SIGNALIZATION IMPROVEMENTS (2-H1 THRU 2-H39) Part I-GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT& BASIS FOR PAYMENT) 2-11 ITrench Backfill & Compaction I LF 8050 - 2-12 1 OSHA Trench Safety I LF 8050 $ - $ - SUBTOTAL PART I-GAS IMPROVEMENTS(2-11 THRU 2-12) BID SUMMARY SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-A6) $ - SUBTOTAL PART B- STREET/PAVING (ASPHALT) IMPROVEMENTS (Items 2-131 thru 2-1329) $ - SUBTOTAL PART C- RTA IMPROVEMENTS (Items 2-C1 thru 2-C3) $ - SUBTOTAL PART D -ADA IMPROVEMENTS (Items 2-D1 thru 2-D3) $ - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items 2-E1 thru 2-E25) $ - SUBTOTAL PART F- WATER IMPROVEMENTS (Items 2-F1 thru 2-1728) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items 2-G1 thru 2-G8) $ - SUBTOTAL PART H - ELECTRICAL& SIGNALIZATION IMPROVEMENTS (Items 2-H1 thru 2-H3 $ - SUBTOTAL PART I -GAS IMPROVEMENTS (Item 2-11 thru 2-12) $ - TOTAL PROJECT BASE BID (Part -2) (PARTS A THRU 1) $ - Contract Times Bidder agrees to reach Substantial Completion in 1 510 Idays Bidder agrees to reach Final Completion in 1 540 Idays Bid Form -Asphalt Page 5 of 5 Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 REV 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Kostoryz Road-Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTT7— PURCHASING DIVISION City off CITY OF CORPUS CHRISTI City DISCLOSURE OF INTEREST c�tr 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 82. Partnership B 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 City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2015 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: (-rrnc or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Kostoryz Road—Brawner Parkway to Staples Street (Bond 2012) Project No. E12099 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 Non-Collusion Certification 003006- 1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 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 to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516-1 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY,MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. Statement of Experience 004516-2 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I 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 004516-4 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work 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 004516-6 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 Table 4—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Statement of Experience 004516- 10 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 ARTICLE 4—CERTIFICATION 4.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Add ress: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 11 Kostoryz Road- Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev 10-6-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on , 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: Kostoryz Road—Brawner Parkway to Staples Street (Bond 2012) Project No. E12099 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 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 510 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 540 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement 005223- 1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$800 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$800 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 $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 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 005223-5 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. 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: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113- 2 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev O1-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. 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: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev.01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Kostoryz Road—Brawner Parkway to Staples Street(Bond 2012)—Project No. E12099 Rev.01-13-2016 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 Insu ra nce.....................................................................................................................................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 007200- 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 Article12—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 007200- 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 Article18—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 007200-4 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 007200-5 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 007200-6 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 007200-7 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 007200-8 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 007200-9 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 Corpus Christi Standards - Regular Projects 00 72 00 - 17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.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 Corpus Christi Standards - Regular Projects 00 72 00 - 22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.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 Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE 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 Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.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 Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; J• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; p• q• Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.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 Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non - Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim _ • Required X Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price • Required X Not Required Installation Floater Equal to Contract Price • Required X Not Required Owner's Protective Liability Equal to Contractor's liability insurance • Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 007201-1 Rev 01-13-2016 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01- 2 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01- 3 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01- 4 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01- 5 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements 00 72 01- 6 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01- 7 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. [12099 Rev 01-13-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 —TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. Insurance Requirements 00 72 01- 8 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Insurance Requirements 00 72 01- 9 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 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 Kostoryz Road-Brawner Parkway to Staples Street (Bond 2012) — Project E12099 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). END OF SECTION Wage Rate Requirements Kostoryz Road-Brawner Parkway to Staples Street (Bond 2012) — Project E12099 007202-2 REV 06-12-2015 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the SO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. 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 01/08/2016 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 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: http://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0[1/14/2016 5:09:09 PM] PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor http://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0[1/14/2016 5:09:09 PM] 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 http://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0[1/14/2016 5:09:09 PM] General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0[1/14/2016 5:10:17 PM] The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0[1/14/2016 5:10:17 PM] * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0[1/14/2016 5:10:17 PM] 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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Urban Engineering Bath Engineering RVE, Inc Rock Engineering and Testing Laboratory (RETL) B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All lanes of traffic fully operational and open to pedestrian traffic. b. All signals full operational. c. All sidewalk installed and open to pedestrian traffic. d. All utilities fully operational. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Cleanup ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when Supplementary Conditions Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 007300-1 11-25-2013 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 and Subsurface Utility Engineering Reports include the following: a. Subsurface Exploration and Pavement Recommendations for the Proposed Kostoryz Road, Rock Engineering and Testing Laboratory, 6-3-2013 - The Contractor may rely on the following Technical Data in using this document: 1) Subsurface Conditions 2) Other information as necessary b. SUE along Kostoryz from Staples Street to Brawner Parkway, RVE, 5-6-2013 & addendum dated 2014 - The Contractor may rely on the following Technical Data in using this document: 1) Sizes, locations and depths of selected existing utilities 2) Photographs of existing utilities 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: Supplementary Conditions Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 007300-2 11-25-2013 a. Kostoryz Road, Phase 1 from Horne to Sunnybrook with Brawner Ditch Offsite Drainage, Goldston Engineering, 7-12-2010 - The Contractor may rely on the following Technical Data in using this document: 1) All information presented with regard to material type and general location. b. Staples Street - Kostoryz to Brawner (Bond 2012), Freese & Nichols, not yet published - The Contractor may rely on the following Technical Data in using this document: 1) None of the contents of such drawings is Technical Data on which Contractor may rely. 2) Final plans shall be used for coordination of connecting utilities. c. Proposed Kostoryz Road Improvements from Staples Street to Lexington Boulevard, City of Corpus Christi Public Works Department, Jan 1958 - The Contractor may rely on the following Technical Data in using this document: 1) None of the contents of such drawings is Technical Data on which Contractor may rely. SC -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 "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 007300-3 11-25-2013 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Remove and replace 4400 L.F. of existing 4 lane road, pavement, curb and gutter including parallel sidewalks with new 4 and 5 lane curb and gutter road section and new sidewalks. 2. Provide material upgrades to existing water and wastewater systems with project limits. 3. Remove and replace existing storm drainage system with new increased capacity storm drainage system. 4. Remove and replace existing traffic signals with new traffic signals at two intersections. 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. Staples Street (Brawner Pkwy to Kostoryz Road) Project a. This project is constructing the intersection at Kostoryz and Staples, coordination items are likely to include: 1) Traffic Control 2) MIS improvement connection location 2. Kostoryz Road ATT Main Protection a. This project will include exposing the AT&T Fiber Optic Duct Bank. AT&T will provide additional protection (concrete cap) where required. b. AT&T will install a new Fiber optic Main adjacent to the existing main for the length of the project. Summary of Work Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 1100 - 1 Rev 01-13-2016 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Gas Line removal and replacement by City Gas Dept. a. Trench backfill and compaction will be the contractor's responsibility. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 1100 - 2 Rev 01-13-2016 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. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS 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 1. None 1.04 DESCRIPTION OF ALLOWANCES 1. Descriptions and amounts of allowance items can be found in the Bid Form Exhibit A (00 30 01) and Measurement and Basis For Payment (01 29 01) sections of the contract documents and shall be referenced in those locations. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item 1 -Al, 2-A2 — Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item 1-A2, 2-A2 — Clear and Grub Right of Way: 1. Item shall include but is not limited to: a. Excavation of roots, stumps, and other items far enough below ground to not effect construction of proposed improvements. b. Backfill of excavations. c. Removal of cleared material. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. C. Bid Item 1-A3, 2-A3 — Fence Removal and Replacement: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Removal and Replacement of existing fence, only as necessary to facilitate construction. b. City's inspector shall have final say of "necessary" fence reconstruction. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 3. This item shall not include fence damaged by contractor during construction. D. Bid Item 1-A4, 2-A4—Traffic Control: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Furnishing and installing BMPs for traffic control. b. Maintaining paperwork and permitting as required by state and city regulations. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. E. Bid Item 1-A5, 2-A5 — Ozone Action Days: 1. This item shall be measured by Day. 2. This item shall include Monetary loss caused by inability to work on officially announced Ozone Action Days. F. Bid Item 1-A6, 2-A6 — Stormwater Pollution Prevention Plan & BMPs: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Furnishing and installing BMPs for Stormwater pollution prevention. b. Maintaining paperwork and permitting as required by state regulation. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-2 Rev 01-13-2016 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. G. Bid Item 1-B1— 8" Continuously Reinforced Concrete Pavement: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Finishing and installing forms, expansion joints, reinforcing steel, and concrete. b. Provide curing compound. c. Any joint work required. d. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. H. Bid Item 2-B1 — 4" HMAC (Type 'D'): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install tack coat. b. Furnish and install Hot Mix Asphaltic Concrete. c. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. I. Bid Item 1-B2— 1" Type 'D' HMAC: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install prime coat. b. Furnish and install Hot Mix Asphaltic Concrete. c. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. J. Bid Item 2-B2 — Prime Coat (0.15 Gal/SY): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Application and maintenance of prime coat. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. K. Bid Item 1-B3 — 6" Compacted Crushed Limestone Base: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install all base material. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-3 Rev 01-13-2016 b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. L. Bid Item 2-B3 — 15" Limestone (Type A, Grade 1): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install all base material. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. M. Bid Item 1-B4, 2-B4 — 12" Compacted Subgrade: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Grading and compaction of subgrade. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. N. Bid Item 1-B5 — 6" Monolithic Retaining Curb: 1. This item shall be measured by Linear Foot regardless of height. 2. This item shall include but is not limited to the following work: a. Furnish and install concrete, reinforcement, and jointing. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 0. Bid Item 2-B5 — Geogrid (TX -5): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install Geogrid. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. P. Bid Item 2-B6 — 6" L -Curb: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Removal of existing curb. b. Providing, Placing, and Compacting Subgrade. c. Furnish and install all concrete, expansion joints, reinforcement, and ties to existing or proposed concrete pavement. d. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-4 Rev 01-13-2016 Q. Bid Item 1-B6, 2-B7 — Driveway: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install subgrade preparation, concrete, reinforcement, and jointing. b. Pavement shall begin and end at the point where the sidewalk joints to the thicker section required for the Driveway. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. R. Bid Item 1-B7, 2-B8 — HMAC Pavement Transitions: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Demolition, sawcutting, removal and disposal of existing material. b. 8" Compacted subgrade. c. Geogrid (Tx -5) d. Furnish and install 8" limestone (Type A, Grade 1) base material. e. Furnish and install prime coat. f. Furnish and install 2" Hot Mix Asphaltic Concrete. (Type D) g. Re -striping. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. S. Bid Item 1-B8, 2-B9 — Roadway Excavation: 1. This item shall be measured by Cubic Yard. 2. This item shall include but is not limited to the following work: a. Removal of existing roadway and grading subgrade to supply the proper finished grade. b. Haul off of excess dirt. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. T. Bid Item 1-B9, 2-B10— Curb and Gutter Removal: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Demolition of curb, gutter, and subgrade. b. Removal of material from site. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-5 Rev 01-13-2016 c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. U. Bid Item 1-B10, 2-B11 — Sidewalk Removal: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Demolition of existing sidewalk. b. Removal of material from site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. V. Bid Item 1-B11, 2-B12 — Unanticipated Driveway Removal: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Demolition of existing driveway. b. Removal of material from site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. W. Bid Item 1-B12, 2-B13 — Pavement Marking (Y) (4") (SLD) (DBL): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. X. Bid Item 1-B13 — Pavement Marking (W & B) (4") (BRK) Shadow Lane Line: 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. Y. Bid Item 2-B14 — Pavement Marking (W) (4") (BRK): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-6 Rev 01-13-2016 a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. Z. Bid Item 1-B14, 2-B15 — Pavement Marking (W) (8") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. AA. Bid Item 1-B15, 2-B16 -- Pavement Marking (W) (24") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. BB. Bid Item 1-B16, 2-B17 — Pavement Marking (Y) (24") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. CC. Bid Item 1-B17, 2-B18 — Pavement Marking (W) (12") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-7 Rev 01-13-2016 c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. DD. Bid Item 1-B18, 2-B19 — Pavement Marking (W) (Arrow): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. EE. Bid Item 1-B19, 2-B20 — Pavement Marking (W) (Only): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. FF. Bid Item 1-B20, 2-B21 — Pavement Marking (W) (Yield Triangle): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. GG. Bid Item 1-B21, 2-B22 —Temporary Pavement Marking (Y) (4") (BRK) for Phase 1: 1. This Item shall be measured by Lump Sum. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Solvent Based Pavement Markings. d. Maintenance during construction. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-8 Rev 01-13-2016 e. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. HH. Bid Item 1-B22, 2-B23 — Raised Pavement Marker (TY I -C): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Mastic. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. II. Bid Item 1-B23, 2-B24 — Raised Pavement Marker (TY II -A -A): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Mastic. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. JJ. Bid Item 1-B24, 2-B25 -- Street Sign Assembly w/9" Blades and Stop Sign: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Anti -Graffiti Coating c. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. KK. Bid Item 1-B25, 2-B26 —Temporary Yellow Raised Pavement Markers: 1. This Item shall be measured by Lump Sum. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Mastic. d. Maintenance during construction. e. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-9 Rev 01-13-2016 LL. Bid Item 1-B26, 2-B27 — Speed Limit Signs: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Anti -Graffiti Coating. c. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. MM.Bid Item 1-B27, 2-B28 -- Other Regulatory Signs: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, labor, and equipment. b. Anti -graffiti coating. c. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. NN. Bid Item 1-B28, 2-B29 — Allowance for Unanticipated Street Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Any Street Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. 00. Bid Item 1-C1, 2-C1 — Bus Stop Shelter Pad: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install subgrade preparation, concrete, reinforcement, and jointing. b. Pavement shall begin and end at the point where the sidewalk joints to the thicker section required for the bus stop shelter pad. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PP. Bid Item 1-C2, 2-C2 — Roadway Bus Pad (with base and subgrade): 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Placement of Concrete. b. Providing, Placing, and Compacting Subgrade. c. Formwork. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-10 Rev 01-13-2016 d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. QQ. Bid Item 1-C3, 2-C3 — Demolition of Existing Shelter Pad: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Demolition of existing Shelter Pad. b. Removal of material from site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RR. Bid Item 1-D1, 2-D1— Concrete Sidewalk: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install subgrade preparation. b. Furnish and install concrete, reinforcement, and jointing. c. Any sidewalk with monolithic retaining curb, except ADA ramps. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. SS. Bid Item 1-D2, 2-D2 — Monolithic Retaining Curb: 1. This item shall be measured by Linear Foot, regardless of height. 2. This item shall include but is not limited to the following work: a. Furnish and install all concrete, expansion joints, reinforcement, and ties to existing or proposed concrete sidewalk. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TT. Bid Item 1-D3, 2-D3 — Accessible Ramps: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install concrete, reinforcement, jointing, truncated domes, and curb surrounding ramps. b. Pavement shall begin and end at the high point of the slopes at each end of the accessible "ramp" and include all landing and additional retaining curb relative to the Accessible ramp. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UU. Bid Item 1 -El, 2-E1— Connect 8'x5' Box to 10'x10' Box: 1. This item shall be measured by Each. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-11 Rev 01-13-2016 2. This item shall include but is not limited to the following work: a. Connection installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Demolition, sawcutting, removal, re -shaping, and disposal of existing material. d. Furnishing and installing concrete, reinforcement, and jointing materials. e. Furnishing and installing bedding and backfill. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VV. Bid Item 1-E2, 2-E2—JB-3 (Type 'B' MH with 2Tie-ins): 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Furnish and install, or cast -in-place manhole. b. Excavation required to construct manhole. c. Replacement of pipe destroyed during construction of manhole. d. All pipe adjustments and tie-ins related to construction of this manhole. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WW. Bid Item 1-E3, 2-E3 — 8'x5' RCB: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Box Culvert installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-12 Rev 01-13-2016 XX. Bid Item 1-E4, 2-E4 — 5'x5' RCB: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Box Culvert installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YY. Bid Item 1-E5, 2-E5 — 60" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZ. Bid Item 1-E6, 2-E6 — 54" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-13 Rev 01-13-2016 c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAA. Bid Item 1-E7, 2-E7 — 48" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBB. Bid Item 1-E8, 2-E8 — 36" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-14 Rev 01-13-2016 CCC. Bid Item 1-E9, 2-E9 — 30" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDD. Bid Item 1-E10, 2-E10 — 24" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEE. Bid Item 1 -Ell, 2-E11 — 18" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-15 Rev 01-13-2016 c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFF. Bid Item 1-E12, 2-E12 — 15" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGG. Bid Item 1-E13, 2-E13 — 5' Curb Inlet: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-16 Rev 01-13-2016 HHH. Bid Item 1-E14, 2-E14—Type 'A' Manhole: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Manhole installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. OSHA trench protection as required. f. Dewatering as required. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. III. Bid Item 1-E15, 2-E15 —Type 'B' Manhole: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Manhole installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing backfill. e. OSHA trench protection as required. f. Dewatering as required. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. JJJ. Bid Item 1-E16, 2-E16—Type 'C' Manhole: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Manhole installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-17 Rev 01-13-2016 e. OSHA trench protection as required. f. Dewatering as required. g. Tie-in of all proposed pipes. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKK. Bid Item 1-E17, 2-E17 —Tie to Existing 15" RCP: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Any additional cost of tie-ins between proposed inlets or manholes and existing 15" storm mains. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLL. Bid Item 1-E18, 2-E18 — Tie to Existing 24" RCP: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Any additional cost of tie-ins between proposed inlets or manholes and existing 24" storm mains. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMM. Bid Item 1-E19, 2-E19 — Tie to Existing 30" RCP: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Any additional cost of tie-ins between proposed inlets or manholes and existing 30" storm mains. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNN. Bid Item 1-E20, 2-E20 — OSHA Trench Safety Plan: 1. This Item shall be measured by the Linear Foot of trench regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Subsection 2B3 "Trench Excavation". b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 000. Bid Item 1-E21, 2-E21 — OSHA Manhole/Inlet Safety Plan: 1. This Item shall be measured by Each regardless of depth. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-18 Rev 01-13-2016 2. This Item shall include, but is not limited to the following work: a. Safety shall be provided for any excavation over 18". b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PPP. Bid Item 1-E22, 2-E22 — Storm Water Pipe Removal and Disposal, various sizes: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Demolition of all abandoned Storm pipe b. Removal of material from site. c. Backfill and compaction as necessary. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. QQQ. Bid Item 1-E23, 2-E23 — Manhole Removal: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Demolition of all abandoned manholes. b. Removal of material from site. c. Backfill and compaction as necessary. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRR. Bid Item 1-E24, 2-E24— Inlet Removal: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Demolition of all abandoned inlets. b. Removal of material from site. c. Backfill and compaction as necessary. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. SSS. Bid Item 1-E25, 2-E25 — Allowance for Unanticipated Stormwater Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Any Stormwater items not covered by a bid item. b. Any quantity over run of other bid items. c. Project must be negotiated for each new bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-19 Rev 01-13-2016 TTT. Bid Item 1-F1, 2-F1 — 6" C-900 Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W.P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UUU. Bid Item 1-F2, 2-F2 — 8" C-900 Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W. P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VVV.Bid Item 1-F3, 2-F3 — 6" D.I. Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W.P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-20 Rev 01-13-2016 WWW. Bid Item 1-F4, 2-F4 — 8" D.I. Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W. P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XXX. Bid Item 1-F5, 2-F5 — 4"x4" Tapping Sleeve, 4" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YYY. Bid Item 1-F6, 2-F6 — 6"x6" Tapping Sleeve, 6" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-21 Rev 01-13-2016 taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZZ. Bid Item 1-F7, 2-F7 — 8"x6" Tapping Sleeve, 6" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAAA. Bid Item 1-F8, 2-F8 — 8"x8" Tapping Sleeve, 8" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-22 Rev 01-13-2016 f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBBB. Bid Item 1-F9, 2-F9 — 12"x6" Tapping Sleeve, 6" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCCC. Bid Item 1-F10, 2-F10 — 12"x8" Tapping Sleeve, 8" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDDD. Bid Item 1-F11, 2-F11 — 8"x11.25° D. I. Bend: 1. This Item shall be measured by Each ductile iron fitting. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-23 Rev 01-13-2016 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and install Polyethylene Wrap. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEEE. Bid Item 1-F12, 2-F12 — 6"x45° D.1. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFFF. Bid Item 1-F13, 2-F13 — 8"x45° D.1. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGGG. Bid Item 1-F14, 2-F14 — 6"x90° D.1. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. HHHH. Bid Item 1-F15, 2-F15 — 8"x90° D.1. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install of ductile iron fitting. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-24 Rev 01-13-2016 b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 1111. Bid Item 1-F16, 2-F16 — 6" D. I. Tee: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. JJJJ. Bid Item 1-F17, 2-F17 — 8" D.I. Tee: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKKK. Bid Item 1-F18, 2-F18 — 6" D.I. Cross: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLLL.Bid Item 1-F19, 2-F19 — 6" Gate Valve & Box: 1. This Item shall be measured by Each valve. 2. This Item shall include, but is not limited to the following work: a. Furnish and install valve specified. b. Furnish and install hardware adaptor and gaskets necessary. c. Furnish and install valve boxes with covers. Top of valve boxes shall match finished grade. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-25 Rev 01-13-2016 d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMMM. Bid Item 1-F20, 2-F20— 8" Gate Valve & Box: 1. This Item shall be measured by Each valve. 2. This Item shall include, but is not limited to the following work: a. Furnish and install valve specified. b. Furnish and install hardware adaptor and gaskets necessary. c. Furnish and install valve boxes with covers. Top of valve boxes shall match finished grade. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNNN. Bid Item 1-F21, 2-F21 — 6"x4" D. I. Reducer: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 0000. Bid Item 1-F22, 2-F22 — 8"x6" D. I. Reducer: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Installation of ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PPPP. Bid Item 1-F23, 2-F23 — OSHA Trench Safety Plan: 1. This Item shall be measured by the Linear Foot of trench regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Subsection 2B3 "Trench Excavation". b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-26 Rev 01-13-2016 QQQQ. Bid Item 1-F24, 2-F24— New Fire Hydrant: 1. This Item shall be measured by Each assembly. 2. This Item shall include, but is not limited to the following work: a. Supplying and installing all fittings, tees, bends, adapters and pipe required on plans, including excavation and backfilling. b. Supply and installing the fire hydrant, gate valve and box. c. Grading and cleaning up the affected area. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRRR. Bid Item 1-F25, 2-F25 — Grout Fill Existing Water Line: 1. This Item shall be measured by the Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Furnish and install Grout. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. SSSS. Bid Item 1-F26, 2-F26 — Remove and Replace Fire Hydrant: 1. This Item shall be measured by Each assembly listed in the proposal and illustrated on the plans. 2. This Item shall include, but is not limited to the following work: a. Removal of Existing Fire Hydrant, piping, and fittings b. Backfill and Excavation as required c. Returning Fire Hydrant to City (owner) d. Grading and cleaning up the affected area. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TTTT. Bid Item 1-F27, 2-F27 — Service Reconnect: 1. This Item will be measured by Each individual service of each type installed and shall include all pipe, fittings, etc., as required to complete the service from the new water line to the meter. 2. This Item shall include, but is not limited to the following work: a. Installation of new Corp Stop. b. All other parts and pieces required. c. Replacement of waterline. d. Tie in to existing service. e. Removal of all existing materials abandoned by this activity. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-27 Rev 01-13-2016 f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UUUU. Bid Item 1-F28, 2-F28 — Allowance for Unanticipated Water Improvements: 1. This Item shall be measured by the Lump Sum. 2. This Item shall include, but is not limited to the following work: a. Any Water Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. VVVV. Bid Item 1-G1, 2-G1 — 12" CIPP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Supplying and installing 12" CIPP. b. Excavation required to perform work. c. Furnishing and installing bedding and backfill. d. Furnishing and installing protective measures for utilities with minimal clearance. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WWWW. Bid Item 1-G2, 2-G2 — 6" VCP to 8" HDPE Pipe Bursting: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. 8" HDPE Pipe installed by Pipe Bursting; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XXXX. Bid Item 1-G3, 2-G3 — 4' Fiberglass Manhole: 1. This Item shall be measured by Each Manhole. 2. This Item shall include, but is not limited to the following work: a. Furnish and install manhole. b. Excavation required to construct manhole. c. Replacement of any pipe destroyed or removed in manhole construction. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-28 Rev 01-13-2016 d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YYYY. Bid Item 1-G4, 2-G4 — Manhole Rehab: 1. This Item shall be measured by Each Manhole. 2. This Item shall include, but is not limited to the following work: a. Furnish and install manhole sleeve. b. Excavation required to construct manhole. c. Replacement of any pipe destroyed or removed in manhole rehab. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZZZ. Bid Item 1-G5, 2-G5 — Post CCTV: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. CCTV of pipes. b. Analyzing and reporting the condition of the pipes. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAAAA. Bid Item 1-G6, 2-G6 — Control of W.W. Flow: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Control of Wastewater flow. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBBBB. Bid Item 1-G7, 2-G7 — Service Reconnect: 1. This Item will be measured by each individual service of Each type installed and shall include all pipe, fittings, etc., as required to complete the service from the new wastewater main line to the existing service. 2. This Item shall include, but is not limited to the following work: a. Furnish and install all pipe and fittings necessary to reconnect service to wastewater main. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCCCC. Bid Item 1-G8, 2-G8 — Allowance for Unanticipated Wastewater Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Any Wastewater Improvements not covered by a bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-29 Rev 01-13-2016 b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. DDDDD. Bid Item 1-H1, 2-H1 — 2" Schedule 80 PVC Conduit: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. PVC Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEEEE. Bid Item 1-H2, 2-H2 - Ground Box (Type -D): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Furnishing and installing Ground box. b. Furnishing and installing bedding and backfill. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFFFF. Bid Item 1-H3, 2-H3 - 4"x22.5° PVC Bend: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Installation of Bend. b. Excavation required to perform work. c. Furnishing and installing jointing materials. d. Furnishing and installing bedding and backfill. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGGGG. Bid Item 1-H4, 2-H4 — Back Plate (12 IN) (3 SEC): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install 3 section back plate. b. Materials, labor, and equipment. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-30 Rev 01-13-2016 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. HHHHH. Bid Item 1-H5, 2-H5 — Back Plate (12 IN) (5 SEC): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install 5 section back plate. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 11111. Bid Item 1-H6, 2-H6 — Conduit (PVC) (SCH. 40) (2 IN): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Trenching required to perform work. b. Furnishing and installing jointing materials. c. Installing backfill. d. Furnish and install conduit. e. Equipment for trenching or boring. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. JJJJJ. Bid Item 1-H7, 2-H7 — Conduit (PVC) (SCH. 40) (2 IN) BORE: 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Trenching and boring required to perform work. b. Furnishing and installing jointing materials. c. Installing backfill. d. Furnish and install conduit. e. Equipment for trenching or boring. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKKKK. Bid Item 1-H8, 2-H8 — Conduit (PVC) (SCH. 40) (4 IN): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Trenching required to perform work. b. Furnishing and installing jointing materials. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-31 Rev 01-13-2016 c. Installing backfill. d. Furnish and install conduit. e. Equipment for trenching or boring. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLLLL. Bid Item 1-H9, 2-H9 — Coordination of Traffic Signal System: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Provide coordination and configuration to traffic control system. b. Labor and testing equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMMMM. Bid Item 1-H10, 2-H10 — Electric Conductor (No. 6) Insulated: 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductor. b. Materials, labor, and pulling equipment. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNNNN. Bid Item 1-H11, 2-H11 — Electric RIC Service TY D (120/240) 060 (NS) SS (N) SP (0): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: 3. Coordination with electric utility, materials, labor, and equipment for installation of electric service. 4. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 00000. Bid Item 1-H12, 2-H12 — Drill Shaft FND For Pedestrian Pole (24 IN Drill): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install drilled shaft. b. Drilling rig, labor, and equipment. c. Concrete, rebar, casing, forms. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-32 Rev 01-13-2016 PPPPP. Bid Item 1-H13, 2-H13 — Drill Shaft FND for Traffic Signal (36 IN Drill): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install drilled shaft. b. Drilling rig, labor, and equipment. c. Concrete, rebar, casing, forms. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. QQQQQ. Bid Item 1-H14, 2-H14 — ILSN (LED) (6 S): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install ILSN sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRRRR. Bid Item 1-H15, 2-H15 — Pedestrian Audible Center Controller: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Pedestrian Audible controller. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. SSSSS. Bid Item 1-H16, 2-H16 — Pedestrian Audible Push Button Assembly, With R 10 3B Sign: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install push button assembly with sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TTTTT. Bid Item 1-H17, 2-H17 — Pedestrian Countdown Head Assembly: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install countdown head assembly. b. Materials, labor, and equipment. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-33 Rev 01-13-2016 c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UUUUU. Bid Item 1-H18, 2-H18 — Pedestrian Pole Assembly: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Pedestrian pole assembly. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VVVVV. Bid Item 1-H19, 2-H19 — R10-12 Sign: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install R10-12 sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WWWWW. Bid Item 1-H20, 2-H20— R10 -3B Sign: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install R3 -8B sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XXXXX. Bid Item 1-H21, 2-H21 — Radar Vehicle Sensing Device (RVSD): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install RVSD with Mount. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YYYYY. Bid Item 1-H22, 2-H22 — Remove Traffic Signal Poles: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Remove existing traffic signal equipment. b. Materials, labor, and equipment to remove and transport. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-34 Rev 01-13-2016 c. Demolish foundations to 2" below grade. d. Deliver salvaged equipment to Owner at and Owner designated site. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZZZZ. Bid Item 1-H23, 2-H23 —Traffic Controller Unit and Cabinet: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install traffic controller unit and cabinet, foundation, and pedestal. b. Materials, labor, and equipment for installation, testing, and commissioning. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAAAAA. Bid Item 1-H24, 2-H24 —Traffic Signal Cable (TY A) (14 AWG) (16 Conductor): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductors. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBBBBB. Bid Item 1-H25, 2-H25 —Traffic Signal Cable (TY A) (14 AWG) (4 Conductor): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductor. b. Materials, labor, and pulling equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCCCCC. Bid Item 1-H26, 2-H26 —Traffic Signal Cable (TY A) (14 AWG) (7 Conductor): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductor. b. Materials, labor, and pulling equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDDDDD. Bid Item 1-H27, 2-H27 —Traffic Signal Pole AM (S) 1 ARM (44 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-35 Rev 01-13-2016 a. Furnish and install Traffic signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEEEEE. Bid Item 1-H28, 2-H28 — Traffic Signal Pole AM (S) 1 ARM (40 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Traffic signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFFFFF. Bid Item 1-H29, 2-H29 — Traffic Signal Pole AM (S) 1 ARM (32 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Traffic Signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGGGGG. Bid Item 1-H30, 2-H30 — Traffic Signal Pole AM (S) 1 ARM (20 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Traffic Signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. HHHHHH. Bid Item 1-H31, 2-H31 — Traffic Signal Radar Sensing Cable: 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install Radar Sensing Cable. b. Materials, labor, and equipment to install. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 111111. Bid Item 1-H32, 2-H32 — UPS (3.0 KVA) (TWR): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-36 Rev 01-13-2016 a. Furnish and install UPS. b. Materials, labor, and equipment for installation and testing. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. JJJJJJ. Bid Item 1-H33, 2-H33 — Vehicle Signal SEC (12 IN) LED (GRN ARW): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKKKKK. Bid Item 1-H34, 2-H34 — Vehicle Signal SEC (12 IN) LED (GRN): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLLLLL. Bid Item 1-H35, 2-H35 — Vehicle Signal SEC (12 IN) LED (RED): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMMMMM. Bid Item 1-H36, 2-H36 — Vehicle Signal SEC (12 IN) LED (YEL ARW): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNNNNN. Bid Item 1-H37, 2-H37 — Vehicle Signal SEC (12 IN) LED (YEL): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-37 Rev 01-13-2016 a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 000000. Bid Item 1-H38, 2-H38 — Ground Box With Apron: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Furnishing and installing Ground box with Apron. b. Furnishing and installing bedding and backfill. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PPPPPP. Bid Item 1-H39, 2-H39 — Allowance for Unanticipated Electrical and Signalization Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Any Electrical and Signalization Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. QQQQQQ. Bid Item 1-11, 2-11—Trench Backfill & Compaction: 1. This item shall be measured by Linear Feet. 2. This item shall include but is not limited to the following work: a. Furnishing and installing bedding and backfill. b. Materials, labor, and coordination as required. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRRRRR. Bid Item 1-12, 2-12 — OSHA Trench Safety: 1. This Item shall be measured by the Linear Foot of trench regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Subsection 2B3 "Trench Excavation". b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-38 Rev 01-13-2016 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES — (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-39 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. 1. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS (NOT APPLICABLE) A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-8 Rev 01-13-2016 C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Murray F. Hudson, P. E. Project Engineer (Urban Engineering) 361-854-3101 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013100-9 Rev 01-13-2016 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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. [12099 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. [12099 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 2F1 REINFOCED CONCRETE PIPE VARIOUS Record Data 2F4 STORM SEWER MANHOLES VARIOUS Record Data 2F6 PRECAST BOX CULVERT VARIOUS Record Data 2F10 HIGH DENSITY POLYETHYLENE PIPE VARIOUS Record Data 261 POLYVINYVL CHLORIDE PIPE AND FITTINGS FOR WATER LINES VARIOUS Record Data 262 DUCTILE IRON PIPE AND FITTINGS (WATER LINES) VARIOUS Record Data 268 GATE VALVES FOR POTABLE WATER LINES VARIOUS Record Data 269 FIRE HYDRANTS VARIOUS Record Data 2617 FIBERGLASS MANHOLES AND LINERS VARIOUS Record Data 2629 RECONSTRUCTION OF SANITARY SEWER PIPES BY CURED- IN -PLACE -PIPE (CIPP) VARIOUS Record Data 2H1 FLEXIBLE BASE VARIOUS Record Data 2H6 PRIME COAT VARIOUS Record Data 2H11 HOT MIX ASPHATLTIC CONCRETE VARIOUS Record Data 2H18 CONCRETE PAVEMENT VARIOUS Record Data 2H22 PAVEMENT MARKING VARIOUS Record Data 2J4 HYDROMULCH SEEDING VARIOUS Record Data 3B1 CONCRETE REINFORCEMENT VARIOUS Record Data 3C1 NORMAL WEIGHT CONCRETE VARIOUS Record Data 635 INTERNALLY ILLUMINATED STREET NAME SIGN VARIOUS Record Data Submittal Register Kostoryz Road - Brawner to Staples Street (Bond 2012) Project No. E12099 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section None Shop Drawing Description None 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-1 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-2 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-3 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-4 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-5 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-6 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-7 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-8 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013302-9 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 Shop Drawings Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 33 02 - 10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section 01 31 13 Record Data Description Record Drawing 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; 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 Record Data Kostoryz Road — Brawner Parkway to Staples Street Bond (2012) — Project No. E12099 013303-1 11-25-2013 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: 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 Record Data Kostoryz Road — Brawner Parkway to Staples Street Bond (2012) — Project No. E12099 013303-2 11-25-2013 Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. Record Data Kostoryz Road — Brawner Parkway to Staples Street Bond (2012) — Project No. E12099 013303-3 11-25-2013 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. B. Designer may take the following action in processing Record Data: Record Data Kostoryz Road — Brawner Parkway to Staples Street Bond (2012) — Project No. E12099 013303-4 11-25-2013 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Kostoryz Road — Brawner Parkway to Staples Street Bond (2012) — Project No. E12099 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 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. Construction Progress Schedule Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013304-2 11-25-2013 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 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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 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. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated in the SEQUENCE OF CONSTRUCTION PLAN AND NOTES SHEET, see sheet 1 of the plans for the sheet index. 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. 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 4 hours 4 hours $200 Wastewater Service None None $200 Special Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013500-1 11-25-2013 B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 — Water Service a. Contractor shall restore water service to affected properties immediately upon completing the water line construction and testing. 2. Critical Operation 2 — Wastewater Service a. Contractor shall restore wastewater service to affected properties immediately upon completing repairs to wastewater mains. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.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 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• Quality Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 50 00 - 1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 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. 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. Temporary Facilities and Controls Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015000-2 11-25-2013 B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015000-3 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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. F. Reference Technical Specification 1E20 for additional Information as necessary, in case of conflict, 01 57 00 shall take precedence. 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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015700-4 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, 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 Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. No well pointing is expected per the Geotechnical Report. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Suggested disposal facilities would be US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas if contaminated groundwater is encountered during this project. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by Temporary Controls Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015700-5 11-25-2013 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. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 70 00 - 1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 017000-3 11-25-2013 TECHNICAL SPECIFICATIONS TECHNICAL SPECIAL PROVISIONS These Technical Special Provisions amend or supplement the Technical Specifications and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE TS -1 DEFINITIONS Design Specification - Whenever the term "Design Specification" is used, it shall be understood that the performance of the completed work is as designed by the ENGINEER, and the CONTRACTOR must follow the requirements of the drawings and specifications; followed the manufacturer's recommendations (material and equipment); followed industry standard procedures and provided top quality workmanship. Performance Specification - Whenever the term "Performance Specification" is used, it shall be understood that the performance of the completed work is the responsibility of the CONTRACTOR, provided the OWNER has faithfully followed all written operational and maintenance instructions supplied by the CONTRACTOR. (The CONTRACTOR is not relieved of the responsibility for improper performance of the completed work even if there was improper operation and/or maintenance by the OWNER but it obviously was not the cause of improper performance.) In a performance specification, the CONTRACTOR is responsible for the design of the item furnished and installed by him. It is intended that the item function properly without excessive operation and maintenance being required by the OWNER. The item furnished must incorporate the features specified but still perform as intended. The materials specified are to set a minimum standard but shall not be considered a design. If the design furnished by the CONTRACTOR requires higher quality material in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. When minimum dimensions are specified, they shall not be considered a design. If the design furnished by the CONTRACTOR requires larger dimensions in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. Work - Whenever the word "Work" is used it shall be understood as referring to all materials, supplies, machinery, equipment, plant, tools, superintendence, labor, bonds, insurance, water, light, power, fuel, transportation, royalty fees and any other facilities necessary to the proper execution and completion of the project. The Contractor shall provide a pay for all the aforementioned items. ARTICLE TS -2 LAYOUT OF THE WORK The Contractor shall layout the work from the existing facilities. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the Engineer prior to deviation. If, in the opinion of the Engineer, the required deviation would necessitate a revision to the Drawings, the Contractor shall provide supporting measurements as required by the Engineer. Technical Special Provisions Page 1 of 1 DIVISION 1— GENERAL REQUIREMENTS SECTION 1E — SPECIAL CONDITIONS 1E20[21 STORM WATER POLLUTION PREVENTION 1E20.1 SCOPE: This specification shall govern for all work under the contract related to storm water pollution prevention. 1E20.2 REQUIREMENTS: 1E20.2.1 General: The Texas Commission on Environmental Quality (TCEQ) and the City of Corpus Christi require construction activity for sites over five acres to meet Texas Pollutant Discharge Elimination System (TPDES) requirements for storm water discharges. The TPDES requirements include the submission of a "Notice Of Intent (NOI) for Storm Water Discharges Associated with Industrial Activity Under the TPDES General Permit" to seek coverage under the TCEQ General Permit and the use of Best Management Practices for construction activities as outlined in the Pollution Prevention Plan. The intent of the storm water management is to improve water quality by reducing the pollutants in storm water discharges. Storm water means storm water runoff and surface runoff and drainage. Any person who violates the TCEQ General Permit may be subject to fines and/or imprisonment. Attached to and as part of this specification is the following item: 1E20.2.2 a. Storm Water Pollution Prevention Plan (SWPPP) The Contractor will find the following required forms on the TECQ website www.tceq.state.tx.us. a. Notice of Intent (NOl) b. Notice of Termination (NOT) Notice Of Intent (NOD: A "Notice Of Intent (NOl) for Storm Water Discharges Associated with Industrial Activity Under the TPDES General Permit" TCEQ Form 20022 (02/03) must be completed and retained on-site by the operator of the construction site. The operator is defined as the party or parties that have operational control over the site specifications, the Owner, and the party or parties that have day-to-day operational control of those activities at the site necessary to ensure compliance with the pollution prevention plan requirements and permit conditions, the Contractor. The Contractor will be required to complete and sign the NOI after the project has been awarded and prior to beginning any construction activity. For signatory requirements refer to the back instructions of the NOI form. The Contractor's NOI shall be submitted to the Owner's Representative and will be submitted to the TCEQ with the Owner's NOL A copy of the Owner's and Contractor's NOI must be retained on-site at all times. If at any time the Contractor is changed then a NOI must be submitted at least two days prior to when the new Contractor commences work at the site. The construction is covered under the TCEQ General Permit two days after the date that the submitted NOI is postmarked. A copy of the NOI is included with this specification. 1E20.2.3 Notice Of Termination (NOT): A "Notice of Termination (NOT) Of Coverage Under the TPDES General Permit for Storm Water Discharges Associated with Industrial Activity" TCEQ Form 20023 (02/03) must be submitted to the TCEQ after final stabilization of the site and storm water run-off from construction activities are eliminated, or when the construction Contractor changes Final stabilization is when all soil disturbing activities at the site have been completed and that a uniform perennial vegetative cover with a density of 70% of the cover for unpaved areas and areas not covered by permanent structures has been established or equivalent permanent stabilization measures, such as the use of rip rap, gabions, or geotextiles, have been employed. 1E20 Storm Water Pollution Prevention Page 1 of 9 1E20.2.4 Storm Water Pollution Prevention Plan (SWPPP): a. General: A SWPPP has been prepared for this project and is included with this specification. The SWPPP identifies potential sources of pollution that may be expected to affect the quality of storm water discharges from the construction site and includes a site description, erosion and sediment controls, storm water management, other controls, maintenance procedures and inspection procedures to ensure compliance with the terms and conditions of the TCEQ General Permit. The Contractor shall sign the SWPPP certification, retain a copy of the NOI and SWPPP on-site and implement, maintain and inspect the control techniques required by the SWPPP. b. Inspection and Maintenance: Inspection and maintenance is required for all areas disturbed by construction activity and for all erosion and sediment controls that are used. Inspection shall be performed at least once a week, after each significant rainfall and for as long as a portion of the site is disturbed. The Contractor should select one individual who will be responsible for the inspection and maintenance of the system. The inspector will look at the control measures and determine if they are performing correctly and effectively. A report form is provided in the SWPPP for the inspector to use. Additional information and requirements are detailed in Section E - Maintenance/Inspection Procedures of the SWPPP. c. Certifications: An Owner and Contractors Certification page is provided in the SWPPP. The Contractor must identify and fill in any Sub -Contractors that are involved in implementation of the SWPPP. All Contractors or Sub -Contractors identified must sign and date a copy of the certification statement. d. Storm Water Pollution Prevention Plan: The SWPPP, including the NOI and NOT, are included on the following pages. After award of the project and execution of the NOI and certifications, copies of these documents will be bound together in the executed contract documents. Two copies of the contract documents that contain the SWPPP will be provided to the Contractor and one copy must be kept on-site of the construction activities at all times. The City of Corpus Christi has adopted Ordinance #22941 to implement a program to reduce the discharge of pollutants and the Contractor shall comply with all applicable provisions of said ordinance. 1E20.3 STORM WATER POLLUTION PREVENTION PLAN: 1E20.3.1 Site Description: a. The nature of the project is to reconstruct the existing Kostoryz street section between Brawner Parkway and S. Staples Street. b. Project Location: Latitude 27°44'57.85" Longitude 97°23'59.86" c. Owner: City of Corpus Christi d. Construction Contractor: e. Name of Receiving Waters: Corpus Christi Bay f. Site Map: The Storm Water Pollution Prevention Plan Site Map is located at the end of this section. g. Final site coefficient of runoff: C = 0.60 h. Quantity of runoff: Per City of Corpus Christi Master Plan runoff curves (5 year storm, 30 min. duration) Q = 1.5 cfs/ac. (1 lac. site) = 16.5 cfs (See Owner Certification) 1E20 Storm Water Pollution Prevention Page 2 of 9 1E20.3.2 Description of Controls: a. Stabilization Practices: (1) Stabilized construction entrances. (2) (3) (4) (5) (6) (7) (8) Silt fences Temporary seeding. Sprinkling for dust control. Mulching Sod stabilization vegetative buffer strips Protection of trees b. Structural Practices: (1) Earth dike (2) Inlet protection and outlet protection. (3) Storm sewer and curb and gutter. (4) Sediment traps (5) Check dams. 1E20.3.3 Other Controls: a. Waste Disposal: (1) Waste Materials: All waste materials will be collected and stored in a securely lidded metal Dumpster rented from a reputable disposal company licensed for solid waste disposal. The Dumpster will meet all local, State and Federal solid waste management regulations. All trash and construction debris from the site will be disposed in the Dumpster. The Dumpster will be emptied as necessary and the trash hauled to a permitted waste disposal site. No construction waste materials will be buried on site. All personnel will be instructed regarding the correct procedure for waste disposal. The Pollution Prevention Plan will be posted in the office trailer and the Construction Superintendent will be responsible for seeing that these procedures are followed. (2) Hazardous Waste: All hazardous waste materials will be disposed of in the manner as required by City, State or Federal regulations or by the materials manufacturer. All personnel will be instructed regarding the correct procedure for handling hazardous waste and the Construction Superintendent will be responsible for seeing that these procedures are followed. (3) Sanitary Waste: All sanitary waste will be collected from portable units as necessary and/or required by governing regulations. Collection will be by a licensed or permitted Disposal Company and the waste properly disposed of. 1E20.3.4 b. Offsite Vehicle Tracking: Stabilized construction entrances will be provided to help reduce vehicle tracking of sediments. The paved street adjacent to the site entrance will be swept daily to remove any excess mud, dirt or rock tracked from the site. Demonstration of Compliance with Federal, State and Local Regulations: This plan follows the outline provided to meet the requirements of Federal regulations concerning storm water management. The City of Corpus Christi has adopted Ordinance No. 22941 requiring Storm Water Quality Management Plans and Pollution Control Measures, Construction, Inspections and Soil Stabilization.. 1E20.3.5 Maintenance/Inspection Procedures: a. Erosion and Sediment Control Maintenance and Inspection Practices. (1) Temporary seeding. (2) Permanent seeding 1E20 Storm Water Pollution Prevention Page 3 of 9 (3) Sprinkling for dust control. (4) Mulching (5) Sod stabilization (6) Vegetative buffer strips (7) Protection of trees (8) Silt fence. (9) Inlet protection and outlet protection (10) Culverts (11) Earth dike (12) Storm sewer and curb and gutter (13) Stabilized construction entrances (14) Sediment traps (15) Check dams b. Erosion and Sediment Control Inspection and Maintenance Practices: These are the inspection and maintenance practices that will be used to maintain erosion and sediment controls. (1) Where possible, the site work will be performed in phases leaving certain areas undisturbed as the work progresses. (2) All control measures will be inspected at least once each week and following any storm event of 0.5 inches or greater. (3) All measures will be maintained in good working order; if a repair is necessary, it will be initiated within 24 hours of report. (4) Built up sediment will be removed from silt fence when it has reached one-third the height of the fence. (5) Silt fence will be inspected for depth of sediment, tears, to see if the fabric is securely attached to the fence posts, and to see that the fence posts are firmly in the ground. (6) Earthen dikes, sediment traps and check dams will be inspected to verify they are functioning as originally constructed. (7) Temporary and permanent seeding, planting, mulching, sod stabilization and vegetative buffer strips will be inspected for bare spots, washouts and healthy growth. (8) A maintenance inspection report will be made after each inspection. A copy of the report form to be completed by the inspector is shown at the back of this Subsection. (9) The Construction Superintendent will select one individual who will be responsible for inspections, maintenance and repair activities, and filling out the inspection and maintenance report. (10) Personnel selected for inspection and maintenance responsibilities will receive training from the Construction Superintendent. They will be trained in all the inspection and maintenance practices necessary for keeping the erosion and sediment controls used on site in good working order. (11) Inspection report with certification for compliance should be retained for at least three years. 1E20.3.6 Inventory For Pollution Prevention Plan: The materials or substances listed below are expected to be present onsite during construction: a. Lumber b. PVC pipe c. Ductile iron Pipe d. Steel pipe and products e. Aluminum products f. Fiberglass products g. Concrete and masonry materials h. Vinyl flooring material i. Mineral fiber ceiling material j. Polyethylene products 1E20 Storm Water Pollution Prevention Page 4 of 9 1E20.3.7 k. Petroleum and asphalt products 1. Paint m. Fertilizer n. Herbicides Management Practice To Prevent Spills: a. General Material Management Practices: The following are the material management practices that will be used to reduce the risk of spills or other accidental exposure of materials and substances to storm water runoff. The following good housekeeping practices will be followed onsite during the construction project. (1) An effort will be made to store only enough product required to do the job. (2) All materials stored onsite will be stored in a neat, orderly manner in their appropriate containers and, if possible, under a roof or other enclosure. (3) Products will be kept in their original containers with the original manufacturer's label. (4) Substances will not be mixed with one another unless recommended by the manufacturer. (5) Whenever possible, all of a product will be used up before disposing of the container. (6) Manufacturers' recommendations for proper use and disposal will be followed. (7) The site superintendent will inspect daily to ensure proper use and disposal of materials onsite. b. Hazardous Products Management Practices: These practices are used to reduce the risks associated with hazardous materials. (1) Products will be kept in original containers unless they are not resealable. (2) Original labels and material safety data will be retained; they contain important product information. (3) If surplus product must be disposed of, manufacturers' or local and State recommended methods for proper disposal would be followed. c. Product Specific Practices The following product specific practices will be followed onsite. (1) Petroleum Product: All onsite vehicles will be monitored for leaks and receive regular preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers, which are clearly labeled. Any asphalt substances used onsite will be applied according to the manufacturer's recommendations. (2) Fertilizers: Fertilizers used will be applied only in the minimum amounts recommended by the manufacturer. Once applied, fertilizer will be worked in the soil to limit exposure to storm water. Storage will be in a covered shed. The contents of any partially used bags of fertilizer will be transferred to a sealable plastic bin to avoid spills. (3) Herbicides: Herbicides used will be applied only in the minimum amounts recommended by the manufacturer. Applications shall be accomplished only at times when wind will not cause over spray. Storage will be in a covered shed. Partially used containers of herbicides will be tightly resealed. (4) Paints: All containers will be tightly sealed and stored when not required for use. Excess paint will not be discharged to the storm sewer system but will be properly disposed of according to manufacturer's instructions or State and local regulations. (5) Concrete Trucks: Concrete trucks will wash out or discharge surplus concrete or drum wash water only in specific areas selected and maintained by the Contractor. The Contractor will remove this waste material at the completion of the project. 1E20 Storm Water Pollution Prevention Page 5 of 9 1E20.3.8 Spill Prevention And Cleanup: In addition to the management practices discussed in the previous sections of this plan, the following practices will be followed for spill prevention and cleanup: a. Manufacturers' recommended methods for spill cleanup will be clearly posted and site personnel will be made aware of the procedures and location of the information and cleanup supplies. b. Materials and equipment necessary for spill cleanup will be kept in the material storage area onsite. Equipment and materials will include but not be limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for this purpose. c. All spills will be cleaned up immediately after discovery. d. The spill area will be kept well ventilated and personnel will wear appropriate protective clothing to prevent injury from contact with a hazardous substance. e. Spills of toxic or hazardous material will be reported to the appropriate State or local government agency, regardless of the size. f. The spill prevention plan will be adjusted to include measures to prevent this type of spill from reoccurring and how to clean up the spill if there is another one. A description of the spill, what caused it, and the cleanup measures will also be included. g. The Construction Superintendent responsible for the day-to-day site operations will be the spill prevention and cleanup coordinator. He will designate at least one other site personnel who will receive spill prevention and cleanup training; this individual will become responsible for a particular phase of prevention and cleanup. The names of responsible spill personnel will be posted in the material storage area and in the office trailer onsite. 1E20 Storm Water Pollution Prevention Page 6 of 9 STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT CHANGES REQUIRED TO THE POLLUTION PREVENTION PLAN: REASONS FOR CHANGES: INSPECTORS SIGNATURE: DATE: 1E20 Storm Water Pollution Prevention Page 7 of 9 OWNER CERTIFICATION I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Date: Signed: CONTRACTOR'S CERTIFICATION I certify under penalty of law that I understand the terms and conditions of the general Texas Pollutant Discharge Elimination System (TPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. SIGNATURE: COMPANY ACTIVITY RESPONSIBLE FOR: Date: Date: Date: Date: Date: Date: 1E20 Storm Water Pollution Prevention Page 8 of 9 DATE: STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT STRUCTURAL CONTROLS SILT FENCE: INSPECTORS INITIALS: IS THE BOTTOM OF THE FABRIC STILL BURIED? IS THE FABRIC TORN OR SAGGING? ARE THE POSTS TIPPED OVER? HOW DEEP IS THE SEDIMENT? MAINTENANCE REQUIRED FOR SILT FENCE: TO BE PERFORMED BY: ON OR BEFORE: Note: Inspections and reports to be performed at least once each week and following any storm event of inch or greater. 1E20 Storm Water Pollution Prevention Page 9 of 9 , l' l', , , „ 1 I CZ 1 di 4). . . I I; I I 1 I I i , , ; UC JOB NO 4,60000 NO SEAL PER RE-Ora:TONS ....„„p „ c,--1*FLy.or, ------- ---------irko- $i ......... ,... 1 . 1 IC URBAN ENGINEERING ii q V,g 'T 0 f" 0MENNNENNENNENNINNENNEMEMr A4a - CM -4- . x• e_r_2_11.5.. i / _ I _ THE RECEPANG MTER FOR THE STORMS., ER RUNOFF FROM .15 PROPERTY 15 THE CORPUS CHRISTI BAY J PIFND PLAN VIEW 3---e-° ME 2 2770-112%,E,g',11MMIT41312=1,1TATE4 I i 1- i TOE° HAS CLASSIFIED THE AQUATIC IFE ESE FOR ME CORPUS CHRIST BAY 0.5 OXEPTIQM,AND GRAPHIC SCALE r,,,,21""`"' "'"'"'""E I I I I I 1 I I ,- -i, , , , , _L _L _I L , 1.1 I 1 DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (1) .. _____ • I I , I1 I " : ...,._ I U.1 ...FIG] ch AN iaL ammii, I:. I I VI 1 / \ . , , , , 0 1 I 1 1 IF_ ,600 00 NO 9E PER EAE Q If URBAN l� ENGINEERING sad a pg es 9m a Lill; L, y.r ' 11 }00 , q , 1 . 1 i. 1 I. T al I1 , PLAN-T. VIEW 1 1 __,....e to LEGEND: urxva[xr PRECISE NEEDED —ao 1 1 DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (2) 1 re I I6 , Ii Is , I' �6 I 1 Ar 7i 1 ,�T "f j 1 1 / l 1 I I I I, U.C. Joe Ma. 4 ,6..00.0O NO SEAL PER amLI�nnoms _° o If URBAN l� ENGINEERING =8 $5 ism CC� 1 I-00� � I 1 I 1 I LEGEND: PLAN VIE. g0. 1,0•ti® � I �I LIM- :® DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (3) 1 1 ,,�\CC11 1 1 1 1 T 1 r T r ISI 1 Ir‘ _ — 1 OB a >z�s0000 Z0.3 aS°°�,�0�5 1 1 0 1 1 o n If URBAN l� ENGINEERING F. ;gym 1 L®� eq 111 5 [IS. 1 I '°° ° ° Ir -gym--- ° 1 ! I Nn PLAN VIEW -0 =-------------------J--- ` IA 1 - - L � I - - ------ -- -- -- - -- -- -- -` -- -- -- 1 10 DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (4) 1 MEM. Fr 1 I _77I o 1 J-=-,�, 1 ��•. o If URBAN l� ENGINEERING gas gi n._ - 11 Ep Icy) 1 11 Z-, AtV_ - L 4-1 3,-23=i= �✓ �/ 0 i i 30 20 10 \ , r sal 10 r 0 90 DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (5) LEGEND: PLAN,VIEW a -o PsoPE uorvc I,4 BT fs,,N a4„,= POSTSrErvT�rvei NI 11 ,. rErvcE A w, n, 7rv,o ,HE ,reE„,. T�L,Ere TABre�B w PEBmewry s. e '19'12 FILTER wEEIECIa 'AS" Eon Z7re�<<rereFILTER } w r om p 1/ GENERAL NOTES FOIIIPMFNT UNNTFNANC.F AND REPAIR. i CNNRNUAION U Joe NO azneoo.ao TOPSOLUNG: NO SEAL PER orvs ePEPA' owA.�uEDDS. wresAENDI EINE ` PROTECTION OF TREFSceMAreAc,ore n5 ryCNEEEAAreE.E. Hw�L EreowBEB B. 1 11 I IT ALEE o E' aPE v EBEEE ValE MIcB• ,resrvcHEo �BX/ry FILTER FABRIC MpEmoc OW WO �B EVEP. e E,. WIRE Srreuc11"E GENERAL NXTL SHAM BE FENCED Es DUST CONTROI •• Tx�s E re If URBAN l� ENGINEERING '� e _a R G^ ecA HA iii Arvo ,Lk: ,reAEE�o EAEE,r. re6 HEn<TH A" PosoL eE L�Bu�B wAE,Es EIViEre Bus, FAry BE OR EB BLow�rve N+o ,ono BP xAEAPBeus rvA,EP�ALs. BEres EBOH As A BureAEOL. _ AoxEsivEs ary umsreeL soils wHEry rvo, ussB av I FTC'- STORAGE Tv ron r.rnONAMATERIN S CHEMICAI '� WATERNKLING E.!FRI.,. BLIES of ws. ore suture ,.wErews. POLwiarv_ are TE ": EETRFEEr xnu E FAZE ETEOP WASHING CEAREAS: (f .1q. irvOa ,awcu "Freie GENERA, NW& BE v,Acm iry A reaw wnx Ervos ,iaxnv ABu�nrvB ,xE AaACErv� 2. THE FABRIC COVER AND SKIRT SHALL BE A CONTINUO. WRAPPING OF FILTERE SHALL BE CON. . EXTENSION of THE FABRIC ON THETRANSDSFSETXDSOT UPSTREAM SIM A,EreiAL A BARRIER AND SKIRT SLALL BE SEC.. ANDPORED IN PLACE USINC 6 IN. WIRE ea,H Eocss are srw:Eo usmc is irvcH ev s/e ory EACH SBE. reuc�ureE SHAu BE B irveH Br B weH Li MESH. 17;Hss TRIANGULAR FILTER FABRIC HERD uµuEre ,o nvowo/oa o, s xicEo/awx�nurewus LiauiBs nreE ,a BE aPErv[o u ,7NSEEu n _ c vzaE sureaws carvereE E ore Preunn AND STORED. B/oy uAuaoosmv[ ¢evmH 1 VLODEN WIRD FENCE 10 BE FASTENED SECURE.. FENCE 2 FILTER CLOTH TO BD FASTENED SECURE. TO WOVEN E x s , ,H , EaLosB. REINFORCED FILTER FABRIC s,n=E µB reEcua,�rervs. Irvc areon Lori xE DNEBreZE ANB UaANUP =uPPUEs. HE LreareE ,HE aEnNEB �L..TED ANDDa. SarrAC.Sall/SP1EIDEAKTRIMENaraa7NaEaSa' 'w,NSH mrv,urvcres `°. BARRIER FENCE BARRIER FENCE D i's , "se's" sEEc�T�N.LL. TAre,H�s ENreEAEE. nNI ��T Bre�c Ne ENE' A 7 LE 1— A •POLLUTIONPRMENTIONLIE.RESARESHOWN REINFORCED n-eA �N<xABre�c A ,EP EBrvreEA,NAE ss,ENs. E,L. SMB smF r+BrvrevA SAND' ID DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN - DETAILS SUGGEST. AND eRE P.M TO BE FIT TO T. SEEE . CONSTRUCT. o POLLUTION E INCONFORMANCEMANCE W. GUIDELINES T BY THE NT ST A. .1112. .... nen 5 5 TYPICAL PROTECTION FOR INLET ON SUMP e A ROEL c xcaLTu aEcuu�iorvs oreuEres iry Acoaga wnH SECTION A—A PLAN INLET & MANHOLE PROTECTION BARRIER Edge ar PovemeH, IeIL PESTICIDE& NE GEOLL BE aaNDEgESETZ LNSPFCIFIC'ATIONSLE us oa rvEAa rLowirvc cano[ CRUSHED STONE + �. P OFILE ri,Ere rrerec STARII I FN CON5TRIIC,TITIN FNTRANC.F µ,ww Bua s�wrtB z ',MTV° A. ire a rvLE, ,a° Preiv�ir°n Ell,III ,low SPH»ay. -Hag AeA n s P TYPICAL PROTECTION FOR INLET ON GRADE Sa }T T ER FARR ,Hc EI,E,t Fnarec sH sPEcrcc orvs sxuL uEPi, iHiE Ero vreaceoureE B-�BBrz. 'ry nccareonrvcE wnx nnu ,Es "aPu iry n¢oreonrvcE 'H',"B LEVE oawwc szE suou ee eE,wEErvEnEo 'NMM� n,,N�' HOL i F ■: n w :�. T'K NN N NNN BALE ^ A'rurvTHar NO SCALE A OLEAN ME SEDINENT AND DEBRIS THAT .CULAILLATES IN MEC. DURING CONSTRUCT. 2. SEE SPECIFICATION 1E20 F. ADDERONAE REOUIRENENTS OE THE POLL.ION 6.6.1. P.N. ,r avn uuuss ArtrmiES oreE xxmuLm,o reauuE ow e[ P[xroaum vmwu x� orvs. , STOP. TE Dow 5, rvoi aAAi roar �� Oreo: wn g H,: aye n xnoH, m�,. raor�� INLET PROTECTION DETAILS �,E/s ET 9ws on�Ere�.irv�oAer ASTu ,m reacEoureE o-rrei. m o_ corvsreu�iorv. P"re"BLE ,o ,HE ,anicsuso ouren,iary of PUN SECTION A-A STRAW RN E IN, FT & MANHOI E PROTFtTON BARRIER INLET & MANHOLE PROTECTION BARRIERS Construction General Permit TPDES General Permit TXR150000 Attachment 4 LARGE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 "PRIMARY OPERA TOR " NOTICE This notice applies to construction sites operating under Part II.E.3. of the TPDES General Permit Number TXR150000 for discharges of storm water runoff from construction sites equal to or greater than five acres, including the larger common plan of development. The information on this notice is required in Part III.E2. of the general permit. This notice shall be posted along with a copy of the signed Notice of Intent (NOI), as applicable. Additional information regarding the TCEQ storm water permit program may be found on the interne at: http://www.tceq.state.tx.us/nav/permits/sw permits .html Page 50 Site -Specific TPDES Authorization Number: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site's location, and estimated start date and projected end date, or date that disturbed soils will be stabilized. Location of Storm Water Pollution Prevention Plan: Page 50 Construction General Permit TPDES General Permit TXR150000 Attachment 3 LARGE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 "SECONDARY OPERATOR" NOTICE This notice applies to secondary operators of construction sites operating under Part II.E.3. of the TPDES General Permit Number TXR150000 for discharges of storm water runoff from construction sites equal to or greater than five acres, including the larger common plan of development. The information on this notice is required in Part III.E.2. of the general permit. Additional information regarding the TCEQ storm water permit program may be found on the internet at: http://www.tceq.state.tx.us/nav/permits/sw permits.html For Large Construction Activities Authorized Under Part II.E.3. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.E.2. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 49 Date Notice Removed MS4 operator notified per Part II.F.3. Site -Specific TPDES Authorization Number: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site's location, and estimated start date and projected end date, or date that disturbed soils will be stabilized. Location of Storm Water Pollution Prevention Plan (SWP3): For Large Construction Activities Authorized Under Part II.E.3. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.E.2. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 49 Date Notice Removed MS4 operator notified per Part II.F.3. DIVISION 2 - SITE WORK SECTION 2A - CLEARING OF SITE 2A1[21 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES, CONCRETE, FOUNDATIONS AND UTILITIES 2A1.1 SCOPE: This specification shall govern for all work necessary to remove and dispose of existing concrete pile/pier foundations and slabs, sidewalks, structures, sewer and utility service lines. 2A1.2 GENERAL: The Contractor shall remove, haul off and dispose of existing structures as specified. 2A1.3 REQUISITIONS: All construction shall conform to Standard Building Code and City Ordinances for demolition of structures, safety of adjacent structures, dust control and disposal as well as all Federal, State, and Local hauling and disposal regulations. Contractor shall obtain required permits from authorities and notify affected utility companies before starting work and comply with their requirements. 2A1.4 General: The Contractor shall completely remove existing obstructions which are to be abandoned to a depth of 36 inches below finished grade. Structures falling within the street shall be removed. Any remaining cavity shall be completely filled with select fill material. 2A1.5 UTILITIES TO BE REMOVED: 2A1.5.1 Utility Services: Disconnections of any active utility services and related meters and equipment are the responsibility of the Contractor. 2A1.5.2 Utilities and Related Equipment: Remove all existing utilities uncovered by work and power and light poles and terminate in a manner conforming to the nationally recognized code covering the specific utility. Remove meters and related equipment and deliver to a location in accordance with instructions of the utility company. 2A1.5.3 Explosives: Use of explosives will not be permitted. 2A1.5.4 Burning: Burning will not be permitted. 2A1.6 DISPOSAL: Burial of debris shall not be allowed. The Contractor shall haul off and dispose of all demolished items and dispose of in a legal manner. 2A1.6.1 Piers/Foundations: The Contractor shall completely remove and haul off existing concrete foundation piers that may be uncovered in the area and fill excavations with 1500 psi material or stabilized caliche. 2A1.6.2 Pipes or Utilities: All lines, pipes and utilities less than 12 inches in diameter may be abandoned in place provided they are at least 24 inches below existing grade in sitework areas. All pipes, utilities, etc., abandoned in place shall be plugged or capped per City Code and the appropriate utility and University notified to insure that the service is terminated. 2A1 Demolition and Removal of Existing Structures Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2A - CLEARING OF SITE 2A3[11 CLEARING, GRUBBING AND STRIPPING 2A3.1 SCOPE: This specification shall govern for all work necessary to complete the clearing, grubbing and stripping as indicated by the drawings and as specified herein and shall include removing and disposing of all trees, stumps, brush, roots, logs, vegetation, rubbish and other objectionable matter from the project area. 2A3.2 CONSTRUCTION METHODS: 2A3.2.1 Clearing: Clear the project site of all trees, stumps, brush, roots, logs, vegetation, rubbish, and objectionable material. 2A3.2.2 Grubbing: Grub all stumps and roots to a depth of two and one half feet below natural ground. 2A3.2.3 Stripping: Stripping all area, which underlie compacted fill, of all humus, vegetation or other unsuitable materials encountered within the top 6 inches of soil. 2A3.2.4 Disposal: Remove all materials from the clearing, grubbing, and stripping operation from the site when no disposal area is shown on the drawings, Burning will be allowed when not in violation with local ordinances; however, Contractor shall be held responsible for any fires or accidents resulting from this operation. 2A3 Clearing, Grubbing & Stripping Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2A - CLEARING OF SITE 2A4[11 REMOVING EXISTING CONCRETE AND STRUCTURES 2A4.1 SCOPE: This specification shall govern for all work necessary to remove and dispose of existing concrete and structures as required to complete the project. 2A4.2 MATERIAL: Concrete, masonry, broken pipe and other existing structures required to be removed because of new construction shall become the property of the Contractor. 2A4.3 CONSTRUCTION METHODS: 2A4.3.1 General: The Contractor shall completely remove existing structures which are to be abandoned to a depth of 24 inches below finished grade. Any remaining cavity shall be completely filled with 1,500 psi concrete (see Subsection 3C1) or caliche stabilized with Portland cement (two sacks cement per cubic yard of caliche - in place measure). 2A4.3.2 Culvert and Storm Sewer Pipe: The Contractor shall carefully remove all newly abandoned culvert and storm sewer pipe. Removed pipe shall be property of the Contractor. 2A4 Removing Existing Conc. and Struct. Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2B - EARTHWORK 2B1[1] SITE GRADING 2B1.1 SCOPE: This specification shall govern for all work necessary to accomplish shaping and grading indicated on the drawings and specified herein and shall include maintaining surface drainage during construction, finish grading and all phases of the cleanup operation. 2B1.2 GENERAL: The Contractor shall uniformly grade the entire project site to provide a pleasing appearance. 2B1.3 CONSTRUCTION METHODS: 2B1.3.1 Finishing Slopes and Surfaces: The Contractor shall shape and grade the project site to conform to the proposed grade and/or sections shown on the drawings, and as directed by the Engineer. In any case, the Contractor shall grade the site to provide positive drainage away from buildings and towards roads and drainage facilities. The finished appearance shall be reasonably smooth and even (abrupt changes in slope shall not be used). The degree of finish for grading slopes shall be that ordinarily obtainable from either blade -grader operations, or by hand -shovel operations, as the Contractor may elect, subject to the approval of the Engineer. Adjust any existing or new valve boxes, manhole rims, etc. to new fmal grades and pour concrete pads as shown in details provided in drawings. 2B1.3.2 Clean -Up: The Contractor shall keep the site and structures free from accumulations of waste materials, debris, etc. caused by the work or his employees. Upon completion of the project and before requesting final inspection, the site and his work shall be "broom clean" or its equivalent. 2B 1 Site Grading Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2B - EARTHWORK 2B3[11 PIPE TRENCH EXCAVATION AND BACKFILL 2B3.1 SCOPE: This specification shall govern for all work necessary to accomplish the pipe trench excavation for all piping required to complete the project. 2B3.2 MATERIAL: Trench excavation shall include all material encountered including dirt, asphalt, base material, concrete, masonry, rock, trees, stumps and roots. Trench excavation will not be measured. 2B3.3 TRENCHES EXCEEDING 5 FEET IN DEPTH: 2B3.3.1 Trench Excavation Safety: The Contractor's trench excavation safety procedures shall, in all respects, meet the current standards established by the U. S. Department of Labor, Occupational Safety and Health Administration (OSHA) on excavation, trenching and shoring. 2B3.3.2 Responsibility: Contractor has the sole and exclusive responsibility for the sufficiency of the trench excavation safety systems utilized. The Contractor shall specifically agree that neither the Owner nor the Engineer has such responsibility, and Contractor will not rely on the Owner or the Engineer or any of their representatives for inspection, design, supervision, construction or any other aspect of trench excavation safety protection. Contractor shall fully indemnify, safe and hold harmless Owner and Engineer, their employees and agents (hereinafter the Indemnities) against any and all liability, damage, loss, claims, demands and actions of any nature whatsoever on account of personal injuries (including, without limitation on the foregoing, workers' compensation and death claims), or property loss or damage of any kind whatsoever, which arise out of or are in any manner connected with, or are claimed to arise out of or be in any way connected with, the negligence of the Contractor in the inspection, design, engineering, supervision, construction, safety devices or other activity connected with the trench excavation safety protection under this Agreement. Contractor shall, at his own expense, investigate all such claims and demands, attend to their settlement or other disposition, defend all actions based thereon and pay all charges of attorneys and all other costs and expenses of any kind arising from any such liability, damage, loss, claims demands, and actions. 2B3.4 TRENCHES 5 FEET OR LESS IN DEPTH: The Contractor shall maintain vertical sides of the trench. The minimum and maximum width of trench is set out on the Drawings. 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, trees, etc. The Contractor shall be responsible for the design and adequacy of all shoring, bracing and sheeting. The Contractor shall remove shoring, bracing and sheeting, as the excavation is backfilled, in such a manner as to prevent injurious caving. 2B3.5 CONSTRUCTION METHODS: 2B3.5.1 General: The Contractor shall schedule the excavation of pipe trenches at such times and in such sequence as to present the least interference with other items of the work and the operation of the existing facilities. The Contractor shall pile excavated material in a manner that will not endanger the work, and will avoid obstructing sidewalks and driveways. Gutters shall be kept clear. 2B3 Pipe Trench Excavation Page 1 of 4 2B3.5.2 Unauthorized Over -excavation: If the Contractor should excavate below the proposed trench grade (without authorization of the Engineer) the Contractor shall correct the grade by filling in with sand and tamping thoroughly as directed by the Engineer. 2B3.5.3 Trees, Stumps or Roots: Where trees, stumps or roots are encountered, they shall be removed and disposed of by the Contractor. Roots shall be cut off flush with the sides of the trench. 2B3.5.4 Rocks, Boulders, Existing Structures, etc.: Where rocks, boulders, existing structures or other unsuitable soil conditions are encountered, they shall be removed by the Contractor to a depth of 12 inches below the grade line for the full width of the trench and refilled with sand and tamped thoroughly as directed by the Engineer. 2B3.5.5 Maintenance of Flow in Sewers and Drains: The Contractor shall make adequate provision for maintaining the flow of sewers and drains encountered during construction. 2B3.5.6 Dewatering: The Contractor shall keep the pipe trench free from water by use of bailing, pumping, well points or any combination as the particular situation may warrant. It is the intent of these specifications to install pipe on a firm dry bed. All dewatering methods and procedures are subject to the approval of the Engineer. The cessation of the dewatering operation will be accomplished during a sufficient period of time to insure that there is no displacement of the pipe due to unequal hydrostatic pressure. 2B3.5.7 Unstable Trench Bottom: When the soil encountered at the established bedding grade is a quicksand, muck or similar unsuitable material, the Contractor shall proceed as follows: All unstable soil shall be removed to a depth of 2 feet below bottom of pipe for pipe 2 feet or more in diameter, and to a depth equal to the diameter of pipe for pipe less than 2 feet in diameter. 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 tamping as required to provide a stable foundation for the structure. Soil which is considered to be of sufficient stability to sustain properly the adjacent sections of the roadway embankment will be considered a suitable foundation material for the pipe. 2B3.5.8 Unyielding Trench Bottom: When the soil encountered at the established bedding grade is ledge rock, rocky or gravelly soil, hard pan or other unyielding material, such materials shall be removed prior to bedding the pipe. These materials shall be excavated for a minimum of 6 inches below the bottom of the pipe and shall be replaced with sand. 2B3.5.9 Shaping Trench Bottom: The bottom of the trench shall be shaped to support the bottom quadrant uniformly and for its entire length. Provide bell holes for couplings. The pipe shall be bedded in a foundation of stable material accurately shaped to fit the lower part of the pipe exterior. 2B3 Pipe Trench Excavation Page 2 of 4 2B3.5.10 2B3.5.11 2B3.5.12 Sand For Encasement, Embedment And/Or Haunching: When the drawings require sand for encasement, haunching and/or embedment, the material shall be screened, free of foreign material and be a finely divided sand as follows: Sand Specifications: Passing 7/8" Sieve: 100% by weight Passing No. 4 Sieve- 80% by weight Clay Lumps not to Exceed: 20% by weight Plasticity Index- NP -10 max. Crushed Stone For Haunching And/Or Embedment: When the drawings require crushed stone for haunching and/or embedment, the material used shall be angular crushed stone, in the general size range of 3/4" to 1/16" which has good stability. Crushed stone shall be graded in accordance with Size #67 or #68 of AASHO M 43, ASTM D 448. Concrete Embedment: When concrete embedment is required on the drawings, the concrete shall conform to Section 3C1 "Normal Weight Aggregate Concrete". Concrete embedment shall be allowed to cure for at least 24 hours before placing initial backfill and at least 48 hours before placing final backfill unless approved otherwise by the Engineer. 2B3.5.13 Backfill Material: 2B3.5.14 a. General: Unless shown otherwise on the drawings, suitable material chosen from the excavation shall be used for backfill. The material chosen shall be free of large lumps, or clods, which will not readily break down under compaction. Backfill material shall be free of vegetation or other extraneous material. Material will be subject to approval by the Engineer. In areas not under existing or proposed pavement, the last 6 inches of backfill shall be topsoil. b. Select Backfill Material: When "select" backfill material is shown on the drawings, it shall be granular in nature, free of large clods, and have a plasticity index (P.I.) of less than 15. Initial Backfill: Initial backfill is defined as that backfill from the bottom of the trench (or from the top of the haunching when shown on the drawings) to 1 foot above the top of the pipe. The Contractor shall place initial backfill in maximum 8 -inch layers (loose measure) and mechanically compact it to a density between 90% and 95% of the maximum density as determined by ASTM D-698 with a moisture content near optimum. Backfill below the top of the pipe shall be placed and compacted along the sides of the pipe equally to prevent strain on or displacement of the pipe. 2B3.5.15 Final Backfill: a. General: Final backfill is defined as that backfill from 1 foot above the top of the pipe to finished subgrade or ground line. See the drawings for locations where final backfill is mechanically tamped or water tamped. b. Mechanically Tamped: The Contractor shall place final backfill in maximum 8 -inch layers (loose measure) and mechanically compact it to a density between 90% and 95% of the maximum density ASTM D- 698 with a moisture content near optimum. 2B3 Pipe Trench Excavation Page 3 of 4 2B3.5.16 c. Water Tamped: The Contractor shall place final backfill to a level of 18 inches below the surface of the ground. Backfill will be consolidated by jetting. When jetting, selected excavated material shall be placed in layers of not more than 6 to 8 feet in depth and jetted until all settlement ceases. Water jets shall be long enough to reach through the material being tamped. It is the intent of these specifications that water tamping shall continue until all cavities have been eliminated and the material is completely consolidated. After the jetting is completed to the satisfaction of the Engineer, the remaining 18 inches shall be placed in two equal layers and mechanically tamped to at least 90% Standard Proctor Density ASTM D-698. Excess and Unsuitable Material: All excess and/or unsuitable excavated material shall be loaded and hauled from the project site by the Contractor. 2B3 Pipe Trench Excavation Page 4 of 4 DIVISION 2 - SITE WORK SECTION 2B - EARTHWORK 2B5[31 STREET EXCAVATION AND BACKFILL 2B5.1 SCOPE: This specification shall govern for all work necessary to accomplish the street excavation, subgrade preparation and backfill required to complete the project. 2B5.2 GENERAL: Comprehensive item for excavation and earthwork for all classes of material within total street area. Construct, shape, and fmish all earthwork to specified line and grade. 2B5.3 CONSTRUCTION METHODS: 2B5.3.1 Stripping and Excavation: a. Strip top 6" in all areas to underlie compacted fill, curbs, base or pavement, by removing all humus, vegetation, other unsuitable materials. b. Remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving and structures within graded area which interfere with new construction or finished grade. c. Dispose of silt, muck, organic materials and debris. Do not use in project. 2B5.3.2 Subgrade Preparation: a. Cut or build embankment in compacted layers, finish to specified line and grade. b. The base material and compacted subgrade in the street pavement shall extend two (2') foot beyond the curb and gutter on all sections. c. Provide a 12 -inch section of compacted raw subgrade to 95% Standard Proctor Density. d. Correct irregularities exceeding 1/2" shown by 16' straightedge or template. e. Maintain moisture and density until covered by base. f. Dig out soft or wet areas found at any time, replace with suitable material, recompact (especially utility trenches). 2B5.3.3 Curb Backfill and Top Soil: a. Compact earth behind curbs without delay after curb completion. b. Top 3" (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finished earth grade shall be top soil excavated at the site. No excessive clods. 2B5.3.4 Excess and Unsuitable Material: All excess and/or unsuitable excavated material shall be loaded and hauled to the disposal area shown on the drawings. 2B5 Street Excay. & Backfill Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2B - EARTHWORK 2B8[31 COMPACTED SUBGRADE 2B8.1 SCOPE: This specification shall govern for all work necessary to provide the compacted subgrade when required by the drawings. 2B8.2 MATERIAL: 2B8.2.1 Water: Water shall be clean and free from injurious amounts of oil, acid, salt, alkali, organic matter and other substances deleterious to the lime or lime -base mixture. 2B8.3 EQUIPMENT: 2B8.3.1 General: Any combination of equipment may be used that will produce a uniform subgrade mixture, free from loose or segregated areas and of uniform density and moisture. 2B8.3.2 Tamping Rollers: Tamping rollers, sheeps foot type, shall consist of one or more units. Each unit shall consist of watertight cylindrical drum not less than 60 -inches in length, surrounded by metal studs with tamping feet projecting not less than 7 -inches from the surface of the drum and spaced not less than 6 -inches nor more than 10 -inches apart, measured diagonally from center to center. The tamping feet shall be an approved type suitable for compacting subgrade courses. Each unit shall be equipped with a suitable device for cleaning the tamping feet. The rolling units of multiple -type tamping rollers shall be pivoted on the main frame in a manner that will permit the units to adapt themselves to uneven ground surface and to rotate independently. When fully loaded, the rollers shall produce a pressure of at least 750 pounds per square inch on the combined areas of the tamping feet in contact with the ground. 2B8.3.3 Three -Wheel General Purpose Rollers: Shall be self propelled, weighing not less than 10 tons and having a minimum compression of 300 pounds per inch width of rear wheel. The wheels of the rollers shall be equipped with adjustable scrapers. 2B8.3.4 Pneumatic -Tired Rollers: Shall be single or double axle vibrating or non -inflated type, equipped with tires of equal size and diameter, uniformly inflated, so that the air pressure of the several tires shall not vary more than 5 pounds per square inch. Rollers may be self-propelled or towed by a suitably powered unit. The self- propelled roller, or the power unit and towed roller shall be considered a pneumatic -tired roller unit. a. Light Pneumatic -Tired Rollers shall have two axles on which are mounted not less than 9 pneumatic -tired wheels in such a manner that the rear group of tires will not follow in the tracks of the forward group. The axles shall be mounted in a rigid frame provided with a loading platform or body suitable for ballast loading. The roller shall develop a compression of not less than 225 pounds per inch width of the tire tread and shall be capable of being unloaded to loads up to 300 pounds per inch of nominal tire width. The rollers shall be weighed as directed. b. Heavy Pneumatic -Tired Rollers shall be of the vibratory or non -vibratory type with a minimum loading of 25,000 pounds per tire. The tires shall be suitable for inflation to not less than 90 p.s.i. The loading shall be distributed equally to all wheels. 2B8 Compacted Subgrade Page 1 of 2 2B8.3.5 Tractors: Tractors shall be of the type suitable for compaction. 2B8.3.6 Blade Graders: Blade graders shall have a wheelbase of not less than 15 feet and a blade of not less than 10 feet and shall be self-propelled. 2B8.3.7 Scarifiers: Scarifiers shall have two rows and the teeth in each row shall not be more than 8 -inches apart. The rows of teeth shall be staggered so that the teeth furrows will not be more than 4 -inches apart. 2B8.4 CONSTRUCTION METHODS: 2B8.4.1 General: Un -compacted subgrade mixtures that is wet by rain so that the average moisture content at the time of compaction exceeds the tolerance specified, shall be dried by aeration or other approved methods until the moisture content within the specified limits is obtained. 2H8.4.2 Compaction: Compaction shall be in layers (6" maximum -loose measure) to the uniform density as shown on the drawings The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom ad shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material cannot be compacted in one operation, material shall be bladed to a windrow just beyond the area to be compacted and the next layer compacted as previously specified. After compaction and shaping the surface shall be kept wet until the paving is applied to seal the subgrade. 2B8.4.3 Allowable Tolerances: a. Surface Test: After the subgrade is completely compacted to required density, the surface shall be tested for smoothness and accuracy of grade as herein above set out. If any portions are found to lack required smoothness or failing accuracy of grade or crown, such portions shall be scarified, reshaped, recompacted and otherwise manipulated until the required smoothness and accuracy is obtained. These tests shall be made by the Contractor under the supervision of the Engineer. b. Density: Field density tests will be taken in accordance with the provisions as set out in the plans and specifications. 2B8 Compacted Subgrade Page 2 of 2 DIVISION 2- SITE WORK SECTION 2B - EARTHWORK 2B10[11 COMPACTED EMBANKMENT 2B10.1 SCOPE: This specification shall govern for all work necessary to place and compact all suitable materials obtained from street, storm sewer, channel and structural excavation for utilization in the construction of street or roadway embankments, dikes, levees, backfill of structures and retaining walls as required to complete the project. 2B10.2 MATERIAL: Material used for embankment shall be free from muck, trees, stumps, brush, roots, rubbish and in all ways be suitable for embankment. 2B10.3 CONSTRUCTION METHODS: 2B10.3.1 General: Prior to placing any embankment, the surface of the ground, including plowed, loosened ground, or surface roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods and where indicated on plans or required by the Engineer the ground surface thus prepared shall be compacted by sprinkling and rolling. Where indicated on plans or directed by the Engineer, the surface of hillsides to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 4 inches, or cut into steps before embankment materials are placed. The embankment shall then be placed in layers, as hereinafter specified, beginning at the low side in part width layers and increasing the widths as the embankment is raised. The materials which have been loosened shall be recompacted simultaneously with the embankment material placed at the same elevation. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbed slopes shall be plowed or scarified to a depth of not less than 4 inches and the embankment built up in successive layers, as hereinafter specified, to the level of the old roadbed shall before its height is increased. Then, if directed, the top of the old roadbed shall be scarified and recompacted with the next layer of the new embankment. The total depth of the scarified and added material shall not exceed the permissible depth of layer. Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment. Embankments shall be constructed to the grades shown on the drawings. After completion, it shall be continuously maintained at its finished section and grade until the project is accepted. Except as otherwise specified, earth embankments shall be constructed in successive layers for the full width of the cross section and in such lengths as are suited to the sprinlding and compaction methods utilized. Prior to compaction, the layers shall not exceed 6 inches in depth. Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading or other acceptable methods from piles of windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where non-uniform layers 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 broken and the embankment material mixed by blading, harrowing or similar methods to the end that a uniform material or uniform density is secured in each layer. Water required for sprinlding to bring the material to the moisture content necessary for maximum compaction shall be evenly applied, and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor may apply water at the material source. Such procedure shall be subject to the approval of the Engineer. Each layer of embankment shall be compacted by approved power drawn rollers to the density specified. All earth cuts, full width or part width cuts in side hill, which are not required to be excavated below subgrade elevation 2B 10 Compacted Embankment Page 1 of 2 2B10.3.2 for base and backfilled, shall be scarified to a uniform depth of at least 6" below grade, and the material shall be mixed and reshaped by blading and than sprinkled and rolled in accordance with the requirement outlined above for earth embankments and to the same density as that required for the adjacent embankment. Retaining Walls, Storm Sewers and Bridges: Embankments or backfill placed adjacent to and over pipes, culverts, retaining walls, storm sewers and bridges shall be of suitable material and shall be placed in successive layers approximately parallel to the finished grade. Special care shall be taken to prevent any wedging action against the structure. For such distances along embankments adjacent to structures where it is impractical to employ the compaction methods above specified, the embankment material shall be placed in layers not exceeding 6" depth of loose material, thoroughly mixed and wetted uniformly to the moisture content directed, and shall be compacted by approved methods, maintaining the required moisture content by additional sprinkling, if necessary, until each layer has been uniformly compacted to the density specified. Embankments placed around spill -through type abutments shall be constructed in 6" loose layers of uniform suitable material placed in such manner as to maintain approximately the same elevation on each side of the abutment, and all materials shall be mixed, wetted and compacted as specified above. 2B10.3.3 Density: For each layer of embankment, backfill and selected material, it is the intent of this specification to provide an apparent dry density of the minus 1/4 inch material of not less than 95 percent Standard Proctor Density as prescribed by A.A.S.H.O. Standard Method T-99, latest revision. It is also the intent of this specification that the sequence of work in constructing embankments or backfill shall be such that no compacted layer will be allowed to lose either the moisture or density specified. In case work on any partially completed embankment or backfill is suspended, the top 6 inches shall be brought to the moisture and density specified for subgrade, before placing the next layer of embankment or backfill. After each layer of earth embankment or select material is completed, tests as necessary will be made. See Section 1E7 of the Special Conditions. If the material fails to meet the density specified, it shall be reworked as necessary to obtain that density. The moisture content and density shall be maintained so as to pass the above compaction test until the base material is placed. 2B 10 Compacted Embankment Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2F - SITE DRAINAGE 2F1[11 REINFORCED CONCRETE PIPE 2F1.1 SCOPE: This specification shall govern for furnishing all reinforced concrete pipe and jointing material required to complete the project. 2F1.2 MATERIAL: 2F1.2.1 General: The Contractor shall furnish concrete pipe that conforms to A.S.T.M. Specification C-76. All pipe shall be Class III Wall B unless specifically shown otherwise. All pipe shall be machine -made 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. Pipe must have met its 28 day strength requirement prior to being delivered to the job site. Pipe shall be the standard sizes. The internal diameter of 12 inch to 24 inch pipe shall not vary more than ± 1.5 percent from the nominal diameter. The wall thickness shall not be less than that shown in the design by more than 5 percent of 3/16 inch, whichever is the greater. A wall thickness in excess of that required by the design shall not be cause for rejection. 2F1.2.2 Marking: Each section of pipe shall be clearly marked to indicate the class of pipe, date of manufacture and the name or mark of manufacturer. 2F1.2.3 Rejection of Pipe: All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe which meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the site of work. 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 (broken or badly cracked tongue or groove) e. Careless dumping of pipe from truck. The Engineer shall be judge of aforesaid items. 2F1.2.4 Repairs: Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during 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 these specifications. 2F1.2.5 Jointing Material: The Contractor shall furnish a single gasket of preformed plastic. Gasket shall meet all requirements of Federal Specification SS -S -210A, "Sealing Compound, Preformed Plastic for Pipe Joints", Type I, rope -form and shall meet the following requirements: a. Adhesion and Hydrostatic Pressure: The sealing compound shall not leak at the joints (while being tested at 10 psi) for a period of 24 hours. 2F1 Reinforced Concrete Pipe Page 1 of 2 b. Sag or Flow Resistance: (Vertical and overhead 1" wide joints) No sagging shall be detected (while being tested at 135°F) for a period of 5 days. c. Chemical Resistance: No visible deterioration of the sealing compound (when immersed separately in solution of acid alkalies and saturated hydrogen sulfide) for a period of 30 days. The sealing compound shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler, and shall contain no solvents, irritating fumes or obnoxious odors. The compound shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. It shall be supplied in extruded rope - form of suitable cross-section and of such sizes as to seal the joint space when the pipes are laid. The sealing compound shall be protected by a suitable removable two-piece wrapper. The two- piece wrapper shall be so designed that one-half may be removed longitudinally without disturbing the other half to facilitate the application of the sealing compound. The flexible plastic gasket shall also meet the requirements as stated in the following table. COMPOSITION Bitumen (Petroleum Plastic Content) Ash -Inert Mineral Matter Volatile Matter PROPERTY Specific Gravity @ 77°F Ductility @ 77°F (cm) Softening Point Penetration 77°F (150 GMS) 5 sec TEST METHOD ASTM D 4 AASHO T 111 ASTM D 6 ASTM D 71 ASTM D 113 ASTM D 36 ASTM D 217 Due to the nature of the material, each sample to heating and pouring, into various molds suggested and improve testing accuracy and reproducibility. in the following sizes which is the minimum that w Primer Pipe Size Per 100 Joints 12" 1.5 Gals. 15" 1.9 Gals. 18" 2.7 Gals. 21" 3.8 Gals. 24" 6.2 Gals. 30" 8.5 Gals. 36" 9.5 Gals. 42" 12.0 Gals 48" 15.0 Gals 54" 20.0 Gals 60" 25.0 Gals MIN. MAX. 50 30 70 50 2.0 1.20 1.30 5.0 ---- 320°F ---- 50 120 be tested must be manually kneaded, in lieu of by ASTM Standards to reduce the void content Joint material shall be supplied for use on pipe ill be required. 2F 1 Reinforced Concrete Pipe Page 2 of 2 Cut Lengths Per Joint 1-1/2 pcs. 1" x 2'-5" 2 pcs. 1" x 2'5" 1-1/2 pcs. 1-1/2" x 3'-5" 2 pcs. 1-1/2" x 3'5" 2 pcs. 1-1/2" x 3'-5" 2-1/2 pcs. 1-1/2" x 3'-5" 3 pcs. 1-3/4" x 3'-5" 3-1/2 pcs. 1-3/4" x 3'-5" 4 pcs. 1-3/4" x 3'-5" 4-1/2 pcs. 1-3/4" x 3'-5" 5 pcs. 1-3/4" x 3'-5" DIVISION 2 - SITE WORK SECTION 2F - SITE DRAINAGE 2F3[11 INSTALLATION OF REINFORCED CONCRETE PIPE 2F3.1 SCOPE: This specification shall govern for all work necessary for the installation of all reinforced concrete pipe required to complete the project. 2F3.2 MATERIAL: 2F3.2.1 Reinforced Concrete Pipe: See Subsection 2F1. 2F3.3 CONSTRUCTION METHODS: 2F3.3.1 Handling of Material: a. Handling and Care: Pipe and other materials shall be unloaded at the point of delivery, hauled to and distributed at the project site by the Contractor. They shall at all times be handled with care and in conformance with the manufacturer's recommendations. Whether moved by hand, skidways of hoists, material shall not be dropped or bumped against other material or objects already on the ground. b. Distribution at Site of Work: Material may be unloaded opposite or near the place where it is to be used in the construction, provided it is to be incorporated into the work within 10 days. The Contractor shall distribute the material in such a manner so as not to cause the public any undue inconvenience. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. c. Storing Material: Any material delivered to the project site that is not to be incorporated into the work within 10 days shall be stored on suitable blocks or platforms off the ground. Stacking of material shall be done in such a manner that the material is not damaged. 2F3.3.2 Alignment and Grade: a. General: All pipe shall be laid and maintained to the required lines and grades. b. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. c. Batter Boards: The Contractor shall furnish and place in position as directed by the Engineer, all the necessary batter boards for controlling the work. The batter boards shall be of such size timber as the Engineer directs and shall be substantially supported. The boards and all location stakes must be protected from damage or change of location. The Contractor shall also furnish good sound twilled lines for use in giving lines and grades, and the necessary plummets and graduated poles of a form approved by the Engineer. d. Laser Equipment: The Contractor may use laser equipment to maintain proper grade for laying pipe in lieu of batter boards as described above. 2F3 Installation of Reinforced Concrete Pipe Page 1 of 2 2F3.3.3 Pipe Trench Excavation and Backfill: See Subsection 2B3. 2F3.3.4 Trench Excavation Safety: See Subsection 2B3. 2F3.3.5 Lowering Pipe Into Trench: a. General: 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 pipes shall be carefully lowered into the trench by means of derrick, ropes or other suitable equipment in such manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay any pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid and the joints have been completed. b. Inspection of Pipe: The pipe shall be inspected for defects prior to lowering into trench. Any defective or unsound pipe shall be replaced. c. Pipe Kept Clean: All foreign matter or dirt shall be removed from the interior of pipe before lowering into the trench. Pipe shall be kept clean by means approved by the Engineer during and after laying. 2F3.3.6 Laying Pipe: Unless otherwise authorized by the Engineer, the laying of pipe on the prepared bedding shall be started at the outlet end with the tongue end pointing downstream and shall proceed toward the inlet end with the abutting sections properly matched, true to the required lines and grades. The pipe shall be fitted and matched so that when laid on the bed it shall form a smooth uniform conduit. 2F3.3.7 Jointing Concrete Pipe: All pipe which utilizes a bitumium sealing material shall be cleaned thoroughly and primed in accordance with recommendations by manufacturer. Excess jointing material shall be trimmed from pipe interior. On all pipe 30" and larger, a come along or other mechanical device shall be used to bring pipe home. Cement mortar is prohibited for jointing pipe except at manholes, pipe junctions, etc. or where especially approved. If approved, used 1 part cement, 2 parts sand, fill joint as completely as possible. For rubber gasket joints, pipe shall be installed in accordance with the manufactures recommendations. 2F3.3.8 Jointing Concrete Pipe In Sandy Soil and With Submerged Outfalls: All non -rubber gasket concrete pipe constructed in sandy soil and with submerged outfalls shall have installed on each joint a 9" wide external concrete joint wrap. The wrap shall be a 35-40 mil. SBS modified rubberized asphalt that fully bonds to the concrete pipe. 2F3.3.9 Connections: Where pipes are connected to headwalls or inlets, and the section of pipe making the connection cannot be set flush with the inside wall face, the pipe shall be set or cut a minimum of 3 inches short of a junction with that face and the inside pipe diameter formed to complete the intersection. Stub ends for the connection of future reinforced concrete pipe not included in this Contract shall be finished by inserting a suitable plug, of a design acceptable to the Engineer, into the free end of the pipe and securing it into place to form a watertight end which may be readily removed for future connections. 2F3 Installation of Reinforced Concrete Pipe Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2F - SITE DRAINAGE 2F4[11 STORM SEWER MANHOLES 2F4.1 SCOPE: This specification shall govern for all work necessary to construct all storm sewer manholes required to complete the project. 2F4.2 MATERIAL: 2F4.2.1 Concrete: Concrete shall have a minimum compressive strength of 3000 p.s.i. at 28 days and shall be in accordance with Section 3C1 Normal Weight Aggregate Concrete. 2F4.2.2 Reinforcing Steel: Reinforcing steel shall be new billet steel conforming to ASTM A-615, Grade; 60. Also see Section 3B Concrete Reinforcing Steel. 2F4.4.3 Precast Concrete Manholes: Precast manholes shall conform to the same requirements as reinforced concrete pipe. See Subsection 2F1. 2F4.4.4 Brick: Brick shall have a minimum size of 2-1/4" x 3-3/4" x 8" and a maximum size of 2-1/2" x 4" x 8-1/2". 2F4.4.5 Mortar: The mortar for the masonry shall be one part Portland Cement to three parts clean, hard and sharp mortar sand and shall be free of all foreign substances or injurious alkalis. The mortar for plastering the outside of the manholes shall be the same as specified for the brick work. 2F4.4.6 Manhole Ring and Cover: Manhole rings and covers shall be the round, roadway type with solid cover or grate cover (as required by the drawings), and bottom flange They shall be grey -iron castings boldly filleted at angles and the arises shall be sharp and perfect. The castings shall be true to pattern, form and dimensions; free from cracks, sponginess, blow holes or other pouring faults affecting their strength and value for the service intended. Surfaces of the castings shall be free from burnt -on sand and shall be reasonably smooth. Runners, risers, fins and other cast -on pieces shall be removed from the surfaces. Provide manhole ring and cover with machined joints, having an inside diameter of 22-1/2 inches. Manhole ring and cover shall be designed for H-20 loading. 2F4.2.7 Joint Material: Joint material for precast concrete manholes shall be the same as set out in Subsection 2F1. 2F4.3 CONSTRUCTION METHODS: 2F4.3.1 Excavation and Backfill: See Subsection 2B3. 2F4.3.2 Trench Excavation Safety: See Subsection 2B3. 2F4.3.3 Procedure: The Contractor shall have the option of using either concrete brick or clay brick. All brick work for manholes shall be laid in header courses and shall have a full bed of mortar. All mortar joints shall not exceed one-half inch; all mortar to be cement mortar. All inside mortar joints shall be neatly struck. The masonry shall be built upon level courses true to line, grade and dimensions as shown on the drawings. Bats shall be used only when necessary to close joints. All brick shall be wet down 2F4 Storm Sewer Manholes Page 1 of 2 immediately before being placed. The outside of the manhole shall receive a coat of cement mortar plaster. This plaster shall be applied as the construction of the manhole progresses. All pipes shall be cut to fit the inside surface of the walls. All manhole work shall be completed and finished in a careful manner, special care being given to sealing the joints around all pipe that extends through the wall of the manhole. After finishing of walls has been completed, the bottom of the manhole shall be completed by installing sufficient additional concrete to shape or form the bottom of the manhole to conform with the requirements as shown on the drawings All work on manholes shall be done in a good and workmanlike manner and in conformity with the usual practices used on such work. 2F4 Storm Sewer Manholes Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2F - SITE DRAINAGE 2F5[11 CONCRETE INLETS (SLOT INLETS) 2F5.1 SCOPE: This specification shall govern for all work necessary to construct all concrete inlets required to complete the project. 2F5.2 MATERIAL: 2F5.2.1 Concrete: Concrete shall have a minimum compressive strength of 3000 p.s.i. at 28 days and shall be in accordance with Section 3C1 Normal Weight Aggregate Concrete. 2F5.2.2 Reinforcing Steel: Reinforcing steel shall be new billet steel conforming to A.S.T.M. Specification A615 Grade 40. Also see Section 3B Concrete Reinforcement. 2F5.2.3 Manhole Ring and Cover: Manhole rings and covers shall be the round sidewalk type with solid cover. They shall be grey -iron castings boldly filleted at angles and the arises shall be sharp and perfect. The castings shall be true to pattern, form and dimensions; free from cracks, sponginess, blow holes or other pouring faults affecting their strength and value for the service intended. Surfaces of the castings shall be free from bumt-on sand and shall be reasonably smooth. Runners, risers, fins and other cast -on pieces shall be removed from the surfaces. Provide manhole ring and cover weighting not less than 175 lbs. and having an inside diameter of 22 inches. 2F5.3.1 Excavation and Backfill: See Subsection 2B3. 2F5.3.2 Excavation Safety: See Subsection 2B3. 2F5.3.3 General Construction Methods: All items shall be installed as the work progresses to such points as where these installations shall be completed and finished in a careful and workmanlike manner, special care being given to sealing the joints around all pipe that extends through the wall of the inlet shall be completed by installing sufficient additional concrete as to shape or form the bottom of the inlet to conform with the requirements as shown on the inlet details shown on the drawings. Where existing inlets are to be adjusted to new lines and grades, the surface of such inlet which will be in contact with new construction shall be thoroughly cleaned and coated with an epoxy bonding agent before new concrete is placed. Requirements for materials and construction, as herein specified, shall govern for adjusting or rebuilding existing inlets. The new portion of adjusted inlets shall conform to the dimensions as shown on the inlet details shown on the drawings, as nearly as possible. 2F5.3.3 Concrete Construction: SEE Section 3A "Concrete Formwork" and 3C4 "Concrete Structures". 2F5 Concrete Inlets Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2F - SITE DRAINAGE 2F6[31 PRECAST CONCRETE BOX CULVERT 2F6.1 SCOPE: This specification shall govern for furnishing and installing precast concrete box culvert as required to complete the project. 2F6.2 GENERAL: The structural design of the precast concrete box culverts shall be the responsibility of the culvert manufacturer. The design shall provide a culvert suitable for its intended use, but shall also conform to the minimum requirements as shown on the Drawings and as specified herein. The Contractor for this project shall be responsible for structural excavation, for furnishing and installing the precast box culverts and backfilling the box culvert as shown on the Drawings. 2F6.3 PRECAST CONCRETE BOX CULVERT: 2F6.3.1 General: All precast concrete box culvert sections shall be manufactured in a plant especially designed for that purpose. All units shall conform to the approved fabrication drawings, and all work shall be done under strict plant controlled supervision. 2F6.3.2 Design Loads: The general dimensions and other conditions affecting the structural design are shown on the Drawings The precast box culvert shall be designed to safely withstand design loads. Design loads shall consist of dead load, live load, impact, and in addition, loads due to water table, and any other loads which may be imposed upon the structure. Boxes shall be in accordance with ASTM C850, boxes with less than 2' of cover. The live load shall be that loading which produces the maximum shears and bending moments in the structure. 2F6.3.3 Material: a. Aggregate: All aggregates fine and coarse other than lightweight aggregate shall conform to specifications outlined by ASTM C-33-64. Lightweight aggregates fine and coarse shall conform to the specifications outlined by ASTM C -330-64T. Aggregates shall be free of deleterious substances causing reactivity with oxidized hydrogen sulfide. Both types of aggregate shall be graded in a manner so as to produce a homogeneous concrete mix. All materials are to be accurately weighed at a central batching facility for mixing. b. Cement: All cement shall be Portland Cement conforming to ASTM C-150, Type I or Type III. Cement content shall be sufficient to produce minimum strength of 4,500 PSI, or other design strengths required. c. Reinforcing Steel: Reinforcing steel shall be Grade 60 and shall be of the location as shown on the approved fabrication drawings. All reinforcing shall be bars shall be intermediate or hard grade billet steel conforming to ASTM A-615. Bars other than 1/4" round, or smaller, shall be deformed in accordance with ASTM A-305. 2F6.3.4 Forms: All forms used in placing concrete shall be of metal and sufficiently designed and braced to maintain their alignment under pressures of the concrete during placing. 2F6 Precast Concrete Box Culvert Page 1 of 2 2F6.3.5 Placing Concrete: All concrete shall be handled from the mixer or transport vehicle to the place of final deposit in a continuous manner, as rapidly as practicable, and without segregation or loss of ingredients, until the approved unit operation is completed. Concrete shall be placed in layers not over two feet deep. Each layer shall be compacted by mechanical internal or external vibrating equipment. Duration of the vibration cycle shall be limited to the time necessary to produce satisfactory consolidation without causing objectionable segregation. 2F6.3.6 Curing: For purpose of early re -use of forms, the concrete may be heated in the mold, after initial set has taken place. The temperature shall not exceed 160 degrees, and the temperature shall be raised from normal ambient temperatures at a rate not to exceed 40 degrees per hour. The cured unit shall not be removed from the forms until sufficient strength is obtained for the unit to withstand any structural strain that may be subjected during the form stripping operation. After the stripping of forms, further curing by means of water spraying or a Membrane Curing Compound may be used and shall be of a clear or white type, conforming to ASTM C-309-58. 2F6.3.7 Fabrication Drawings: The precast concrete box culvert manufacturer shall provide fabrication drawings for approval as provided in Art. SC -6 of the Supplemental General Conditions. 2F6.4 INSTALLATION: 2F6.4.1 Excavation : See Subsection 2B2 2F6.4.2 Excavation Safety: See Subsection 2B2. 2F6.4.3 Subgrade Preparation: Subgrade under the precast concrete box culvert shall be as shown on the drawings. 2F6.4.4 Base Preparation: Base under the precast concrete box culvert shall be installed as shown on the Drawings. Base shall be true to line and grade and provide a uniform bearing surface for the box culvert. 2F6.4.5 Joint Sealant: Joint sealant shall be furnished by the precast concrete box culvert manufacturer and installed in strict accordance with their recommendations. All joints shall, in addition to joint material, have a 9" external joint wrap applied to each joint. The wrap shall be 35-40 mil. SBS modified rubberized asphalt that fully bonds to the concrete culvert. 2F6 Precast Concrete Box Culvert Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G1[11 POLYVINYL CHLORIDE PIPE AND FITTINGS FOR WATER LINES (C-900 and C-905) 2G1.1 SCOPE: This specification shall govern for all work necessary for furnishing all polyvinyl chloride pipe required to complete the project. 2G1.2 4" THRU 12" P.V.C. PIPE: 2G1.2.1 General: 4" thru 12" P.V.C. pipe shall meet the requirements of AWWA C-900, "Polyvinyl Chloride Pressure Pipe 4" Thru 12" for Water". 4" through 12" Water Line Pipe shall be Class 150 and meet the requirements of DR 18. The pipe and gaskets shall be approved by the Underwriters Laboratories, Inc. of the American Insurance Association, Factory Mutual and by the National Sanitary Foundation. Pipe shall conform to cast iron pipe outside diameters. All pipe shall be suitable for use as pressure conduit and be furnished with an integral bell containing a locked -in ring and spigot joint for the conveyance of water. Provisions must be made for expansion and contraction at each joint. The bell shall consist of an integral wall section with a locked -in, solid cross section elastomeric ring, which meets the requirements of ASTM F-477. The bell section shall be designed to be at least as hydrostatically strong as the pipe wall and meet the requirements of AWWA C-900. A complete set of joint material shall be furnished with each joint of pipe. The manufacturer shall furnish a copy of the manufacturer's affidavit of compliance with specifications and a certified copy of an analysis of the material in each gasket showing the type of synthetic rubber and that no natural rubber is present. Certification shall accompany each order delivered. 2G1.2.2 Pipe Stiffness: The pipe stiffness using F/_Y (for Class 150 and Dr. 18) shall be 435 p.s.i. 2G1.2.3 Quick Burst Test: Randomly selected samples tested in accordance with ASTM D-1599 shall withstand, without failure, 755 p.s.i. (at 73° F) when applied in 60 - 70 seconds. 2G1.2.4 Drop Impact Test: Pipe shall withstand, without failure at 73° F, an impact of a falling missile, Typ C (per ASTM D-2444 and shall show no visible evidence of shattering or splitting) as follows: 6"and 8" - 100 FT/LB 10" and 12" - 120 FT/LB 2G1.2.5 Standard Laying Lengths and Physical Requirements: Standard laying lengths shall be 20 feet (± 1") for 6" through 12" pipe. At least 85% of the total footage of pipe shall be furnished in standard lengths. The remaining 15% may be furnished in random lengths not less than 10 feet long. Each standard and random length of pipe shall be tested to 600 p.s.i. for a minimum of 5 seconds. The integral bell shall be tested with the pipe. 2G1.3 14" THRU 24" P.V.C. PIPE: 2G1.3.1 General: 14" thru 24" P.V.C. pipe shall meet the requirements of AWWA C-905, "Polyvinyl Chloride Water Transmission Pipe 14" Thru 36". 14" through 24' Water Line Pipe shall be Class 165 and meet the requirements of DR 25. The pipe and gaskets shall be approved by the Underwriters Laboratories, Inc. of the American Insurance Association, Factory Mutual and by the National Sanitation Foundation. Pipe shall conform to cast iron pipe outside diameters. All pipe shall be suitable for use as pressure conduit and be furnished with an integral bell containing a bonded -in, solid ring and spigot joint for the conveyance of water. Provisions must be made for expansion and contraction at each 2G1 PVC Pipe & Fittings (C-900 & C-905) Page 1 of 2 joint. The bell shall consist of an integral wall section with a bonded -in, solid cross section elastomeric ring which meets the requirements of ASTM F-477. The bell section shall be designed to be at least as hydrostatically strong as the pipe wall and meet the requirements of C-905. A complete set of joint material shall be furnished with each joint of pipe. The manufacturer shall furnish a copy of the manufacturer's affidavit of compliance with specifications and a certified copy of an analysis of the material in each gasket showing the type of synthetic rubber and that no natural rubber is present. Certification shall accompany each order delivered. 2G1.3.2 Standard Laying Lengths and Physical Requirements: Standard laying lengths shall be 20 feet (± 1") for all sizes. At least 85% of the total footage of pipe shall be furnished in standard lengths. The remaining 15% may be furnished in random lengths not less than 10 feet long. Each standard and random length of pipe shall be tested to 330 p.s.i. for a minimum of 5 seconds. The integral bell shall be tested with the pipe. 2G1.4 FITTINGS: All fittings 6" and larger as listed in A.W.W.A. specification C-110 and C-153 shall be either cast iron or ductile iron and in accordance with A.W.W.A. Specifications C-104, C-110, C-111, and C-153, latest editions. 2G1.4.1 Cast Iron Fittings: a. 6" thru 12": Pressure Class 250 and Iron Strength Class 25. b. 14": Pressure Class 150 and Iron Strength Class 25. c. 16" thru 24": Pressure Class 150 and Iron Strength Class 30. 2G1.4.2 Ductile Iron Fittings - a. 6" thru 24": Pressure Class 250. 2G1.4.3 Joints: Fittings shall be furnished with mechanical joints. All mechanical joints shall be provided with restrained joints. 2G1.4.4 Wrapping Fittings: All fittings shall be wrapped with polyethylene in accordance with A.W.W.A. Specification C-105, latest edition. 2G1.5 MARKING: Each length of pipe shall be marked to indicate Pressure Class, DR and UL approval. 2G1 PVC Pipe & Fittings (C-900 & C-905) Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G2[31 DUCTILE IRON PIPE AND FITTINGS (WATER LINES) 2G2.1 SCOPE: This specification shall govern for all work necessary for furnishing all ductile iron pipe and fittings required to complete the potable water lines. Ductile iron pipe shall be used only when approved in writing by the Engineer. 2G2.2. GENERAL: 2G2.2.1 Ductile Iron Pipe: All ductile iron pipe shall conform to ANSI A21.50/AWWA C-150, latest edition. 2G2.2.2 Lining: The interior of the pipe and fittings shall be lined with enameled cement mortar, standard thickness as specified in ANSI A21.4-85/AWWA C-104. 2G2.3 PIPE: Pipe shall have a minimum wall thickness as follows: 6" Diameter 0.25 inch (Class 350) 8" Diameter 0.27 inch (Class 350) 10" Diameter 0.29 inch (Class 350) 12" Diameter 0.31 inch (Class 350) 14" Diameter 0.33 inch (Class 300) 16" Diameter 0.34 inch (Class 300) 18" Diameter 0.35 inch (Class 300) 20" Diameter 0.36 inch (Class 300) 24" Diameter 0.38 Inch (Class 250) 2G2.4 FITTINGS: Fittings shall be ductile iron and shall conform to ANSI A21.10/AWWA C-110, latest edition. Ductile iron fittings shall be Pressure Class 350. 2G2.5 JOINTS: 2G2.5.1 General: Joints for fittings shall be mechanical joint. Joints for pipe shall be push on joints. 2G2.5.2 Mechanical Joints: Mechanical joints shall conform to ANSI A21.11/AWWA C-111, latest edition. Mechanical joints shall be furnished complete with joint material, rubber, bolts, nuts, glands, and gaskets. Gaskets material shall be synthetic rubber, odor free and containing no natural rubber. 2G2.5.3 Push -On Joints: Push -on joints shall conform to ANSI A21.11/AWWA C-111, latest edition. Push -on joints shall be complete with lubricant and gasket material. Gasket material shall be synthetic rubber, odor free and containing no natural rubber. 2G2.5.4 Certification: The manufacturer shall furnish a copy of the manufacturer's affidavit of compliance with specifications and a certified copy of an analysis of the material in each gasket showing the type of synthetic rubber and that no natural rubber is present. Certification shall accompany each order delivered. 2G2 Ductile Iron Pipe & Fittings Page 1 of 2 [Standard Spec. - Written For Water Lines - Allows Only Ductile Iron Fittings] 2G2.6 EXTERIOR COATING/WRAPPING: Pipe and fittings shall have a bituminous coating approximately 1 mil. thick and shall be wrapped with polyethylene in accordance with AWWA Specification C-105, latest edition. The polyethylene material shall have an 8 mil. thickness and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe and fittings shall have a minimum 6" lap. 2G2 Ductile Iron Pipe & Fittings Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G8[11 GATE VALVES FOR POTABLE WATER LINES 2G8.1 SCOPE: This specification shall govern for all work necessary to provide all gate valves for potable water lines required to complete this project. 2G8.2 MATERIAL: 2G8.2.1 Gate Valves: All valves 4" and larger shall meet the following requirements. Gate valves shall be of an acceptable manufacture and shall conform to A W W A Standard Specification C-500, latest revision thereof, except for changes or additions as follows: a. The gate valves shall be double disc with parallel or tapered seats and non -rising stems. b. 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 flanges. c. Valves 16" and larger shall be furnished for horizontal installation. d Stem seals shall be the 0 -Ring type or stuffing box type on valves through 12". Valves 16" and larger shall be equipped with stuffing boxes. e. Valves shall open left (counter clockwise). Valves 20" and larger shall have the main valve stem furnished with a combination hand wheel and operating nut. f. Tapping valves to be used with tapping saddles shall have one end mechanical joint. g. The minimum number of turns to open as applied to the operating nut for valves through 12" shall be as set out in A.W.W.A. C-500, latest revision thereof, and for valves 16" and larger as follows: 16 inch - 96 turns to open 20 inch - 128 turns to open 24 inch - 152 turns to open 30 inch - 186 turns to open 36 inch - 222 turns to open h. All gears shall be oil filled, extended type gear cases. i. Valves shall be furnished without position indicator. j. Bypass valves shall be installed on valves 20" in diameter and larger. k. All valves 16 inches in diameter and above shall be equipped with bevel gears. 1. The manufacturer shall upon request furnish two (2) certified sets of prints showing complete details and dimensions and materials used. The manufacturer shall also upon request furnish a certified letter of compliance stating that their valve meets these specifications. Also, the manufacturer shall upon request furnish one (1) certified copy of the physical tests of all metals used in the manufacture of the valve. 2G8.2.2 Resilient Seated Gate Valves: Resilient -seated gate valves may be used instead of gate valves in sizes 3" thru 12". All valves shall meet the following requirements. Resilient seated valves shall be of an acceptable manufacture and shall conform to A.W.W.A. Standard Specification C-509, latest edition, except for changes or additions as follows: a. The resilient -seated gate valves shall have non -rising stems. b. 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 flanges. c. Stem seals shall be the o -ring type or stuffing box type. d. Valves shall open left (counter clockwise). e. Tapping valves to be used with tapping saddles shall have one end mechanical joint. f. The manufacture shall upon request furnish two (2) certified sets of prints showing complete details, dimensions and materials used. The manufacturer shall also upon request furnish a 2G8 Gate Valves Page 1 of 2 certified letter of compliance stating that their valve meets these specifications. Also, the manufacturer shall upon request furnish one (1) certified copy of the physical tests of all metals used in the manufacture of the valve. 2G8.2.3 Gate Valves 4" and Smaller: Valve shall be bronze body screw type gate valve (200 p.s.i. working pressure). Furnish 2 suitable operating wrenches. 2G8.2.4 Valve Boxes: Each gate valve shall be provided with an adjustable, cast iron, road -type valve box with a minimum opening of 5 inches. Valve boxes shall be complete with base, extensions, top section and cover. The base shall be of the proper size and shape to fit the valve on which the base is installed. The word "WATER" shall be cast into the cover. The extension pipe of the valve box shall be P.V.C. (DR 18) pipe. Valve boxes shall be CLOW, Series F2000, Mueller H-10380 or approved equal. In Corpus Christi valve boxes shall be City of Corpus Christi pattern. 2G8 Gate Valves Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G9[11 FIRE HYDRANTS 2G9.1 SCOPE: This specification shall govern for all work necessary to provide all fire hydrants required to complete the project. 2G9.2 MATERIAL: 2G9.2.1 Concrete: Concrete shall have a minimum compressive strength of 2000 p.s.i. at 28 days and shall be in accordance with Subsection 3C1 "Normal Weight Aggregate Concrete". 2G9.2.2 Fire Hydrants: The fire hydrants shall conform to AWWA C-502, latest revision thereof, except for changes, additions and supplementary details specifically outlined herein: a. 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 shut off shall be of the compression type only. c. Inlet Connection - The inlet shall be AWWA C-111 (latest revision thereof) mechanical joint for six (6") inch, Class 50 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. Nozzle shall be threaded into the hydrant. e. Bury Length - The hydrants shall be furnished in the bury length as specified. f. Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one- half (2-1/2") inches inside diameter and the pumper nozzle shall be four (4") inches inside diameter. g. Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half (2-1/2) inch National Standard Thread (7-1/2 threads per inch). The pumper nozzle shall have six (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 Opening - Drain opening is required. Tapping of the drain opening for pipe threads is not required. k. The Valve Seat Ring - The valve seat ring shall not be made an integral part of the shoe. The valve seat ring shall be bronze and shall thread into a bronze drain ring. 1. Nozzle Cap Chains - Hydrants shall be furnished with nozzle cap chains. m. Direction to Open - The hydrants shall open left (counter clockwise). 2G9 Fire Hydrants Page 1 of 3 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 (1-1/4") inch point to face at base and one and one -eight (1-1/8") inch point to face at top of nut. p. Size of Fire Hydrant - The main valve opening shall not be less than five and one-fourth (5-1/4") inches inside diameter. q. Valve Facing - The main valve facing of the hydrant shall be rubber with 90± one (1) 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 ductile and/or bronze cap nut and a stainless steel and/or bronze lock nut. r. 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. s. 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. These couplings shall be at least two (2) inches above the finished grade line. t. Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. u. Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. v. Operating Stem - Stems that have operating threads 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 "0" ring seal located between the stem threads and the waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing "0" ring seal area. The sleeve shall be of sufficient length to be in the packing or "0" ring seal in 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. w. Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. x. Operating Stem Nut - The operating stem nut shall be designed to prevent seepage, rain, or sleet and the accumulation of dust between the operating nut and the hydrant top. The operating stem nut shall be made of bronze. y. Packing Gland or "0" Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "0" ring seal immediately below the threaded section of the stem. 2G9.3 CONSTRUCTION METHODS: 2G9.3.1 General: Fire hydrants shall be located in accordance with the lines and grades shown on the drawings. Fire hydrants shall stand plumb and hose nozzle shall be parallel to curb and street with the pumper nozzle facing the street. 2G9 Fire Hydrants Page 2 of 3 2G9.3.2 Location: It is the intent of these specifications that the fire hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 -inches nor more than 18 -inches from the back of the curb and the bury line on the barrel shall be level with the top of the curb. It is also intended that no portion of the hydrant or nozzle cap shall be within 6 -inches of the sidewalk. If the established lines and grades violate any of the above stated conditions, notify the Engineer immediately so that remedial instructions can be given to the Contractor. 2G9.3.3 Connection to Main: Each hydrant shall be connected to the main with a six (6") inch branch line controlled by an independent six (6") inch gate valve, open left. All pipe from the main tee to the fire hydrant shall be Class 150 - 6 inch cast iron pipe, swivel or anchor fittings shall be used to connect the fire hydrant gate valve to the waterline. 2G9.3.4 Thrust Blocking - The bowl of each hydrant shall be securely braced against undisturbed earth at the end of the trench with concrete thrust blocking. 2G9.3.5 Drainage Pit: A drainage pit 2 feet in diameter and 2 feet in depth shall be excavated below each hydrant and filled compactly with coarse sand, under and around the bowl of the hydrant and to a level 6 -inches above the waste opening. No hydrant drainage pit shall be connected to a sewer. 2G9.3.6 Washing and Sterilizing Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substances have come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with an approved sterilizing agent. 2G9.3.7 Certification: The manufacturer shall upon request furnish two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall upon request furnish 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. The manufacturer shall upon request furnish a certified letter of compliance stating that their fire hydrant meets these specifications. 2G9 Fire Hydrants Page 3 of 3 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G11[21 INSTALLATION OF WATER PIPE (City of Corpus Christi) 2G11.1 SCOPE: This specification shall govern for all work necessary for the installation of all pipe required to complete the potable water lines. 2G11.2 MATERIAL: 2G11.2.1 Concrete: Concrete shall have a minimum compressive strength of 2500 p.s.i. at 28 days and shall be in accordance with Subsection 3C1 "Normal Weight Aggregate Concrete" 2G11.2.2 Polyvinyl Chloride Pipe: See Subsection 2G1. 2G11.2.3 Ductile Iron Pipe: See Subsection 2G2. 2G11.2.4 Gate Valves for Waterlines: See Subsection 2G8. 2G11.2.5 Fire Hydrants: See Subsection 2G9. 2G11.3 SEPARATION Of WATER AND SEWER LINES: 2G11.3.1 Location of waterlines: a. The following rules apply to installations of waterlines, wastewater mains or laterals, and other conveyances/appurtenances identified as potential sources of contamination Furthermore, all ratings specified shall be defined by ASTM or AWWA standards unless stated otherwise. New mains, service lines, or laterals are those that are installed where no main, service line, or lateral previously existed, or where existing mains, service lines, or laterals are replaced with pipes of different size or material. (1) When new potable water distribution lines are constructed, they shall be installed no closer than nine feet in all directions to wastewater collection facilities. All separation distances shall be measured from the outside surface of each of the respective pieces. (2) Potable water distribution lines and wastewater mains or laterals that form parallel utility lines shall be installed in separate trenches. (3) No physical connection shall be made between drinking water supply and a sewer line. Any appurtenance shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. (4) Where the nine -foot separation distance cannot be achieved, the following criteria shall apply. (A) New waterline installation — parallel lines. (i) Where a new potable waterline parallel an existing, non pressure or pressure rated wastewater main or lateral and the licensed professional engineer licensed in the State of Texas is able to determine that the existing wastewater main or lateral is not leaking, the new potable waterline shall be located at least two feet above the existing wastewater main or lateral, measured vertically, and at least four feet away, measured horizontally, from the existing wastewater main or lateral. Every effort shall be exerted not to disturb the bedding and backfill of the existing wastewater main or lateral. (ii) Where a new potable waterline parallels an existing pressure rated wastewater main or lateral and it cannot be determined by the licensed professional engineer if the existing line is leaking, the existing wastewater main or lateral shall be replaced with at least 150 psi pressure rated pipe. The new potable waterline shall be located at 2G11 Inst. Of Water Pipe Page 1 of 6 least two feet above the new wastewater line, measured vertically, and at least four feet away, measured horizontally, from the replaced wastewater main or lateral. (iii) Where a new potable waterline parallels a new wastewater main, the wastewater main or lateral shall be constructed of at least 150 psi pressure rated pipe. The new potable waterline shall be located at least two feet above the wastewater main or lateral, measured vertically, and at least four feet away, measured horizontally, from the wastewater main or lateral. (B) New waterline installation — crossing lines. (i) Where a new potable waterline crosses an existing, non -pressure rated wastewater main or lateral, one segment of the waterline pipe shall be centered over the wastewater main or lateral such that the joints of the waterline pipe are equidistant and at least nine feet horizontally from the centerline of the wastewater main or lateral. The potable waterline shall be at least two feet above the wastewater main or lateral. Whenever possible, the crossing shall be centered between the joints of the wastewater main or lateral. If the existing wastewater main or lateral is disturbed or shows signs of leaking, it shall be replaced for at least nine feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. (ii) Where a new potable waterline crosses an existing, pressure rated wastewater main or lateral, one segment of the waterline pipe shall be centered over the wastewater main or lateral such that the joints of the waterline pipe are equidistant and at least nine feet horizontally from the centerline of the wastewater main or lateral. The potable waterline shall be at least six inches above the wastewater main or lateral. Whenever possible, the crossing shall be centered between the joints of the wastewater main or lateral. If the existing wastewater main or lateral shows signs of leaking, it shall be replaced for at least nine feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. (iii) Where a new potable waterline crossed a new, non -pressure rated wastewater main or lateral and the standard pipe segment length of the wastewater main or lateral is at least 18 feet, one segment of the waterline pipe shall be centered over the wastewater main or lateral such that the joints of the waterline pipe are equidistant and at least nine feet horizontally from the centerline of the wastewater main or lateral. The potable waterline shall be at least two feet above the wastewater main or lateral. Whenever possible, the crossing shall be centered between the joints of the wastewater main or lateral. The wastewater pipe shall be a minimum pipe stiffness of 115 psi at 5.0% deflection. The wastewater main or lateral shall be embedded in cement stabilized sand (see clause (vi) of this subparagraph) for the total length of one pipe segment plus 12 inches beyond the joint on each end. (iv) Where a new potable waterline crosses a new, non -pressure rated wastewater main or lateral and a standard length of the wastewater pipe is less than 18 feet in length, the potable water pipe segment shall be centered over the wastewater line. The materials and method of installation shall conform with one of the following option. (I) Within nine feet horizontally of either side of the waterline, the wastewater pipe and joints shall be constructed with pipe material having a minimum pressure rating of at least 150 psi. An absolute minimum vertical separation distance of two feet shall be provided. The wastewater main or lateral shall be located below the waterline. (II) All sections of wastewater main or lateral within nine feet horizontally of the waterline shall be encased in an 18 -foot (or longer) section of pipe. Flexible encasing pipe shall have a minimum pipe stiffness of 115 psi at 5.0% deflection. The encasing pipe shall be centered on the waterline and shall be at least two nominal pipe diameters larger than the wastewater main or lateral. The space around the carrier pipe shall be supported at five-foot (or less) intervals with spacers or be filled to the springline with washed sand. Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. An absolute minimum separation distance of six inches between 2G11 Inst. Of Water Pipe Page 2 of 6 2G11.3.2 the encasement pipe and the waterline shall be provided. The wastewater line shall be located below the waterline. (III) When a new waterline crosses under a wastewater main or lateral, the waterline shall be encased as described for wastewater mains or laterals in subclause (II) of this clause or constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. An absolute minimum separation distance of one foot between the waterline and the wastewater main or lateral shall be provided. Both the waterline and wastewater main or lateral must pass a pressure and leakage test as specified in AWWA C600 standards. (v) Where a new potable waterline crosses a new, pressure rated wastewater main or lateral, one segment of the waterline pipe shall be centered over the wastewater line such that the joints of the waterline pipe are equidistant and at least nine feet horizontally from the center line of the wastewater main or lateral. The potable waterline shall be at least six inches above the wastewater main or lateral. Whenever possible, the crossing shall be centered between the joints of the wastewater main or lateral. The wastewater pipe shall have a minimum pressure rating of at least 150 psi. The wastewater main or lateral shall be embedded in cement stabilized sand (see clause (vi) of this subparagraph) for the total length of one pipe segment plus 12 inches beyond the joint of each end. (vi) Where cement stabilized sand bedding is required, the cement stabilized sand shall have a minimum of 10% cement per cubic yard of cement stabilized sand mixture, based on loose dry weight volume (at least 2.5 bags of cement per cubic yard of mixture). The cement stabilized sand bedding shall be a minimum of six inches above and four inches below the wastewater main or lateral. The use of brown coloring in cement stabilized sand for wastewater main or lateral bedding is recommended for the identification of pressure rated wastewater mains during future construction. (5) Waterline and wastewater main or lateral manhole or cleanout separation. The separation distance from a potable waterline to a wastewater main or lateral manhole or cleanout shall be a minimum of nine feet. Where the nine foot separation distance cannot be achieved, the potable waterline shall be encased in a joint of at least 150 psi pressure class pipe at least 18 feet long and two nominal sizes larger than the new conveyance. The space around the carrier pipe shall be supported at five foot intervals with spacers or be filled to the spring line with washed sand. The encasement pipe shall be centered on the crossing and both ends sealed with cement grout or manufactured sealant. (6) Location of fire hydrants. Five hydrants shall not be installed within nine feet vertically or horizontally of any wastewater main, wastewater lateral, or wastewater service line regardless of construction. (7) Location of potable or raw water supply or suction lines. Suction mains to pumping equipment shall not cross wastewater mains, wastewater lateral or wastewater service lines. Raw water supply lines shall not be installed within five feet of any tile or concrete wastewater main, wastewater lateral, or wastewater service line. (8) Proximity of septic tank drain fields. Waterlines shall not be installed closer than ten feet to septic tank drain fields. Sanitary Precautions and Disinfection: a. Sanitary precautions, flushing, disinfection procedures, and microbiological sampling as prescribed in AWWA standards for disinfecting water mains shall be followed in laying waterlines. (1) Pipe shall not be laid in water or placed where it can be flooded with water or sewage during its storage or installation. (2) Special precautions must be taken when waterlines are laid under any flowing or intermittent stream or semi permanent body of water such as marsh, bay, or estuary. In these cases, the water main shall be installed in a separate watertight pipe encasement and valves must be provided on each side of the crossing with facilities to allow the underwater portion of the system to be isolated and tested to determine that there are no leaks in the underwater line. 2G11 Inst. Of Water Pipe Page 3 of 6 (3) Alternately, and with the permission of the executive director, the watertight pipe encasement may be omitted. New mains shall be thoroughly disinfected in accordance with AWWA Standard C651 and then flushed and sampled before being placed in service. Samples shall be collected for microbiological analysis to check the effectiveness of the disinfection procedure. Sampling shall be repeated if contamination persists. A minimum of one sample for each 1,000 feet of completed waterline will be required or at the next available sampling point beyond 1,000 feet as designated by the design engineer. 2G11.4 CONSTRUCTION METHODS: 2G11.4.1 General: All water system materials and construction shall comply with State Health, TCEQ and City of Corpus Christi Water Distribution System Standards in addition to these specifications. City standards shall govern if a conflict occurs. 2G11.4.2 Handling of Material: a. Handling and Care: Pipe and other materials shall be unloaded at the point of delivery, hauled to and distributed at the project site by the Contractor. They shall at all times be handled with care and in conformance with the manufacturer's recommendations. Whether moved by hand, skidways or hoists, material shall not be dropped or bumped against other material or objects already on the ground. Care shall be taken not to scratch the surface of P.V.C. pipe. Excessive scratching shall be considered cause for rejection of P.V.C. pipe. b. Distribution at Site of Work: Material may be unloaded opposite or near the place where it is to be used in construction provided it is to be incorporated into the work within 10 days. The Contractor shall distribute the material in such a manner so as not to cause the public any undue inconvenience. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. c. Storing Material: Any material delivered to the project site that is not to be incorporated into the work within 10 days shall be stored on suitable blocks or platforms off the ground. Stacking of materials shall be done in such a manner that the material is not damaged. 2G11.4.3 Alignment and Grade: a. General: All pipe shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations and with joints centered, spigots home and all valve and hydrant stems plumb. b. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. c. Depth of cover: Depth of cover shall be measured from the established street grade or the surface of the permanent improvement to the top of the pipe barrel. Unless otherwise shown on the construction plans, it is the intent of these specifications that waterlines shall have minimum cover as follows: Under proposed or existing pavement 42 inches Under proposed non -pavement 36 inches Under Natural ground 36 inches 2G11 Inst. Of Water Pipe Page 4 of 6 If the established grades violate any of the before stated conditions notify the Engineer immediately so that remedial instructions can be given the Contractor. Maximum covers below proposed grade shall be 48". d. Vertical deflections at Utility and underground drainage crossings: When vertical deflections are required at utility crossings that require the water line depth to exceed the required 48" maximum cover, they shall be installed with the installation of four (4) ductile iron bends with locking joints and retainer glands. All pipe between bends shall be ductile iron. 2G11.4.4 Pipe Trench Excavation and Backfill: See Subsection 2B3. 2G11.4.5 Sand and Encasement: All pipe and fittings which are not enclosed in concrete valve vault or laid in encasement pipe, shall be completely encased with a minimum of eight (8") inches of sand. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with a minimum of eight inches of sand to insulate the pipe from the natural ground and from the backfill. The sand shall be a finely divided sand as follows: Sand Specifications: Passing 7/8" Sieve: 100% by weight Passing No. 4 Sieve: 80% by weight Clay Lumps not to Exceed: 20% by weight Plasticity Index: NP -10 max. Sand shall be screened and free of foreign material. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the sides, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Water Superintendent. 2G11.4.6 Trench Excavation Safety: See Subsection 2B3. 2G11.4.7 Lowering Pipe and Accessories into Trench: a. General: 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 derrick, ropes or other suitable equipment in such manner as to prevent damage. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The Contractor shall not lay any pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until pipe has been laid and the joints completed. 2G11.4.8 b. Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering into trench. Any defective, damaged or unsound pipe shall be replaced. c. Pipe Kept Clean: All foreign matter or dirt shall be removed from the interior of pipe before lowering into the trench. Pipe shall be kept clean by means approved by the Engineer during and after laying. Contractor shall not leave any trench unmanned until trench is covered, or until barricades are placed and pipe is at least temporarily plugged to prevent varmints from entering. Jointing Pipe: Joints shall be made up in strict conformance with manufacturer's recommendations, including the use of any primer or lubricant. 2G11 Inst. Of Water Pipe Page 5 of 6 2G11.4.9 2G11.4.10 2G11.4.11 Concrete Thrust Blocking: Concrete thrust blocking shall be provided at the ends of all lines and changes in direction including tees and incomplete crosses and blow -offs. Thrust blocking shall be poured against undisturbed soil solid between ground and the fitting to be anchored. Thrust blocks shall be of sufficient size to keep the pipe in place when subjected to test pressure. The blocking shall be placed so that the pipe and fitting joints will be accessible for repair. Metal Harness: Metal harness or tie rods and clamps 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. Sterilizing Water Pipe: Waterline shall be disinfected prior to use in accordance with the current standard AWWA C651-92. After sterilization period is completed, Contractor will flush lines and thoroughly clean. The City will take a bacteriological sample test 2 hours after refilling. If sample does not pass State Health Department purification standards, then repeat above procedure. The entire sterilization process shall be coordinated with and under the supervision of the City Water Construction Superintendent. 2G11.4.12 Hydrostatic Testing of Pressure System: See Section 2G12. 2G11.4.13 Water Connections: a. City of Corpus Christi: All connections to the water mains will be made by the contractor under supervision of City Water Division. The Contractor shall supply all required materials, labor and match grade of the existing water line. 2G11 Inst. Of Water Pipe Page 6 of 6 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G12[11 HYDROSTATIC TESTING OF PRESSURE SYSTEM 2G12.1 SCOPE: This specification shall govern for all work necessary for hydrostatically testing the completed pressure system. The Contractor shall provide all equipment necessary and accomplish all testing under this specification. 2G12.2 WATER FOR TESTING: All water for testing will be furnished by the Contractor. The Contractor shall make complete and satisfactory arrangements with the City's Water Department and make all necessary connections at his own expense. 2G12.3 TEST PROCEDURES: After the pipe has been laid and partially backfilled, it shall be subjected to a hydrostatic pressure test. Before applying the specified test pressure, all air shall be expelled from the pipe. If necessary, the Contractor shall provide taps at points of highest elevation to bleed off pockets of air. Any taps made shall be provided with a corporation stop or tightly plugged when the line is full of water. The line may be tested in valved sections. 2G12.3.1 Conditions for Testing: A hydrostatic test shall be performed on the proposed water distribution system when all of the following conditions have been met. a. All valves are accessible and open, b. All fire hydrants are properly set (i.e. plumb, at the right height, and the correct horizontal placement), c. The area above the water main has been graded five feet on either side of the center line of the water main and for the entire length of the line; d. The owner signs an agreement to the effect that approval of the system is conditional upon completion of any items found deficient on a second inspection which will be conducted upon completion of the total project. Completion of the total project shall be as defined by the Water Superintendent. 2G12.4 TEST PRESSURE, DURATION AND LEAKAGE: All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two hour test at a pressure of 150 P.S.I. The allowable leakage during this portion of the test shall be the sum of the leakage allowances used in the system as shown on the attached City of Corpus Christi Water Division Leakage Allowable Sheet. The second hydrostatic test shall be made no less than 48 hours after the successful completion of the first hydrostatic test. The second hydrostatic test will be for 24 hours at City pressure. There will be a zero leakage allowance during this test. During the test, all exposed pipe, fittings, valves, hydrants, and joins 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. The test then shall be repeated until the pipe line is accepted. A $100 base fee will be paid by the contractor to the City for each retest that is required. No pipe installation will be accepted until the above conditions have been met. 2G12 Testing Pressure System Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G17[21 SANITARY SEWER MANHOLES AND LINERS (FIBERGLASS) 2G17.1 SCOPE: This specification shall govern for all work required for providing, installing and adjusting fiberglass manholes and manhole liners required to complete the project. 2G17.2 GENERAL: Fiberglass manholes and liners shall be installed at the locations indicated in the drawings. 2G17.3 2G17.3.1 2G17.3.1.1 MATERIAL: Manholes: Fiberglass manholes and liners shall be fabricated in accordance with the latest editions of ASTM D3753 "Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wet Wells" and the following related references: A. ASTM C32 B. ASTM C581 C. ASTM C923 D. ASTM D695 E. ASTM D790 F. ASTM D2412 G. ASTM D2583 H. ASTM D2584 I. ASTM D3034 J. ASTM F794 K. ASTM D3212 L. ASTM F477 M. ASTM C443 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale). Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass -Fiber Reinforced Structures Intended for Liquid Service. Standard Specifications for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals. Standard Test Method for Compressive Properties of Rigid Plastics. Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor. Standard Test Method for Ignition Loss of Cured Reinforced Resins. Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter. Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. Standard Specification for Joints for circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets 2G17.3.1.2 Fiberglass manhole barrels and liners for manhole rehabilitation with an inside diameter of 42", 48", and 60" shall have a minimum wall thickness of 0.50". Fiberglass manhole barrels with an inside diameter over 60" shall be ribbed type fiberglass manholes having equivalent wall thickness greater than 1.35". A concentric reducer with an inside diameter of 30" at the top shall be over the barrel for 42" and 48" diameter manholes. For all others, the concentric reducer over the barrel shall have an inside diameter of 38" at the top. 2G17.3.1.3 The barrel and cone shall each be produced in a continuous manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with a reinforced glass resin joint resulting in a one-piece unit. Field made joints on new manholes or liners shall not be acceptable. 2G17 Fiberglass Manholes and Liners Page 1 of 7 2G17.3.2 2G17.3.3 2G17.3.4 2G17.3.5 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 be in conformance with ASTM D3212 "Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals." Material for Elastomeric seal in push -on joints shall meet the requirements of ASTM F477 "Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe." Material for rubber sleeve shall meet the requirements of ASTM C443 "Standard Specification for Joints or circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets." Manhole pipe connectors between 4" and 15" shall utilize waterseal gaskets from Inserta Tee of 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 or approved equal and wrapped with Class A Subsurface Drainage Geotextile, AASHTO M288. Manhole Base: a. Concrete shall be Class A in accordance with Section 3C. b. 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, or approved equal. c. Precast Reinforced Concrete Manhole Base shall be in accordance with requirements of ASTM C478 "Standard Specification for Precast Reinforced Concrete Manhole Sections", as shown on construction plans and detail drawings. Inflow Inhibitors: Inflow inhibitors shall be installed in sanitary manholes. They shall be of Type 304 stainless steel with an equivalent thickness of not less than 18 gauge and load tested in excess of 3,000 pounds. The inhibitor shall rest on the hp 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 neoprene gasket on the weight bearing side. The inhibitor shall have a gas relief valve made of Nitrile and shall operate at a 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. Where specified in the plans, a 5' long 3/16" braided stainless steel tether must be attached to the bottom of the dish and to the manhole frame with 316 stainless steel connectors as per manufacturer recommendation. Ring and Cover: The manhole ring and cover shall meet AASH to M306, be heavy duty for street application and meet East Jordan Iron Works Product No. 41168051 for 4' manhole and No. 31576250 for 5' manholes or approved equals. 2G17.3.6 Grout: Use one part Portland Cement to two parts sand and a maximum of six gallons of water per sack of cement. 2G17.3.7 Concrete: Concrete shall have a minimum compressive strength of 3,000 psi at 28 days and shall be in accordance with Section 3C "Portland Cement Concrete". 2G17.3.8 2G17.4 2G17.4.1 Reinforcing Steel: Reinforcing steel shall be new billet steel conforming to ASTM A-615. Also see Section 3C "Reinforcing Steel". PHYSICAL REQUIREMENTS OF FIBERGLASS STRUCTURE: Load Bearing Capacity: The manhole and liner minimum load rating shall be 16,000-1b. dynamic wheel load. 2G17 Fiberglass Manholes and Liners Page 2 of 7 2G17.4.2 Structural Performance: All manhole and liners shall meet the structural performance tests as defined in 2G17.6. In any case, the manhole and liner tested must be long enough to include at least one of all unique or repetitive features and the minimum length tested must be 3 feet for each cylinder. a. When static load of 40,000 lb. is applied according to static load test the manhole or liner shall not suffer damage or fail (See 2G17.6.1a). b. All manhole and liners shall not, when tested according to 2G17.6.1.b, deflect downward vertically more than 6.35 mm (1/4") when measured at the point of load application. c. The manhole or liner cylinder shall have a minimum pipe stiffness value as listed below: Total Length Minimum Pipe of Manhole liner Stiffness (PS) 1 to 1.8 m (3 to 6 ft.) 408 Kg/m2 (.72 psi) 1.9 to 3.7 m (7 to 12 ft.) 889 Kg/m2 (1.26 psi) 3.8 to 6.1 m (13 to 20 ft. 1417 Kg/m2 (2.01 psi) 6.2 to 7.6 m (21 to 25 ft.) 2129 Kg/m2 (3.02 psi) to 10.7 m (26 to 35 ft.) 3694 Kg/m2 (5.24 psi) 2G17.4.3 Laminate Properties: Significant laminate properties shall be established for each laminate construction. Laminate properties shall be established, if possible, on a section taken from a manhole or liner manufactured according to the method of fabrication selected by the manufacturer. If it is not possible to take laminates from a manhole or liner that will meet dimensional requirements for testing, the laminate may be made independent of the method but, in any case, must be consistent in all respects with the construction of the manhole liner. The following pipe wall properties shall be established: a. Material Compositions (% by weight) b. Compressive Strength (psi) - Hoop and Axial c. Flexural Strength (psi) - Hoop and Axial d. Flexural Modulus - Hoop and Axial e. Surface Hardness (barcol) 2G17.5 CHEMICAL REQUIREMENTS OF FIBERGLASS STRUCTURE: Testing shall be performed according to 2G17.6, and the log of percent property retention versus long of time data graph should be extrapolated by a linear plot beyond the 12 -month results to 10 years. The extrapolated data must assure retention of at least 50% of the initial properties in all categories. 2G17.6 2G17.6.1 METHOD OF TESTING FIBERGLASS STRUCTURE: Physical tests shall be performed to evaluate compliance with requirements set forth in 2G17.4. a. Static Load Test: The manhole or liner to be tested must be complete with cover and supporting ring installed. The specified load shall be applied eccentrically on a 15 cm x 15 cm x 1.25 cm (6" x 6" x 1/2") steel plate resting on the manhole or liner cover. The steel loading plate shall be located so that the center of the plate is within 10 cm (4") from the edge of the cover. Loading shall be done in 909 - Kg (2000 lb.) increments with close inspection between increases. The specified load shall be maintained for not less than 15 minutes. Interior constraint may be used at the bottom, as required to maintain round shape during testing. b. Deflection Test: The manhole or liner shall be supported and loaded according to procedure set in a. Static Load Test. When the applied load is 24,000 lb. the length that the manhole or liner cover deflects vertically downward from its preloaded position shall be recorded. c. Stiffness Test: The circular cylindrical portion of the manhole or liner shall have the minimum pipe stiffness values as listed below when tested according to ASTM D-2412 (Parallel Plate Test). 2G17 Fiberglass Manholes and Liners Page 3 of 7 d. Barcol Hardness Test: Equipment used shall be according to ASTM D-2583, Standard Method of Testing for Indentation Hardness of Plastics by means of a Barcol Impressor. The frequency of checks shall not be less than 3 random points per component part. The minimum acceptable value of cure shall not be less than 90% of the resin manufacturer's minimum value for the cured resin. e. Composition Test: Conducted per ASTM D-2584 "Standard Test Method for Ignition Loss of Cured Reinforced Resins." For laminates with fillers and/ or additives, the residue must be separated into its components (i.e. glass, sand, etc.) in order to determine the glass content. f. Compressive Strength: Conducted per ASTM D-695 (Note 1). g. Flexural Strength and Modulus: Conducted per ASTM D-790 (Note 1). Note 1 - Strength property test methods require flat laminates consistent with the method of fabrication selected for the manhole or liner. The frequency of check shall be at least once per 5 manhole liners. h. Dimensions: (1) Dimensions other than thickness shall be measured with a steel tap with graduations of 3 mm (1/8") or less. (2) Thickness: Measure to the nearest percent 0.25 mm (0.01") with a micrometer, caliper, gauge or other suitable instrument. A minimum of one thickness reading per 3 m2 (33.4 ft. 2) of laminate surface in areas of constant thickness shall be made. Through regions of wall taper, sufficient checks must be made to establish actual thickness. The test shall be run at least once per 10 manhole liners. 2G17.6.2 Testing procedures for measuring chemical resistance shall conform to ASTM C-581. The percent retention of each property (See 2G17.4.3) after immersion testing (versus the initial value) is to be plotted against the log of the immersion time. 2G17.7 CERTIFICATION OF FIBERGLASS STRUCTURE: The manufacturer of the fiberglass manholes or liners shall certify that the manholes or liners meet all physical and chemical requirements as listed in 2G17.4 and 2G17.5 of this specification, respectively. Certification shall be submitted to the Engineer in writing. 2G17.8 QUALITY CONTROL OF FIBERGLASS STRUCTURE: Physical tests of the manhole or liner strength shall be conducted in accordance with 2G17.6.1a, b and c. Each test shall be conducted at least once per shipment of manholes or liners. Test of physical properties of laminate, as specified in 2G17.6.1.d, e, f, g & h of this specification, shall be done on at least one of every 50 manholes or liners. Results of testing shall be submitted in writing to the Engineer. 2G17.9 REPAIRS TO FIBERGLASS STRUCTURE: Repairs shall not be permitted unless the required manhole or liner meets all requirements of an undamaged manhole and it s components. 2G17.10 MARKING AND IDENTIFICATION OF FIBERGLASS STRUCTURES: All manholes or liners shall be marked on the inside. The markings shall be permanent and include: a. Manufacturer Identification (Name) b. Manufacturing Serial No. (Number to appear in report for identification.) 2G17.11 2G17.11.1 DEFECTS NOT PERMITTED IN FIBERGLASS STRUCTURE: Interior Surfaces: a. Crazing b. Delamination c. Exposed fibers 2G17 Fiberglass Manholes and Liners Page 4 of 7 d. Blisters over 1/2 inch in diameter e. Pits and voids directly under surface that can be broken by finger pressure, over 5 per square foot. f. Wrinkles over 1/8 inch 2G17.11.2 Exterior Surfaces: a. Delamination b. Exposed fibers c. Blisters over 1/2 inch in diameter d. Sharp projections; the surface shall be relatively smooth as to allow handling of manholes or liners without the need for gloves or special protection. 2G17.12 CONSTRUCTION METHODS: 2G17.12.1 General: The limit 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, streets, etc. 2G17.12.2 2G17.12.3 Vertical Side: When necessary to protect other improvements, the Contractor shall maintain vertical sides of the excavation. The limit 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 in such a manner as to prevent injurious caving. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. Safety requirements shall govern the back slope used. 2G17.12.4 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 formwork. 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 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 protected from excessive rainfall, drainage and drying. 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. 2G17.12.5 2G17.12.6 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 on 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 4" through 15" 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 saber saw with masonry blade. Impact type tools and circular saws shall not be used. 2G17 Fiberglass Manholes and Liners Page 5 of 7 2G17.12.7 Handling: Manholes and liners shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole or liner must be moved by rolling, the ground which it transverses shall be smooth and free of rocks, debris, etc. Manholes and liners shall be lifted as specified by the Manufacturer. 2G17.12.8 Height Adjustment: As necessary, position bricks, concrete or HDPE adjustment rings on the fiberglass insert to adjust the manhole cover to correct elevation. 2G17.12.9 Installation: Unless a solid bottom with anti -floatation flange is specified, a minimum of 8 holes 5/8 in. in diameter shall be drilled around the periphery of the manholes, 4 in. from the bottom for use in inserting #4 reinforcing bars to be keys into the concrete base to prevent the manhole from floating. Lower manhole or liner into wet concrete until it rests at the proper elevation and minimum of six (6) inches into concrete, then plumb. 2G17.12.10 Backfill Material: a. "Hasty Backfill" cement stabilized sand shall be used to backfill around the manhole for a distance of two feet from the outside surface and extending from the bottom of the excavation to the bottom of the top slab. Refer to Section 022020 "Excavation and Backfill for Utilities and Sewers" for requirements of "Hasty Backfill' material. b. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Excavated material, which is to be used for fill or backfill, may be stockpiled on the site. Location of stockpiles shall be approved by the Engineer. Top soil should be stockpiled separately and used for fmish grading around the structure, if necessary. 2G17.12.11 Schedule for Backfilling: The Contractor may begin backfilling of manhole as soon as the concrete has been allowed to cure and the forms removed. 2G17.12.12 Compaction: Backfill shall be placed in layers not to exceed 6" compacted thickness and mechanically tamped to at least 95% Standard Proctor Density. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 2G17.12.13 Grouting: Completely fill void space with grout. 2G17.13 TESTING: Manholes and manhole liners will be tested for leakage by either of two tests as specified by the Engineer. 2G17.13.1 Water Leakage Test: a. The contractor shall provide water, labor and materials for testing. b. Testing will be as follows: 1) With sewer 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. 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. 2G17 Fiberglass Manholes and Liners Page 6 of 7 c. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. 2G17.13.2 Vacuum Test: Vacuum testing shall be in accordance with Section 027203, "Vacuum Testing of Sanitary Sewer Manhole and Structures". 2G17.14 GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES: The adjustment of the ring and cover is to be achieved by removal or addition of grade adjustment bricks, or concrete/HDPE adjustment rings which rest above the fiberglass corbel. Where required on repair or rehabilitation projects that lower the new surface elevation to the extent that the new elevation cannot be achieved by removal of bricks and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. a. Note that manhole repair kits are available for this work. b. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6" below the seam where the corbel meets the vertical wall. c. Excavate evenly around the manhole, as required. d. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. e. Grind and clean ends of fiberglass that are to be re united. f. Replace and align the top. Fiberglass a 6' strip along the outside seam all around with two layers of mat with one layer of roven woven sandwiched between. g. 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. h. After the putty has set, fiberglass a 6" strip on the inside as previously done on the outside. i. After curing, backfill with select material compacted to a minimum of 95% standard proctor or as directed by the Engineer. 2G17 Fiberglass Manholes and Liners Page 7 of 7 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G19[31 GROUTING ABANDONED LINES 2G19.1 SCOPE: This specification shall govern for all work necessary for completely filling existing pipe with grout and or drilling mud. 2G19.2 GROUTING OF EXISTING LINES: 2G19.2.1 Intent: It is the intent of this specification that the existing buried pipe lines that are being abandoned be completely filled with grout or drilling mud to prevent their collapse in the future. It shall be the responsibility of the Contractor to determine the methods used to accomplish this work. The method shall include some method of determining that the lines are filled, such as computing the volume to be filled and measuring the quantity of material actually used. It shall also be the Contractors responsibility to comply with all applicable local, state and federal regulations and laws. 2G19.2.2 Submittal Data: Before construction begins the Contractor shall furnish to the Engineer for his review and approval a Plan Of Action for accomplishing this work. As a minimum this plan shall include the following information. a. Type of material to be used in filling the lines and shall include contents of mixture, if applicable; b. List and description of equipment to be used; c. Description of procedure; d. Sequence of operation; e. Method of determining that lines is completely filled; and f. Method of correcting areas that are not completely filled. 2G19.2.3 Grout: If grout is used, it shall having good flow characteristics, minimum shrinkage, and permanence of support. A suggested mix design per cubic yard is: 2100 lbs. ± of sand, 7 sacks of Portland cement, 21 ounces (3 ounces per sack of cement) of Pozzolith 300R as manufactured by Master Builders, or Sikamix 100 as manufactured by Sika Chemical Corporation or equal and enough water (but no more) to provide a mixture that will flow as required to accomplish the intended purpose. 2G19.4 CLEAN UP: After all installation work has been completed, the Contractor shall clean up the area around the work area and return the ground cover to a like or better condition as existed prior to construction. All material removed and the Contractors debris shall be hauled off and properly disposed of by the Contractor. 2G19 Grouting Sewer Lines Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2G - SITE UTILITIES 2G21[21 WATER SERVICE MATERIAL (City of Corpus Christi) 2G21.1 SCOPE: This specification shall govern for furnishing all water service material required to complete the individual single and double lot services in the project. 2G21.2 MATERIAL: 2G21.2.2 Fittings: a. Service saddle shall be a bronze strap Rockwell 33 James Jones J-979 or equal approved by City Water Division. b. Corporation stop shall be Mueller No. 15008 James Jones J-3401 or equal approved by City Water Division. Corporation stops shall utilize an A.W.W.A. inlet thread. c. Meter valves for single services shall be Ford BA43-332, James Jones J -1963W (for 3/4"); BA43-444 (for 1"), or a Ford U-48-43 branch assembly with BA13- 332 meter valve for double lot services. James Jones branch assembly shall be J-2613. 2G21.3 CONSTRUCTION METHODS: 2G21.3.1 General: All taps and services shall be made in accordance with City of Corpus Christi Water Division distribution system standards and Manufacturer's recommendations. 2G21 Water Service Material Page 1 of 1 DIVISION 2- SITE WORK SECTION 2G - SITE UTILITIES 2G29[11 RECONSTRUCTION OF SANITARY SEWER PIPES BY CURED -IN -PLACE -PIPE (CIPP) 2G29.1 SCOPE: This specification shall govern for all work necessary for the reconstruction of existing sewer lines by forming a cured in place pipe within an existing structurally deteriorated pipe which has generally maintained it's shape. 2G29.2 REFERENCE SPECIFICATIONS: This specification references ASTM F1216 and ASTM D790 which is made a part hereof by such reference and shall be the latest edition and revision thereof ASTM F1216 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube, shall govern when not addressed by this specification. 2G29.3 GENERAL: It is the intent of this specification that the cured in place pipe installed shall provide flow capacity equal to or greater than 100% of the original pipe's flow capacity when new. The process is defined as the reconstruction of sewer lines by installation of a thermosetting resin impregnated flexible felt fiber tube coated on one side with polyurethane which is inverted into the existing sewer line utilizing a water column Curing is accomplished by circulating hot water (or other approved fluid) throughout the length of the inverted tube to cure the thermosetting resin into a hard impermeable pipe with the polyurethane coating on the inside surface of the new pipe. The pipe shall extend the full length of the original pipe and shall provide a structurally sound, jointless, close -fitting, cured -in -place -pipe. 2G29.3.1 Prequalifications: The process (materials, methods, workmanship) must be proven through previous successful installations in this Agency's sewer collection system or other sewer systems to an extent and nature satisfactory to the Owner (Agency) and commensurate with the size of the project under the proposed contract. Only proposals for prequalified products will be read. Proposals submitted for products or from contractors that have not been prequalified will be returned unopened. The Contractor, the proposed method of reconstruction, and the product manufacturer's name shall be clearly identified on the proposal envelope. 2G29.4 MATERIALS: The flexible felt fiber tube shall be fabricated to a size that when installed it will neatly fit the internal circumference of the conduit specified by the Engineer. An allowance shall be made for some circumferential stretching during inversion. The minimum length shall be that deemed necessary by the Contractor to effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the lengths in the field before impregnation of the tube with resin. Individual inversion runs can be made over one or more manhole sections as determined in the field by the Contractor and approved by the Authorized Representative. The outside of the tube, before installation, shall have an impermeable plastic coating. This coating will form the inner layer of the finished pipe and is required for enhancement of corrosion, flow, and abrasion properties. The layers which constitute the pipe wall must be such that when the thermosetting resin cures, the total wall thickness must be homogeneous with no internal layer of plastic which might weaken the pipe wall and allow internal shear. When cured the CIPP must form a mechanical bond with the conduit. The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detail examination with closed circuit television inspection equipment may be made. Unless otherwise specified, the Contractor shall furnish a general purpose, unsaturated, polyester resin and catalyst system compatible with the 2G29 Cured -in -Place Pipe Page 1 of 6 inversion process that provides cured physical strengths specified herein. The materials used shall result in an installed CIPP flow capacity which will have equal to or greater than 100% of the original pipe's flow capacity when new. The existing sewers, where designated or required shall be lined using materials and workmanship which can be adapted to the restrictions of the work site. The Contractor shall not begin this phase of the work until there is sufficient materials on hand to complete the job. The Contractor shall furnish to the Authorized Representative, prior to use of the lining material, satisfactory certification from an approved testing laboratory as to the results of testing the proposed lining material. In addition to the above structural requirements, satisfactory evidence shall be provided by the Contractor to the Authorized Representative that the proposed lining material will incorporate a polyester resin that is suitable for chemical resistance. 2G29.5 PHYSICAL STRENGTH: 2G29.5.1 Design: The CIPP shall be designed as per ASTM F1216, Appendix XI. The CIPP design shall assume no bonding to the original pipe wall. The Long -Term Flexural Modulus to be used in Design shall be verified by independent testing (preferably the Trenchless Technology Center at Louisiana Tech University. Such Long -Term Modulus shall not exceed 50% of the short-term values given 5.3. CIPP thickness shall not be less than that which is computed from the DR's given in Table #1. 2G29.5.2 Material: The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occur during testing of field samples, new samples will be cut from the work. Any reoccurrence may cause rejection of the work. 2G29.5.3 Strength: The cured pipe material (CIPP) shall conform to the minimum structural standards, as listed below: Result Minimum Physicals Resin with Resin per 400,000 psi Test Method ASTM F 1216 Properties Modulus of Elasticity ASTM D-790 250,000 400,000 psi Flexural Stress ASTM D-790 4,500 4,500 psi TABLE #1 CIPP THICKNESS DESIGN BASED ON ASTM F1216 APPENDIX CIPP Pipe Size Existing Pipe Ovality Pipe Depth Dimensional Ratio (DR) Condition (Groundwater DR=Diameter/Thickness 1/2 Depth) Min. Flex. Modulus Resin with Flex. Mod. E=250,000 psi E=4000,000 psi per ASTM F1216 6"-24" FD** 0-2% 4'-8' 58.8 68.8 6"-24" FD 2-5% 4'-8' 49.3 57.6 6"-24" FD 5-10% 4'-8' 36.7 42.9 6"-24" FD 0-2% 9'-16' 42.7 49.9 6"-24" FD 2-5% 9'-16' 35.7 41.8 6"-24" FD 5-10% 9'-16' 26.6 31.1 27"-48" PD* 0-2% 4'-8' 78.4 91.6 27"-48" PD 2-5% 4'-8' 71.9 83.8 27"-48" PD 5-10% 4'-8' 62.2 72.5 27"-48" PD 0-2% 9'-16' 62.4 72.8 27"-48" PD 2-5% 9'-16' 57.2 66.8 27"-48" PD 5-10% 9'-16' 49.5 57.8 CIPP 2G29 Cured -in -Place Pipe Page 2 of 6 Pipe Size Existing Pipe Ovality Pipe Depth Dimensional Ratio (DR) Condition (Groundwater DR=Diameter/Thickness 1/2 Depth) Min. Flex. Modulus Resin with Flex. Mod. E=250,000 psi E=4000,000 psi per ASTM F1216 27"-48" FD 0-2% 4'-8' 60.5 70.7 27"-48" FD 2-5% 4'-8' 50.6 59.2 27"-48" FD 5-10% 4'-8' 37.7 44.1 27"-48" FD 0-2% 9'-16' 46.9 54.9 27"-48" FD 2-5% 9'-16' 39.2 45.9 27"-48" FD 5-10% 9'-16' 29.3 34.2 * - PD Partially Deteriorated, capable of sustaining load in future, however the CIPP must resist groundwater (infiltration), provide corrosion protection, seal root intrusions and provide flow improvement, as examples. ** - FD Fully Deteriorated, no strength to be assigned to the existing pipe; supply a fully structural pipe. For FD condition, the following parameters were used: Soil modulus - 700 psi Soil density - 120lb/cu.ft. Live load - Hwy H20, 16,000 lbs. For CIPP wall thickness - divide diameter by DR. Example: 12", FD Pipe, 2% ovality, 8' deep, E=400,000 psi Read DR=68.8 from table CIPP wall thickness t=12/68.8=0.174" 2G29.6 CONSTRUCTION METHODS: 2G29.6.1 Pre -Installation Procedures: The following installation procedures shall be adhered to unless otherwise approved by the Owner's Representative. a. Safety: The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards Particular attention is drawn to those safety requirements involving work on an elevated platform and entry into a confined space or the use of steam. b. Responsibilities: It shall be the responsibility of the Owner to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. If a street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to do this for the mutually agreed time period. The Owner shall also provide free access to water hydrants for cleaning, inversion and other work items requiring water. c. Pre -inversion Cleaning: It shall be the responsibility of the Contractor to remove all loose debris which is located within the sewer pipe. The Owner shall also provide a dump site for all debris removed form the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in absence of the cleaning operation. Any hazardous waste material encountered during this project will be considered as a changed condition. d. Pre -inversion Inspection: Inspection of sewer pipe shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television inspection. The interior of the pipe shall be carefully inspected to determine the location of any conditions which may prevent proper 2G29 Cured -in -Place Pipe Page 3 of 6 installation of the CIPP, and it shall be noted so that these conditions can be corrected. A videotape and suitable log shall be kept for later reference by the Owner and/or Contractor. e. Bypassing Sewage: When required for acceptable completion of an inversion process task, the Contractor shall provide for sewage flow maintenance around the section or sections of pipe designated for the inversion process. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Owner may require a detail of the bypass plan to be submitted. f. Line Obstructions: It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre -installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the inversion process, and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of the work and shall be considered as a separate pay item. g. Out of Service: In the event that a service will be temporarily out of service, the maximum amount of time of no service shall be 12 hours for any property served by the sewer. Such notification shall be provided to the Utility Department at least one week prior to service disconnecting. h. Public Notification: A public notification program shall be implemented and shall, as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: (1) Written notice to be delivered to each home or business describing the work, schedule, how it affects them, and a local telephone number of the Contractor they can call to discuss the project or any problems which could arise. (2) Personal contact and attempted written notice the day prior to the beginning of work being conducted on the section relative to the residents affected. (3) Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 2G29.7 INSTALLATION PROCEDURES: a. Wet -Out: The Contractor shall designate a location where the tube will be impregnated ("wet -out") with resin using distribution rollers and vacuum to thoroughly saturate the tube felt fiber prior to installation. This must be done to ensure that there will be no resin voids or weak areas. The Contractor shall allow the Owner's Authorized Representative to inspect the materials and wet - out procedure. A catalyst system compatible with the resin and tube shall be used. The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. To insure a thorough wet -out, the point of vacuum shall be no further than 25 feet from the point of initial resin introduction. After vacuum in the tube is established, the vacuum points shall be no further than 75 feet from the leading edge of the resin. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. b. Insertion: The wet -out tube shall be inserted through an existing manhole or other approved access by means of an inversion process and the application of a water column sufficient to fully extend it to the next designated manhole or termination point. The tube end shall initially be turned inside out and attached to a platform ring or standpipe. The inversion water column will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole -to -manhole and hold 2G29 Cured -in -Place Pipe Page 4 of 6 the tube tight against the existing pipe wall, produce dimples at side connections, and flared ends at the manholes. The Contractor shall not be allowed to pull the wet -out tube in place unless the Contractor can prove that this method of installation does not result in tears or abrasion of the tube and uneven redistribution of resin. c. Curing: After the insertion is completed, the Contractor shall supply a suitable heat source and water recirculation system capable of delivering hot water uniformly throughout the section to effect a consistent cure of the resin. The curing temperature shall be that recommended by the resin/catalyst system manufacturer. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated tube and the invert of the original pipe at the manhole(s) to determine the temperature during the resin curing process. Initial cure shall be considered completed when the exposed portions of the CIPP appear to be hard and the remote temperature sensing device indicates the cure period to be of adequate duration as recommended by the resin/catalyst system manufacturer and modified for the inversion process. d. Cool -Down: The Contractor shall cool the hardened CIPP to a temperature below 100 degrees Fahrenheit before relieving the water column. Cool water may be added to the water column while draining hot water from a small hole at the opposite end of the CIPP so that a constant water column height is maintained until cool -down is completed. Care shall be taken in the release of the water column so that a vacuum will not be developed that could damage the newly installed CIPP. e. Warranty: The finished CIPP shall be continuous over the entire length of an inversion run and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes and elamination. It shall also meet the leakage requirements or pressure test specified below. During the warranty period any defects which will affect the integrity or strength of the CIPP shall be repaired at the Contractor's expense in a manner mutually agreed to by the City and the Contractor. 2G29.8 SEALING OF MANHOLES: If the CIPP fails to make a tight seal at a manhole, the Contractor shall apply a seal at that point. The seal shall be of a material compatible with the CIPP material. 2G29.9 SERVICE CONNECTIONS: After the CIPP has been cured in place, the Contractor shall reopen the existing active service connections as designated by the Owner's Authorized Representative. This shall generally be done without excavation, and in the case of non -man entry pipe, from the interior of the pipeline by means of a television camera and a cutting device that re-establishes the service connection to not less than 90% capacity. Cutting devices that use high pressure water shall not be used since they may cause damage to the lateral. When fiberglass or other reinforcing fibers are used, that may cause wicking at lateral openings, the lateral opening edges must be sealed with a resin mixture compatible with the tube resin. The Contractor shall certify he has a minimum of 2 complete working cutter units plus spare key components on the site before each inversion. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work. 2G29.10 TESTING: a. Chemical Resistance: The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 2G29 Cured -in -Place Pipe Page 5 of 6 b. Water Testing: The watertightness of the CIPP shall be gauged monitoring the water level in the inversion tube while curing. The water testing must be done directly on the finished product and not on an intermediary hose which is not part of the final product. c. Samples: For each installation the Contractor shall submit testing results on a sample of cured liner. The sample shall be taken at a termination point opposite the liner entry point. The testing shall be accomplished by a laboratory approved by the Engineer. 2G29.11 CLEAN-UP: Upon acceptance of the installation work and testing, the Contractor shall reinstate the project area affected by this operations. 2G29.12 PATENTS: The inversion process is patented and is installed by licensed Contractors. The Contractor shall warrant to the City and his Engineer that the methods, materials and equipment used herein, where covered by license are furnished in accordance with such license and the prices included in this proposal include applicable royalties and fees in accordance with such license. The Contractor shall warrant and save harmless the City and his Engineer against all claims for patent infringement and any loss thereof. 2G29 Cured -in -Place Pipe Page 6 of 6 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H1 [6] FLEXIBLE BASE (LIMESTONE TyA GR1) 2H1.1 SCOPE: This specification shall govern for all work necessary to provide the base course (limestone) on the previously prepared subgrade (or subbase) required to complete the project. 2H1.2 MATERIALS: The materials shall be obtained from approved sources and shall consist of durable particles of limestone mixed with approved binding materials. The soil binder shall meet the following requirements: a. The liquid limit shall not exceed 35 when tested in accordance with ASTM Designation D4318. b. The plasticity index shall be determined by testing in accordance with ASTM Designation D4318 and it shall not exceed 10 nor be less than 4. c. The wet ball mill max. 40. d. Maximum increase in materials passing the No. 40 sieve shall be 20. The processed binder material, when properly slaked and tested by standard laboratory methods, shall meet the following requirements of the Texas Department of Transportation Item 247, Type "A", Grade 1. 1) Retained 1 3/4 inch sieve 0% 2) Retained 7/8" sieve 10% - 35% 3) Retained 3/8" sieve 30% - 50% 4) Retained No. 4 45% - 65% 5) Retained No. 40 70% - 85% The material shall be rejected upon visual inspection, should it contain an excessive amount of clay balls or roots. If an abundance of rocks larger than 2 inches are present in the material, they shall be removed by hand and disposed of. Limestone which fails to meet the requirements of these specifications may be rejected by the Engineer. Such rejection shall incur no cost to the Owner. 2H1.3 CONSTRUCTION METHODS: 2H1.3.1 General: The Engineer shall approve the previously completed subgrade or subbase before the Contractor places the base material. The subgrade shall be to grade within 1/2", but highs and lows must approximately balance. The proper amount of base to construct the base thickness as specified shall be delivered and spread. Base dumped one day shall be spread the same day if at all possible, if not, it shall be spread on the next working day. In no case shall it remain over a weekend or holiday without being spread. 2H1.3.2 Placing and Mixing: The flexible base material shall be placed on the approved subgrade in courses not to exceed 6 inches compacted depth. It shall be the responsibility of the contractor that the required amount of materials be delivered and uniformly spread and shaped. All materials shall be moved from the place where it is dumped by cutting into windrows, it shall be sprinlded, spread, shaped and rolled in proper sequence to prevent segregation and as necessary for required compaction. 2H 1 Flexible Base Page 1 of 4 2H1.3.3 Shaping: The surface upon completion shall be smooth and in conformity with typical sections and to the established lines and grades. Any deviation in excess of 1/4 inch in cross section and in length of 16 feet measured longitudinally shall be corrected. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying the areas affected, adding suitable material where required, reshaping and recompacting by sprinkling and rolling. 2H1.3.4 Spreading and Compaction: 2H1.3.4.1 First Course: Immediately before placing the base material, the subgrade shall be checked as to conformity with grade and section. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or unforeseen circumstances render impracticable the spreading of the material during the first 24 hour period, the material shall be scarified and spread as directed by the Engineer. The material shall be sprinlded, if required and bladed, dragged and shaped to conform to typical section as shown on plans. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material. If additional binder is considered desirable or necessary after the material is spread and shaped, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, brooming, or by other approved methods. The course shall be then thoroughly mixed and sprinlded as may be required to produce the optimum moisture of that material as determined by moisture -density relationship in accordance with AASHTO T-99 or ASTM D-698. It shall then be rolled with an approved roller in accordance with paragraph 2H1.3.5 Equipment of this section of the specifications, until a uniform compaction of at least 98% standard proctor density is obtained. When using sheepsfoot roller, deposited material shall not exceed 4 inch loose measurement in thickness. When using pneumatic tire roller, deposited material shall not exceed 2 inch loose measurement in thickness. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and in conformity with the typical section shown on plans and to established lines and grades. 2H1.3.4.2 Succeeding Course: Construction methods shall be the same as prescribed for the first course. The completed flexible base shall have a uniform compacted thickness of 6 inches or 8" as indicated by the plans. Should the base course, due to any reason or cause, lose the required stability, density, and finish before the surfacing is complete, it shall solely be the Contractor's responsibility to recompact and refinish the base until deemed acceptable by the Engineer. 2H1.3.5 EQUIPMENT: Rolling shall consist of the compaction of embankment, subgrade or flexible base by the operation of approved power rollers, as herein specified and as directed by the Engineer. 2H1.3.5.1 Steel Wheel Rollers: Steel wheel rollers shall be of the three wheel, self-propelled type, weighing not less than 10 tons (9,000 kg) and shall provide a pressure on the rear wheels of not less than 325 pounds per linear inch (6 kg linear mm) of wheel width. All wheels shall have a flat surface. Rear wheels shall have a diameter of not less than 48 inches (1.2M), and shall have a tire width of not less than 20 inches (0.5M). 2H1.3.5.2 Tamping Rollers: Tamping rollers shall consist of two metal rollers, drums or shells of not less than 40 inches (1M) in diameter; each not less than 42 inches (1M) in length and unit mounted in a rigid frame in such a manner that each roller may oscillate independently of each other. Each roller, drum or shell shall be surrounded by metal studs with tamping feet projecting not less than seven inches (18 cm) from the surface and spaced not less than six inches (15 cm) nor more than 10 inches (25 cm) measured diagonally center to center. The cross-sectional area of each tamping foot shall be not less than five square inches (160 cm2) nor more than eight square inches (400 cm2). The roller shall be equipped with cleaning teeth to provide self-cleaning. The roller shall be the type that by ballast loading, the 2H1 Flexible Base Page 2 of 4 load of each tamping foot may be varied uniformly from not less than 125 psi (.86 MPa) of cross sectional area. The Contractor may use heavier rollers with compression valves up to 500 psi (3.4 MPa) when approved by the Engineer. The load per tamping foot shall be determined by dividing the total weight of the roller by the number of tamping feet in a row parallel to or approximately parallel to the axis of the roller. The compression to be provided at any time shall be drawn by approved power equipment with adequate traction. Power equipment used for embankment construction shall be the crawler type tractor. Two tamping rollers consisting of four cylinders, conforming to the previously prescribed requirements, drawn by approved power equipment, shall be considered as a roller unit. 2H1.3.5.3 Pneumatic Tire Roller: Tire rollers shall consist of not less than nine pneumatic tire wheels, running on axles in such a manner that the rear group of tires shall not follow in the tracks of the forward group of tires, and be mounted in a rigid frame. They shall be of the type suitable for ballast loading. The distance between the front and rear axles shall be not less than five feet (1.5M) nor more than 10 feet (3M). The front axle shall be attached to the frame in such a manner that the roller may be turned in a practical circle. The pneumatic tire roller shall have an effective rolling width of approximately 60 inches (1.5M). It shall be so designed that, by ballast loading, the load may be varied uniformly from not less than 100 pounds per inch (.69MPa) of width of tire thread. The Contractor may use heavier roller with wheel bases up to 18 feet (5.5M) when approved by the Engineer. The roller under working conditions shall provide a uniform compression under all wheels. The total combined width of effective tire threads shall be not less than 85 percent of the effective roller widths. The pneumatic tire roller shall be drawn by either an approved crawler type tractor, a pneumatic tire tractor, or a truck of adequate tractive effort; or may be self-propelled; and the roller, when drawn or propelled by either type of equipment, shall be considered a pneumatic tire roller unit. 2H1.3.5.4 Vibratory Rollers: Rollers with vibrating drums may be used for compaction of embankment or subgrades when approved by the Engineer. 2H1.3.6 ALLOWABLE TOLERANCES: 2H1.3.6.1 First Course: 1/2" by 16' template or straight edge. Check both longitudinally and transversally on 10' centers. 2H1.3.6.2 Final Course: 1/4" by 16' template or straight edge. Check both longitudinally and transversally on 10' centers. 2H1.3.6.3 Moisture Content: Minimum 85% of optimum Maximum 115% of optimum 2H1.3.7 FIELD TESTS: 2H1.3.7.1 Surface Test: After the base course is completely compacted to required density, the surface shall be tested for smoothness and accuracy of grade as set out above. If any portions are found to lack required smoothness or fail in accuracy of grade or crown, such portions shall be scarified, reshaped, recompacted and otherwise manipulated until the required smoothness and accuracy is obtained. These test shall be made by the Contractor under the supervision of the Engineer. 2H1.3.7.2 Thickness Test: The thickness of the finished base shall be determined by depth cores taken at interval in such manner that each test shall represent no more than 400 square yards. When the base deficiency is more than 1/2 -inch, the Contractor shall correct such areas by scarifying, adding satisfactory base mixture, rolling, sprinkling, reshaping and refmishing in accordance with these specifications. The Contractor shall replace at his expense the base material where borings are taken for test purposes. These tests shall be made by the Contractor under the supervision of the Engineer. 2H1 Flexible Base Page 3 of 4 2H1.3.7.3 Density: Field density tests will be taken in accordance with the provisions as set out in Section 1E7 of the Special conditions. 2H1.3.8 PROTECTION AND MAINTENANCE OF BASE: The base shall be maintained throughout its entire length by the use of a standard road machine or motor grade and rollers until the asphaltic material is applied. Before preparations have started for application of the asphalt, the base course shall be allowed to partially dry until the average moisture content of the full depth of base is less than 80% of the optimum moisture of the base mixture. The drying shall not continue to the extent that the surface of the base becomes dusty, with consequent loss of binder, If, during the curing period, the surface of the base dries too rapidly, it shall be kept moist by sprinkling until such time as the asphalt shall be applied. 2H 1 Flexible Base Page 4 of 4 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H6[1] PRIME COAT 2H6.1 SCOPE: This specification shall govern for all work necessary to provide the prime coat as required to complete the project. 2H6.2 MATERIAL: Asphaltic material shall conform to Item 300 "Asphalt, Oil and Emulsions" of the Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Edition; of the Texas Department of Public Transportation. If the type of asphaltic material is not shown on the drawings use MC -30 or MC -70. 2H6.3 APPLICATION RATE: When application rates are not shown on the drawings apply asphaltic material at the rate of 0.15 Gal. per square yard. 2H6.4 CONSTRUCTION METHODS: The Engineer shall approve the previously prepared base before prime coat is applied. The surface to be primed shall be cleaned by sweeping or other approved methods. The asphalt shall be applied uniformly at the specified rate or as modified by the Engineer. Material shall be applied using an approved type of self propelled pressure distributor. Any "holidays" shall be covered using a hand spray. Asphaltic material shall be heated and applied at a temperature between 125°F to 175°F. Attention is called to the fact that asphaltic materials are very flammable. The Contractor shall be responsible for any fires or accidents which may result from heating the asphaltic material. Asphaltic material shall not be applied when air temperature is below 40°F. The Contractor shall be responsible for the maintenance of primed surface until the work is accepted by the Engineer just prior to the application of the next course. 2H6 Prime Coat Page 1 of 1 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H11[2] HOT MIX -HOT LAID ASPHALTIC CONCRETE PAVEMENT 2H11.1 SCOPE: This specification shall govern for all work necessary to complete a leveling -up course, a base course, a surface course or any combination of these courses as shown on the drawings, each to be composed of a compacted mixture of mineral aggregate and asphaltic material. The pavement shall be constructed on the previously completed and approved base or the existing pavement. 2H11.2 GENERAL: This specification shall govern for furnishing the following type of Hot Mix -Hot Laid Asphaltic Concrete. 2H11.2.1 Fine Graded Surface Course: a. Type "D" b. Stability" 35% minimum 2H11.3 MATERIALS: 2H11.3.1 Mineral Aggregate: The mineral aggregate shall be composed of a coarse aggregate, a fine aggregate, and if required, a mineral filler. Combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45, when tested in accordance with Test Method Tex -203-F. Mineral aggregate from each source will meet the quality tests specified hereafter. a. Coarse Aggregate: Coarse aggregate shall be that part of the aggregate retained on the No. 10 sieve; shall consist of clean, tough, durable fragments of stone, crushed gravel, crushed limestone or combination thereof meeting the requirements of this specification. When the coarse aggregate is tested in accordance with Test Method Tex -217-F, Part I and Part II; the amount of organic matter, clay, loam or particles coated therewith or other undesirable materials shall not exceed 2% and when the remaining part of the sample is further tested in accordance with Test Method Tex -217-F, Part II; the amount of material removed shall not exceed 1%. When it is required that coarse aggregate be sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed, when tested in accordance Test Method Tex -217-F Part II shall not exceed 2%. The coarse aggregate (each coarse aggregate when a combination of materials is used) shall have an abrasion of not more than 40% loss by weight when subjected to the Los Angeles Abrasion Test, Test Method Tex -410-A and 45% for the binder and base courses. Polish value shall not be less than 30 for aggregate used in the surface course in accordance with Tex -438-A. b. Fine Aggregate: The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall consist of sand and/or screenings. Fine aggregate shall consist of durable particles, free from injurious foreign matter that passes the Los Angeles abrasion requirements per above. Screenings may be blended with a maximum of 15% uncrushed aggregate or field sand. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 2H11 Hot Mix Page 1 of 7 c. Mineral Filler: Mineral filler shall consist of thoroughly dry stone dust, Portland cement, fly ash or other mineral dust approved by the Engineer. The material filler shall be free from foreign and other injurious matter. When tested by Test Method Tex -200-F, (Parts I and II) it shall meet the following grading requirements. Percent By Weight Passing a No. 30 Sieve 95 to 100 Passing a No. 80 Sieve, not less than 75 Passing a No. 200 Sieve, not less than 55 2H11.3.2 Asphaltic Materials: a. Paving Mixture: Asphalt for the paving mixture shall be PG64-22 asphalt cement and shall conform to Item 300 "Asphalt, Oil and Emulsions" of the Standard Specifications for Construction of Highways, Streets and Bridges, current edition; of the Texas Department of Transportation. The Contractor shall notify the Engineer of the source of his asphaltic material prior to design or production of the asphaltic mixture and this source shall not be changed during the course of the project except on written permission of the Engineer. b. Tack Coat: The asphaltic material for tack coat shall meet the requirements for SS -1H. Asphaltic materials shall meet the requirements of the aforementioned Item 300. 2H11.4 PAVING MIXTURES: 2H11.4.1 General: The paving mixtures shall be designed in accordance with TxDOT Bulletin C-14 and Tex -204-F and shall consist of a uniform mixture of coarse aggregate, fine aggregate, asphaltic material and mineral filler, if required. The grading of each constituent of mineral aggregate shall be such as to produce, when properly proportioned, a mixture which, when tested in accordance with Test Method Tex -200- F, will conform to the limitations for master grading for the types of asphaltic concrete as set out hereinafter. 2H11.4.2 Types of Asphaltic Concrete: a. Type "D" - Fine Graded Surface Course: Sieve Size Percent Passing By Weight or Volume Passing 1/2" sieve 98 to 100 Passing 3/8" sieve 85 to 100 Passing No. 4 sieve 50 to 70 Passing No. 8 sieve 35 to 46 Passing No. 30 sieve 15 to 29 Passing No. 50 sieve 7 to 20 Passing No. 200 sieve 2 to 7 Minimum % voids = 15 The asphaltic material shall form from 4.0 to 8.0 percent of the mixture by weight or 9% to 19% of the mixture by volume unless specified otherwise on the drawings 2H11 Hot Mix Page 2 of 7 b. Type "B" - Fine Graded Base Course & Leveling Up Course: Percent Passing Sieve Size By Weight or Volume Passing 1" sieve 100 Passing 7/8" sieve 95 to 100 Passing 5/8" sieve 75 to 95 Passing 3/8" sieve 60 to 80 Passing No. 4 sieve 40 to 60 Passing No. 10 sieve 27 to 40 Passing No. 40 sieve 10 to 25 Passing No. 80 sieve 3 to 13 Passing No. 200 sieve 1 to 6 * Minimum % voids = 12 * 2-8 when Test Method Tex -200-F Part II (washed sieve analysis) is used. The asphaltic material shall form from 3.5 to 7.0 percent of the mixture by weight or 8% to 16% of the mixture by volume unless specified otherwise on the drawings. 2H11.4.3 Tolerances: A reputable testing laboratory shall be retained to designate the exact grading of the aggregate content, within the above limits, to be used in the mixture produced should not vary from the designated grading and asphalt content by more than the tolerances allowed herein; however, the mixture produced shall conform to the limitations for master grading specified above. 2H11.2.4 2H11.4.5 Percent By Weight Passing 7/8" sieve - retained on 3/8" sieve Plus or minus 5 Passing 5/8" sieve - retained on 3/8" sieve Plus or minus 5 Passing 3/8" sieve - retained on No. 4 sieve Plus or minus 5 Passing No. 4 sieve - retained on No. 10 sieve Plus or minus 5 Total retained on No. 8 sieve Plus or minus 5 Passing No. 8 sieve - retained on No. 30 sieve Plus or minus 3 Passing No. 30 sieve - retained on No. 50 sieve Plus or minus 3 Passing No. 50 sieve - retained on No. 200 sieve Plus or minus 3 Passing No. 200 sieve Plus or minus 3 Asphalt Volume Plus or minus 1.2 Asphalt Weight Plus or minus 0.5 Should the paving mixture produced vary from the designated grading and asphalt content by more than the above tolerances, proper changes are to be made until it is within these tolerances. Mix Properties: The mixture shall have a minimum Hveem stability of 35 per Tex -208-F at an optimum density of 96% (plus or minus 1 5) of theoretical maximum per Tex -227 -F and Tex -207-F. Extraction Test: Samples of the mixture when tested in accordance with Test Method Tex -210-F shall not vary from the grading proportions of the aggregate and the asphalt content designated, by more than the respective tolerances specified above and shall be within the limits specified for master grading. When limestone rock asphalt screenings are used, the extraction requirements relative to asphalt content are waived. 2H11 Hot Mix Page 3 of 7 2H11.4.6 Sampling and Testing: It is the intent of this specification to produce a mixture which when designed and tested in accordance with these specifications and methods outlined in TxDot Bulletin C-14, will have the following laboratory density and stability. Density (Percent) Stability (Percent) Minimum Maximum Optimum 95 99 97 See paragraph 2H11.2 Stability and density are control tests. If the laboratory stability and/or density of the mixture produced has a value lower than that specified, and in the opinion of the Engineer is not due to change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory stability and density falls within the specified limits and as near the optimum value as is practicable. If there is, in the opinion of the Engineer, a fundamental change in any material from that used in the design mixtures, production will be discontinued until a new design mixture is determined by trial mixes. It is the intent of this specification that the mixture will be designed to produce a mixture of optimum density. 2H11.5 EQUIPMENT: 2H11.5.1 Mixing Plants: Mixing plants that will not continuously produce a mixture meeting all of the requirements of this specification will be condemned. Mixing plants may be either the weight -batching type or the continuous mixing type. Both types of plants shall be equipped with satisfactory conveyors; power units; aggregate handling equipment; hot aggregate screens and bins; dust collectors; and shall be equipped with automatic proportioning and recording devices. Mixing plants shall conform to Item 340.4 "Equipment" of the Standard Specifications for Construction of Highways, Streets and Bridges, current edition, of the Texas Department of Transportation. 2H11.5.2 Paving Equipment: a. Spreading and Finishing Machine: The spreading and finishing machine shall be of the screening and troweling type or of a type approved by the Engineer and shall be capable of producing a surface that will meet the requirements of the typical cross-section and the surface test. b. Maintainer: The maintainer, if used, shall be a self-propelled power maintainer; it shall be equipped with pneumatic -tired wheels; shall have a blade length of not less than 12 feet; shall have a wheel base of not less than 16 feet; and shall be tight and in good operating condition and approved by the Engineer. c. Pnuematic-Tired Roller: The pneumatic -tired roller shall consist of not less than 9 pneumatic -tired wheels, running on axles in such manner that the rear group of tires will not follow in the tracks of the forward group, and mounted in a rigid frame and provided with a loading platform or body suitable for ballast loading. The wheel base of the roller (the distance between the front and rear axles) shall not be less than 5 feet nor more than 10 feet. The front axle shall be attached to the frame in such manner that the roller may be turned within a minimum circle. The pneumatic -tired roller, under working conditions, shall have an effective rolling width of approximately 60 inches and shall be so designed that by ballast loading, the load may be varied uniformly from 100 pounds to 325 pounds per inch of width of tire tread. The pressure in the tires and the compression to be provided at any time shall be as directed by the Engineer. The roller, under working conditions, shall provide a uniform compression under all wheels. The total combined width of effective tire tread shall be not less than 85 percent of the effective rolling width. The pneumatic -tired roller shall be drawn either by a suitable pneumatic -tired tractor or a truck of adequate tractive effort. 2H11 Hot Mix Page 4 of 7 d. Tandem Roller: This roller shall be an acceptable power -driven tandem roller weighing not less than 8 tons. e. Three -Wheel Roller: This roller shall be an acceptable power -driven three -wheel roller weighing not less than 10 tons. f. Straight Edges: The Contractor shall provide acceptable 16 foot straight edge for surface testing. Satisfactory templates shall be provided as required by the Engineer. 2H11.6 STOCKPILE, STORAGE, PROPORTIONING AND MIXING: Stockpiling, storage, proportioning and mixing shall conform to the requirements of Item 340.5, 1993 Edition. 2H11.7 CONSTRUCTION METHODS: 2H11.7.1 General: The asphaltic mixture or tack coat shall be placed only when the weather conditions, in the opinion of the Engineer, are suitable. The mixture shall not be placed when the air temperature is below 45°F. 2H11.7.2 2H11.7.3 Tack Coat: Tack coat will be applied as directed by the engineer, but in no case shall it be applied in excess of 0.05 gal./s.y. Before the asphaltic mixture is laid, the surface upon which it is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of tack coat material. Transporting Asphaltic Concrete: The asphaltic mixture, prepared as specified above, shall be hauled to the work in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed and shall have received its initial rolling in daylight. The inside of the truck body may be given a light coating of oil, if necessary, to prevent mixture from adhering to body. 2H11.7.4 Placing: a. General: The asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine in such a manner that when properly compacted, the finished pavement will be smooth, of uniform density and will meet the requirements of the typical cross-section and the surface tests. b. Small Areas: When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer provided a satisfactory surface can be obtained by other approved methods. c. Flush Structures: Adjacent to flush curbs, gutter 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 structures. 2H11.7.5 Compacting: Rolling with the 3 wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side. Rolling with the pneumatic roller shall be done as directed by the Engineer. Rolling shall be continued until no further compression can 2H11 Hot Mix Page 5 of 7 2H11.7.6 be obtained or the specified density is obtained and all roller marks are eliminated One tandem roller and at least one 3 -wheel roller as above specified shall be provided if needed. Rolling with pneumatic rollers will be required where satisfactory compaction cannot be secured with flat wheel rollers. The motion of the roller shall be slow enough at all time to avoid displacement of the mixture. If any displacement occurs, it shall be corrected at once by the use of rakes and of fresh mixture to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. Necessary precautions shall be taken to prevent the dropping of gasoline, oil, grease, cinders, or other foreign matter on the pavement, either when the rollers are in operation or when standing 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 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. 2H11.8 TESTING: 2H11.8.1 General: This paragraph sets out a list of tests that may be required. See Section 1E7 of the Special Conditions for those required tests. Section 1E7 will also set out who shall bear the cost of the required testing. 2H11.8.2 2H11.8.3 2H11.8.4 2H11.8.5 2H11.8.6 2H11.8.7 Mix Design: A mix design shall be prepared by a reputable testing laboratory. The mix design does not have to be prepared specifically for this project but must apply to the materials being furnished and meet the requirements of these specifications. Mix Control: A reputable testing laboratory shall control the proportioning and mixing of materials used in the asphaltic concrete to assure the mix design is being followed. Extraction Tests: A reputable testing laboratory shall take samples of the mixture during construction. These samples when tested in accordance with Texas Highway Department Test Method Tex -210-F shall not vary from the grading proportions of the aggregate and the asphalt content of the approved mix design. Stability and Laboratory Density Tests: A reputable testing laboratory shall take samples of the mixture during construction. These samples when tested in accordance with TxDot Bulletin C-14 will have the required stability and laboratory density. Field Density: A reputable testing laboratory shall be retained to determine the in place density of the asphaltic concrete. The method used to determine in place density is subject to the approval of the Engineer. Thickness Tests: The thickness of the compacted wearing surface shall be determined by depth cores taken at interval in such a manner that each test shall represent no more than 1000 square yards. When the wearing surface deficiency averages more than 1/8 inch but less than 3/8 inch the payment per square yard will be reduced proportionately. When the wearing surface deficiency averages 3/8 inch or more the Contractor shall overlay the entire surface with at least 1/2 inch of additional asphaltic concrete as required to meet the required thickness. The Contractor shall neatly repair all areas where thickness cores were taken. These thickness tests shall be made by the Contractor under the supervision of the Engineer. 2H11 Hot Mix Page 6 of 7 2H11.8.8 Surface Tests: The surface of the pavement, after compression, shall be smooth and true to the established line, grade and cross-section; and when tested with a 16' straight -edge placed parallel to the center of the roadway, it shall have no deviation in excess of 1/16" per foot from the nearest point of contact. The maximum coordinate measured from the face of the straight -edge shall not exceed 1/4" at any point. Any point in the surface not meeting these requirements shall be immediately corrected. These surface tests shall be made by the Contractor under the supervision of the Engineer. 2H11 Hot Mix Page 7 of 7 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H14[11 CONCRETE CURB & GUTTER AND CONCRETE VALLEY GUTTER 2H14.1 SCOPE: This specification shall govern for all work necessary to provide the concrete curb and gutter and/or concrete valley gutter required to complete the project. 2H14.2 MATERIALS: 2H14.2.1 Reinforcing Steel and Dowel Bars: Billet steel, ASTM A615 Grade 60. When not shown on the drawings, provide: a. Reinforcing Steel 3 - No. 4 bars (deformed bars). b. Dowels 2 - No 5. bars (smooth bars). 2H14.2.2 Concrete: Concrete shall be specified in Subsection 3C4 "Concrete Structures" and Subsection 3C1 "Normal Weight Aggregate Concrete," Class A - 3000 PSI @ 28 days. 2H14.2.3 Expansion Joint Material: Expansion joint material shall be 3/4" wood fiber asphalt - impregnated expansion board. 2H14.2.4 Paving Cap Seal: Paving cap seal shall be Greenstreak #605 or approved equal stapled or nailed to expansion board. 2H14.2.5 Curing Compound: Resin Base ASTM C309 Type 1, with light red tint of fugitive dye. 2H14.3 CONSTRUCTION METHODS: 2H14.3.1 Excavation: Excavation, preparation of subgrade and backfill shall be in conformance with the section of these specifications entitled "Street Excavation and Backfill", Subsection 2B5. 2H14.3.2 Subgrade: The subgrade under the curb and gutter shall be lime stabilized and compacted to the density shown on the drawings. When a density is not shown on the drawings, compaction shall be 95% Standard Proctor Density (ASTM D698). 2H14.3.3 Forms: The forms shall be straight, durable and have a depth equal to the required concrete depth. The forms shall be securely staked to line and grade in such a manner that there shall be no movement when the concrete is placed. The subgrade shall be free of loose material and wet down before placing concrete. Concrete shall not be placed until forms have been approved by the Engineer. 2H14.3.4 Reinforcing Steel: Reinforcing steel, expansion joints with dowels and transverse marking shall be located and accomplished in accordance with the drawings 2H14.3.5 Concrete Placement: The concrete shall be placed in such a manner so that segregation does not occur. The concrete shall be thoroughly tamped with a "jitter- bug" or other approved tool. 2H 14 Curb & Gutter & Valley Gutter Page 1 of 2 2H14.3.6 Shaping: The curb and gutter shall be shaped using a "mule" approved by the Engineer. 2H14.3.7 Curing: Immediately after the brooming has been completed, curing compound shall be evenly applied. The quantity applied shall be as directed by the Engineer. 2H14.3.8 Removal of Forms: Back forms and hp forms shall be left in place for at least 24 hours. All honey comb shall be plastered before backfilling is accomplished. 2H14.3.9 Backfilling: The concrete curb and gutter shall be carefully backfilled with material taken from the excavation. Backfill shall be placed and completed against the back of the curb and gutter before placing material for pavement section (concrete or caliche) between curbs and gutters. All excess material shall be hauled off the site by the Contactor. The area adjacent to the curb and gutter shall be uniformly graded so as to provide positive drainage towards the street. 2H 14 Curb & Gutter & Valley Gutter Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H14[31 CONCRETE BLOCK CURB 2H14.1 SCOPE: This specification shall govern for all work necessary to provide the concrete block curb required to complete the project. 2H14.2 MATERIALS: 2H14.2.1 Reinforcing Steel and Dowel Bars: Billet steel, ASTM A615 Grade 40. Provide location and quantities shown on the drawings. 2H14.2.2 Concrete: Concrete shall be specified in Subsection 3C4 "Concrete Structures" and Subsection 3C1 "Normal Weight Aggregate Concrete," Class B - 2500 PSI @ 28 days. 2H14.2.3 Expansion Joint Material: Expansion joint material shall be redwood material. Redwood expansion joint material shall be 3/4", preshaped to the block curb dimensions and spaced to coincide with expansion joints in the concrete paving. The material shall be free of knots and splits and shall be fabricated with not more than two (2) separate pieces of material. 2H14.2.4 Curing Compound: Resin Base ASTM C309 Type 1, with light red tint of fugitive dye. 2H14.2.5 Mortar Topping: a. Cement: ASTM C-150, Type I. b. Water: ASTM C-94. Potable water need not be tested. c. Sand: ASTM C-33 d. Mix: 1 part cement and 2 parts sand 2H14.3 CONSTRUCTION METHODS: 2H14.3.1 Excavation: Excavation, preparation of subgrade and backfill shall be in conformance with the section of these specifications entitled "Street Excavation and Backfill", Subsection 2B5. 2H14.3.2 Subgrade: The subgrade under the block curb shall be prepared to the same specification as the concrete paving. When a density is not shown on the drawings, compaction shall be 95% Standard Proctor Density (AASHO T-99). 2H14.3.3 Forms: The forms shall be straight, durable and have a depth equal to the required concrete depth. The forms shall be securely staked to line and grade in such a manner that there shall be no movement when the concrete is placed. The subgrade shall be free of loose material and wet down before placing concrete. Concrete shall not be placed until forms have been approved by the Engineer. 2H14.3.4 Reinforcing Steel: Reinforcing steel, expansion joints with dowels, load transfer devices and transverse marking shall be located and accomplished in accordance with the drawings. 2H 14 Curb & Gutter & Valley Gutter Page 1 of 2 2H14.3.5 Concrete Placement: The concrete shall be placed in such a manner so that segregation does not occur. 2H14.3.6 Shaping: The block curb shall be shaped to exactly match the plans. 2H14.3.7 Mortar Topping: The mortar topping shall be placed no longer than one hour after the initial set of the concrete. The mortar topping shall be smoothed with an approved "mule", all joints and edges shall be tooled, then the topping shall be lightly broomed with a hair broom. 2H14.3.8 Curing: Immediately after the brooming has been completed, curing compound shall be evenly applied. The quantity applied shall be as directed by the Engineer. 2H14.3.9 Removal of Forms: Back forms shall be left in place for at least 24 hours. All honey comb shall be plastered before backfilling is accomplished. 2H14.3.10 Backfilling: The block curb shall be carefully backfilled with material taken from the excavation. All excess material shall be hauled off the site by the Contractor unless directions to the contrary are shown on the plans. The area adjacent to the curb shall be uniformly graded so as to provide positive drainage towards the pavement. 2H 14 Curb & Gutter & Valley Gutter Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H16[11 CONCRETE SIDEWALK AND CONCRETE DRIVEWAYS 2H16.1 SCOPE: This specification shall govern for all work necessary to provide the concrete sidewalk and/or concrete driveways required to complete the project. 2H16.2 MATERIALS: 2H16.2.1 Steel Reinforcing And Dowel Bars: Billet Steel, ASTM A615 Grade 60. a. Steel reinforcing: Sidewalk - provide 4" x 4" - W2.9 x W2.9 welded wire fabric or as shown on drawings. Driveway - #4 bars grade 60 per City Standard Details. b. Dowels: Provide 1/2" diameter smooth bars as follows: Width of Walk No. of Dowels Width of Drive No. of Dowels per Joint per Joint 2 ft. 2 8 ft. 6 3 ft. 2 10 ft. 7 4ft. 3 12 ft. 8 5ft. 4 16 ft. 11 6ft. 5 18 ft. 12 20 ft. 13 24 ft. 16 2H16.2.2 Concrete: Concrete shall be Class A, 3000 PSI @ 28 days as specified in Subsection 3C1 "Normal Weight Aggregate Concrete". 2H16.2.3 Expansion Joint Material: Expansion joint material shall be 3/4" red wood expansion board. 2H16.2.4 Paving Cap Seal: Paving cap seal shall be Greenstreak #605 or approved equal stapled or nailed to expansion board. 2H16.2.5 Curing Compound: Resin base ASTM C309 Type I, with light red tint of fugitive dye. 2H16.3 CONSTRUCTION METHODS: 2H16.3.1 Excavation: Excavation shall include all classes of material, including old concrete. 2H16 Concrete Sidewalk & Driveways Page 1 of 3 2H16.3.2 Subgrade: Subgrade under the sidewalk and/or driveway shall be thoroughly compacted and shall be true to line and grade. The subgrade shall be free from soft spots and loose material. Compaction under concrete driveways shall be 95% Standard Proctor Density (ASTM D- 698) unless shown otherwise on the drawings. 2H16.3.3 Forms: Forms shall be straight, durable and have a depth equal to the required concrete depth (Commercial size lumber may be used provided full depth of concrete is obtained). The forms shall be securely staked to line and grade in such a manner that there shall be no movement when the concrete is placed. The subgrade shall be wet down before placing concrete. The forms shall be cleaned and oiled before placing concrete. Concrete shall not be placed until forms have been approved by the Engineer. 2H16.3.4 2H16.3.5 2H16.3.6 2H16.3.7 Reinforcing Steel: Wire mesh and rebar shall be supported to insure that it is covered with a minimum of 1- 1/2" of concrete. Expansion Joints and Transverse Markings: Expansion joints and transverse markings shall be square with the sidewalk and/or concrete driveway. Expansion joints with dowels and transverse marking shall be located and accomplished in accordance with the drawings. When not shown on the drawings, provide doweled expansion joints at changes of direction and at maximum 40 feet spacing and provide transverse markings (1/8 inch wide and 1/2 inch minimum depth) at maximum 10 feet spacing. Concrete Placement: The concrete shall be placed in such a manner so that segregation does not occur. The concrete shall be thoroughly tamped with a "jitterbug" or other approved tool. Jointing and Tooling: All joints and edges shall be tooled and the finished surface shall be lightly broomed (with a hair broom) to provide a non-skid surface. When directed by the Engineer, the Contractor shall apply an approved sand -cement mixture to the surface just before the final floating and troweling. 2H16.3.8 Curing: Immediately after the brooming has been completed, curing compound shall be evenly applied. The quantity applied shall be as directed by the Engineer. 2H16.3.9 Removing Forms: Forms shall be carefully removed so that the sidewalk and/or concrete driveway is not damaged. All "honeycomb" shall be plastered before backfilling is accomplished. 2H16.3.10 Joining New and Old Concrete: When joining new and old concrete, the old concrete shall be cut with a concrete saw for a depth of 1/2", then the remaining depth shall be neatly broke using an approved method, 2H16 Concrete Sidewalk & Driveways Page 2 of 3 then the exposed edges shall be thoroughly cleaned and then painted with an epoxy bonding agent before placing the new concrete. The epoxy bonding agent shall be applied in strict conformance with manufacturer's recommendations. When expansion joints are provided utilize 3/4" wood fiber expansion board and Greenstreak #628 paving cap seal at interface with existing and new concrete. 21116.3.11 Backfilling: The concrete sidewalk and/or driveway shall be carefully backfilled with material taken from the excavation. The Contractor shall neatly spread all excess material as directed by the Engineer. The area adjacent to the sidewalk and/or driveway shall be uniformly graded so as to provide positive drainage towards the street. 2H16 Concrete Sidewalk & Driveways Page 3 of 3 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H18[11 PORTLAND CEMENT CONCRETE PAVEMENT 2H18.1 SCOPE: This specification shall govern for all work necessary to construct the Portland cement concrete pavement required to complete the project. 2H18.2 MATERIALS: 2H18.2.1 Concrete: Concrete shall be specified in Subsection 3C1 "Normal Weight Aggregate Concrete", concrete will have a minimum average 28 -day flexural strength of 680 PSI and a minimum average 28 -day compressive strength of 4400 PSI. The slump range shall be maintained between 1" and 3". Air entrainment shall be 4% by volume and be maintained between 5% maximum and 3% minimum. 2H18.2.2 Reinforcing Steel and Dowel Bars: Reinforcing steel shall be as specified in Section 3B "Concrete Reinforcement" and as detailed in plans. 2H18.2.3 Joint Sealing Material: Expansion joint sealant shall be Bostik 950, or approved equal, polyurethane joint sealant and shall meet the requirements of ASTM C920-87, Type S or M, Grade P, Class 25 Uses T, M. A and O. Where grade is greater than a 3% slope, use Bostik 900 sealant. 2H18.3 EQUIPMENT: Equipment shall conform to Item 360.4 "Equipment", of the Standard Specification for Construction of Highways, Streets and Bridges, 1993 Edition; of the Texas Department of Transportation. 2H18.4 CONSTRUCTION METHODS: 2H18.4.1 Excavation: Excavation and Subgrade Preparation shall be as specified on the drawings, Section 2B5 and Section 2H1. The bottom of the excavation or top of the fill shall be known as the pavement subgrade and shall conform to the line, grade, and cross sections shown in the plans. All soft and yielding material and portions of the subgrade that will not compact readily when rolled or tamped shall be removed and replaced with suitable material. The subgrade shall be brought to a firm and unyielding condition by compacting it to density as specified at or slightly above standard optimum moisture. All utility trenches and structure excavations shall be backfilled to natural or finished grade with soils like those surrounding the trench as soon as conditions permit. All backfill shall be compacted with mechanical tampers in layers of not over 6 inches in compacted thickness. Concrete shall not be placed on a soft, spongy, frozen or otherwise unsuitable subgrade. The subgrade shall be moist when the concrete is placed. Before placing concrete, the subgrade shall be tested for conformity with the plan section per Subsection 2H1 of the specifications entitled "Flexible Base". If necessary, material shall be removed per Texas Highway Department Specification (1982) Item 360.5. If additional material is to be added, the subgrade shall be scarified, reshaped, recompacted and tested again to ensure that optimum moisture and density are obtained. The surface of the subgrade shall be kept wet at all times after testing and before placement of the concrete paving. 2H18.4.2 Forms: Form work shall be as specified in Section 3A "Concrete Formwork". The following additional data shall apply to concrete street construction. a. General: Forms shall be of such cross section and strength and so secured as to resist the pressure of the concrete when placed and the impact and vibration of any equipment they support, without 2H 18 Concrete Pavement Page 1 of 4 2H18.4.3 springing or settlement. The method of connection between sections shall be such that the joints shall not move in any direction. The maximum deviation of the top surface shall not exceed 1/8 inch in 10 ft. or the inside face not more than 1/4 inch in 10 ft. from a straight line. Flexible or curved forms of proper radius shall be used for curves of 100 ft. radius or less. b. Setting Forms: The subgrade under the forms shall be compacted and cut to grade so that the form when set will be uniformly supported for its entire length at the specified elevation. All forms shall be cleaned and oiled each time they are used. c. Grade and Alignment: The Contractor shall check and correct alignment and grade elevations of the forms immediately before placing the concrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. d. Curbs and Gutters as Forms: In lieu of setting forms, the edge of a previously placed concrete gutter section may be used as a form. Reinforcing Steel: Reinforcing Steel, load transfer devices, longitudinal joint dowels, and curb reinforcement shall be located and accomplished in accordance with the drawings Concrete reinforcement shall be further specified in Section 3B "Concrete Reinforcement". 2H18.4.4 Concrete Mixing and Placing: Concrete mixing shall be specified in Subsection 3C1 "Normal Weight Aggregate Concrete". Concrete placement shall be governed by Texas Highway Department of Transportation Specification (1993) Item 360.8 - Construction Joints. 2H18.4.5 Spreading and Finishing: Texas Highway Department of Transportation Specification (1993) Item 360.10 shall govern. 2H18.4.6 Joints: a. General: Contraction joints, expansion joints, and all longitudinal joints shall be placed as indicated in the plans. Transverse joints shall extend continuously through the pavement and curb. b. Transverse Contraction Joints: Transverse contraction joints shall consist of planes of weakness created by forming or cutting grooves in the surface of the pavement. They shall be equal to at least one-fourth the depth of the slab. (1) Transverse slip contraction joints shall be formed by installing a parting strip to be left in place. (2) Formed grooves shall be made by depressing an approved tool or device into the plastic concrete. The tool or device shall remain in place until the concrete has attained its initial set and shall then be removed without disturbing adjacent concrete. (3) Sawed contraction joints shall be created by sawing grooves in the surface of the pavement with an approved concrete saw. After each joint is sawed, the saw cut and adjacent concrete surface shall be thoroughly cleaned. Sawing of the joints shall begin as soon as the concrete has hardened sufficiently to permit sawing without excessive raveling, usually 4 to 16 hours. All joints shall be sawed before uncontrolled shrinkage cracking occurs, but in no case in excess of 16 hours. If necessary, the sawing operations shall be carried on both day and night, regardless of weather conditions. A standby saw shall be available in the event of breakdown. The sawing of any joint shall be omitted if a crack occurs at or near the joint location before the time of sawing. Sawing shall be discontinued if a crack develops ahead of the saw. In general, all joints shall be sawed in sequence. All contraction joints in lanes adjacent to previously constructed lanes shall be sawed before uncontrolled cracking occurs. If extreme conditions make it impracticable to prevent erratic cracking by early sawing, the contraction joint groove shall be formed before initial set of concrete as provided above. 2H18 Concrete Pavement Page 2 of 4 (4) Transverse formed contraction joints shall consist of a groove or cleft extending downward from and normal to the surface of the pavement. These joints shall be made while the concrete is plastic by an approved mechanically or manually operated device to the dimensions indicated by the plans. c. Transverse Construction Joints: Transverse construction joints shall be placed whenever the placing of concrete is suspended for more than 30 minutes. A butt joint with dowels or a thickened edge joint shall be used if the joint occurs at the location of a contraction joint. Keyed joints with tiebars shall be used if the joint occurs at any other location. d. Longitudinal Joints: Longitudinal joints shall consist of planes of weakness created by forming or cutting grooves in the surface of the pavement. They shall be equal to at least one-quarter the depth of the slab plus 1/2 inch. (1) Sawed longitudinal joints shall be created by sawing grooves in the surface of the pavement with an approved concrete saw. After each joint is sawed, the saw cut and adjacent concrete surface shall be thoroughly cleaned. Sawing of the joints shall begin as soon as the concrete has hardened sufficiently to permit sawing without excessive raveling, usually 4 to 16 hours. All joints shall be sawed before uncontrolled shrinkage cracking occurs, but in no case in excess of 16 hours. If necessary, the sawing operations shall be carried on both day and night, regardless of weather conditions. (2) Longitudinal groove joints are formed in the same manner as transverse formed groove joints (Subparagraph d of these specifications) (3) Longitudinal strip joints are formed in the same manner as transverse strip joints (Subparagraph "B" of these specifications). (4) Longitudinal construction joints shall be of the dimensions shown in the plans. Where a key is required, it shall be constructed by forming when the first lane adjacent to the joint is placed. These joints shall be fmished with an edger of the radius shown in the plans. When placing the second slab, concrete must not be left overhanging the lip formed in the first slab by the edging tool. e. Sealing Joints: Joints to be sealed shall be filled with joint -sealing material before the pavement is opened to traffic and as soon after completion of the curing period as is feasible. Just before sealing, each joint shall be thoroughly cleaned of all foreign material, including membrane curing compound, and joint faces shall be clean and surface -dry when seal is applied. Material for seal applied hot shall be stirred during heating to prevent localized over- heating. The sealing material shall be applied to each joint opening in accordance with the details shown in the plans or as directed by the engineer. The joint filling shall be done without spilling material on the exposed surfaces of the concrete. Any excess material on the surface of the concrete pavement shall be removed immediately and the pavement surface cleaned. The use of sand or similar material to cover the seal shall not be permitted. Joint sealing material shall not be placed when the air temperature in the shade is less than 50 deg. F., unless approved by the engineer. 2H18.4.7 Curing: Texas Highway Department of Transportation Specification (1993) Item 360.11 shall govern. 2H18.4.8 Removing Forms: Forms shall be carefully removed so that the pavement and/ or concrete is not damaged All honey combed areas shall be pointed up with approved mortar. Forms shall remain in place a minimum of 8 hours after the concrete has been placed. 2H18.5 DETERMINATION OF ACCEPTABLE PAVEMENT THICKNESS: To determine that the fmished pavement is in conformity with the thickness and typical sections shown on the drawings or specified herein, the pavement will be core drilled; one core shall be taken for each 2500 square yards of pavement. Drill sites shall be chosen that will well represent each particular 2500 square yard unit. When the measurement of the core from any unit is not deficient more than 1/2 inch from the plan thickness, full payment will be made. When the measurement of the 2H18 Concrete Pavement Page 3 of 4 2H18.6 2H18.6.1 core is deficient more than 1/2 inch, two additional cores shall be drilled. If the average pavement thickness deficiency of the three cores is determined to be greater than 1/2 inch from the plan thickness, the engineer shall evaluate the deficiency and if, in the judgment of the Engineer an area should be removed and replaced, it shall be done at the Contractor's entire expense. The Contractor shall grout closed all core drill holes immediately upon completion of the test. PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC: Protection of Pavement: Barricades shall be placed so as to prohibit all traffic on newly placed pavement for a minimum of 14 days or as specified below. 2H18.6.2 Opening to Traffic: The engineer shall decide when the pavement shall be opened to traffic. It shall not be opened to traffic until the field -cured concrete has attained a flexural strength of 680 P.S.I., or a compressive strength of 4400PSI. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after concrete placement. Before opening to construction traffic, the pavement shall be cleaned, backfill shall be placed and compacted behind curbs and against the edge of pavement, and joints shall be sealed. 2H18 Concrete Pavement Page 4 of 4 DIVISION 2 - SITE WORK SECTION 2H - ROADS AND WALKS 2H22[11 PAVEMENT MARKING (Reflectorized Paint) 2H22.1 SCOPE: This specification shall govern for all work necessary to provide all Pavement Marking required to complete the project. 2H22.2 INTENT: It is the intent of this specification that all pavement marking comply with the applicable portions of Item 666 "Pavement Marking" of the Standard Specifications for Construction of Highways, Streets and Bridges, current edition; of the Texas Depaitiuent of Highways and Public Transportation for the selected material and all work be in accordance with the current edition of the Texas MUTCD. 2H22.3 LAYOUT: The Contractor shall layout all work from the base line furnished by the Engineer. The base line will be the center of the pavement and will be marked at 200' intervals. 2H22.4 MATERIAL: 2H22.4.1 Permanent Markings: Permanent markings shall be Type 1 thermoplastic conforming to the Texas Department of Transportation (TxDOT) Departmental Materials Specification (DMS) -8220 "Hot Applied Thermoplastic". 2H22.4.2 Temporary Markings: Temporary markings shall be Type 2 conforming to TxDOT DMS 8200. 2H22.4.3 Reflective Media: Glass spheres shall meet the requirements of TxDOT Item 666 Type III drop on glass beads. 2H22.5 EQUIPMENT: Striping equipment shall be equipped with an automatic cut off device (with manual operating capabilities) to provide clean, square marking ends. Equipment shall be equipped with a bead dispenser, one for each spray gun, placed on the equipment so that beads are applied to the paint almost instantly as the marking is being placed on the roadway surface. The bead dispensers shall be designed and aligned so the beads are applied uniformly to the entire surface of the marking. The bead dispenser shall be equipped with automatic cut-off controls, synchronized with the cut-off of the marking equipment. 2H22.6 CONSTRUCTION METHODS: 2H22.6.1 General: The Contractor shall use a crew experienced in the work of installing pavement marking and in the necessary traffic control for such operations on roadway surfaces and shall supply all the equipment, personnel, traffic control, and material necessary for the placement of all pavement marking. 2H22.6.2 Application Rates: a. Thermoplastic: Provide a minimum wet film thickness of 100 mils. b. Paint: Provide minimum 20 gal/mile for a solid 4" line. Adjust application rate proportionally for other widths. c. Beads: Uniform coverage with 40 — 60% bead embedment. 2H22 Pavement Marking Page 1 of 2 2H22.6.3 Dimensions and Tolerances: a. General: All lines shall have clean edges and have a uniform cross-section. Deviation from the alignment established by the base line shall not exceed Two inches, and said deviation shall not exceed one inch per 200 feet of roadway nor shall any deviation be abrupt. b. Width: All striping shall be 4" wide (plus or minus 1/8") c. Broken Lines: (1) Stripe Length: 10' (Minimum 10' & Maximum of 10.5') (2) Gap Length: 30' (3) Tolerance: The total length of the stripe -gap cycle shall be not less than 39.5' nor longer than 40.5' in variance from one cycle to the next, nor shall the average total length for a road mile of broken line exceed 40.5' or be less than 39.5'. d. Excess Variation: Paint markings on the roadway that are not in alignment or otherwise unacceptable shall be totally and completely removed by the Contractor by any effective method approved by the Engineer, except that grinding will not be permitted under any circumstances. 2H22.6.4 Preparation of Surface: The surface to receive the pavement marking shall be thoroughly cleaned of dirt, dust, or other deleterious materials that will prevent adhesion of the paint to the roadway by sweeping or other approved methods. 2H22.6.5 Temperature: Pavement marking material shall not be applied when the roadway temperature is less than 60°F. or more than 120°F. or when general weather conditions, in the opinion of the Engineer, are not suitable. 2H22.6.6 Pilot Marking: Materials used for pilot markings and equipment used to place such markings are subject to approval by the Engineer. 2H22.6.7 Protection of Markings: The Contractor shall protect the freshly applied pavement markings from traffic until they have dried sufficiently so as not to be damaged or tracked by normal traffic movement. 2H22 Pavement Marking Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2I - SITE IMPROVEMENTS 2I2[11 CHAIN-LINK FENCE (LIGHT-DUTY) 212.1 SCOPE: This specification shall govern for all work necessary for providing and installing the 3-1/2 foot chain- link fence and gates required to complete the project. 212.2 MATERIALS: 212.2.1 General: All materials used for fencing shall be First Class. The use of re -rolled, open seam tubing, or any used material will not be allowed. Posts, gate frames, braces, rails, stretcher bars, and truss rods shall be of steel; reinforcing wires shall be of high carbon steel; and gate hinges, post caps, stretcher bar bands, and other parts shall be of steel, malleable iron, ductile iron or equal except that ties and clips may be of aluminum. 212.2.2 Posts, Gate Frames, Rails and Braces: Posts, gate frames, rails, and braces shall conform to the dimensions and weights shown in the following table. Use Outside Dia. or Weight Section Dimensions, Per Foot, Nominal Nominal Inches Pounds End, corner, and pull posts (tubular): Round 2.375 3.65 Square 2.00 3.60 Gate posts for nominal width of gate, single, or one leaf of double 6 feet and less: Round Square Gate width 13 feet and less: Gate width over 13 feet to 18 feet, incl: Gate width over 18 feet: Gates: exterior frames: leaf widths not exceeding 8 feet: 2.875 2.50 5.79 5.70 Round 4.00 9.10 Square 3.00 9.10 Round 6.625 18.97 Round Round Square 8.625 24.70 1.66 1.50 1.806 1.900 Internal gate bracing: Round 1.660 1.806 Square 1.50 1.90 Rails and post braces (tubular): Round 1.660 1.806 Intermediate posts: Tubular (round) 1.90 2.72 H -Section 1.875x1.625x0.113 2.70 2I2 Chain -Link Fence (Light -Duty) Page 1 of 5 All steel and iron parts shall be zinc -coated after fabrication, using zinc grade "E" in accordance with Federal Specification QQ-Z-351. The weight of the zinc coating per square foot of actual surface area shall average not less than 1.2 ounces and no individual specimen shall show less than 1.0 ounces. 2I2.3.5 Fabric: a. Definitions: (1) Chain link fence fabric: Chain link fence fabric is a fencing material made from wire helically wound and interwoven in such a manner as to provide a continuous mesh without knots or ties except in the form of knuckling or of twisting and barbing the ends of the wires to form the salvage of the fabric. (2) Knuckling: Knuckling is the term used to describe the type of salvage obtained by interlocking adjacent pairs of wire ends and bending the wire ends back into a closed loop. (3) Twisting and barbing: Twisting and barbing is the term used to describe the type of salvage obtained by twisting adjacent pairs of wire ends together in a close helix of 1-1/2 machine turns which is equivalent to three full twists and cutting the wire ends at an angle to provide sharp points. b. Base Metal: The base metal of the fabric shall be a good commercial quality of steel wire. The wire shall withstand a breaking load of 850 lbs. c. Zinc -coating: The fabric shall be zinc -coated by the hot -dip process after fabrication, or shall be fabricated from wire zinc -coated by the electrolytic or hot -dip process. The weight of zinc -coating shall be not less than 1.2 ounces per square foot of actual surface covered. The zinc used for the coating shall conform to the grades specified in ASTM Designation B6 Standard Specifications for Slab Zinc. d. Fabric Sizes: (1) General: The height, size of mesh, and wire diameters of chain link fabric shall be 42 inch high by 2 - inch mesh by 0.1205 inch diameter (No. 11 gauge). (2) Height of fabric: The height of fabric shall be the overall dimension from ends of barbs or knuckles. The tolerance on the nominal height shall be plus or minus one inch. (3) Mesh sizes: The size of mesh shall be determined by measuring the minimum clear distance between the wires forming the parallel sides of the mesh, measured in either direction. The tolerance in the size of 2 -inch mesh shall be plus or minus 1/8 inch. (4) Wire diameter: The diameter of the coated wire shall be determined as the average of two readings measured to the nearest 0.001 -inch taken at right angles to each other on the straight portion of the parallel sides of the mesh. The tolerance in the diameter of the coated wire shall be plus or minus 0 005 -inch. e. Salvage: Fabric shall be furnished with knuckling at one salvage and twisting barbing at the other. 2I2 Chain -Link Fence (Light -Duty) Page 2 of 5 f. Workmanship: The chain link fence fabric shall be made of high-grade materials and with good workmanship. The zinc -coating shall be applied in continuous process and shall not be applied to the fabric in roll form. Excessive roughness, blisters, salammoniac spots, bruises and flaking shall be noted. These and other obvious defects if present to any considerable extent, may provide a basis for rej ection. 212.2.4 Concrete: Concrete shall have a minimum compressive strength of 2000 p.s.i. at 28 days and shall be in accordance with Subsection 3C1 - "Normal Weight Aggregate Concrete". 212.3 FEATURES: 212.3.1 Gates: Gates shall be swing type complete with latches, stops, keepers, hinges, and provisions for pad locking. a. Gate Frames: Gate frames shall be constructed of tubular members (round or square) welded at all corners or assembled with fittings. On steel, welds shall be painted with aluminum based or zinc based paint. Where corner fittings are used gates shall have truss rods of 3/8 -inch nominal diameter to prevent sag or twist. Gate leaves shall have vertical intermediate bracing as required, spaced so that no members are more than 8 feet apart. Gate leaves 10 feet or over shall have a horizontal brace or one 3/8 -inch, diagonal truss rod. Dimensions and weights of gate frames shall be as shown in Table above. Gate filler shall be of the same fabric as specified for fence and shall be attached securely to gate frame at intervals of 15- inches. b. Fabric: Fabric shall be the same type as used in the fence construction. The fabric shall be attached securely to the gate frame at intervals not exceeding 15 -inches. c. Hinges: Hinges shall be of adequate strength for gate, and with large bearing surfaces for clamping in position. The hinges shall not twist or turn under the action of the gate. The gates shall be capable of being opened and closed easily by one person. d. Latches, Stops, and Keepers: Latches, stops, and keepers shall be provided for all gates. Latches shall have a plunger -bar arranged to engage the center stop, except that for single gates of openings less than 10 feet wide a forked latch may be provided. Latches shall be arranged for locking. Center stops shall consist of a device arranged to be set in concrete and to engage a plunger bar of the latch of double gates. No stop is required for single gates. Keepers shall consist of a mechanical device for securing the free end of the gate when in the full open position. 212.3.2 Posts: Posts shall be of the lengths specified and shall be tubular, except that line posts may be H -beam. 212.3.3 Post Tops: Post tops shall be ornamental. The top shall be provided with a hole suitable for the through passage of the top rail. The post tops shall fit over the outside of posts and shall exclude moisture from tubular posts. 2I2.3.4 Top Rails: Top rails shall be round (tubular), shall be in lengths not less than 18 feet, and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 - inches long, with .070 minimum wall thickness, and shall allow for expansion and contraction of the 2I2 Chain -Link Fence (Light -Duty) Page 3 of 5 rail. Open seam outside sleeves shall be permitted only with a minimum wall thickness of .100 inches. Suitable ties or clips shall be provided in sufficient number for attaching the fabric securely to the top of rail at intervals not exceeding 2 feet. Means shall be provided for attaching the top rail to each gate, corner, pull, and end post. 212.3.5 Stretcher Bars: Stretcher bars shall not be less than 3/16 by 3/4 inch and not be less than 2" shorter than the full height of the fabric with which they are to be used. The stretcher bars shall be arranged for attaching the fabric to all terminal posts by threading through the fabric, by bands, or by other positive mechanical means. One stretcher bar shall be provided for each gate, and end post, and two for each corner and pull post. 212.3.6 Ties or Clips: Ties or clips of adequate strength shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 -inches. 212.3.7 Bands or Clips: Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 -inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of .115± .005 after galvanizing with a minimum width of 7/8 of an inch ± .015. 212.4 CONSTRUCTION METHODS: 212.4.1 General: All materials and workmanship shall be of first class in every respect, shall be done in a neat, workmanlike manner. 2I2.4.2 Post Spacing: Line posts shall be spaced at intervals not to exceed 10 feet average when measured from center to center between terminal posts. In general, in determining the post spacing, measurement will be made parallel to the slope of the natural ground, and all posts shall be placed in a vertical position except where designated otherwise by the owner or the representative of the owner. 212.4.3 Post Setting: All posts shall be set in holes of diameter and depth as indicated below. After the post has been set and plumbed, the hole shall be filled with 2,000 p.s.i. concrete. The exposed surface of the concrete shall be crowned to shed water. Table of Post Hole Diameter and Depth Type Hole of diameter Hole Post Post at top Depth Embedment Line 6" 24" 21" Terminal 10" 32" 30" 212.4.4 Terminal Posts: End, corner, gate and pull posts shall be set as shown hereinbefore. All changes in direction of fence line of 30 degrees or more shall be considered as corners. Pull posts shall be used at all abrupt changes in grade. 2I2 Chain -Link Fence (Light -Duty) Page 4 of 5 2I2.4.5 Chain Link Fence: Fabric shall be placed on side of the fence as designated by the owner or his representative. The fabric shall be stretched taut approximately 2 -inches above the ground, and securely fastened to the posts. The fabric shall be cut and each span shall be attached independently at all terminal posts. Fastening to terminal posts shall be with stretcher bars and fabric bands spaced at maximum 1 5 -inch intervals. Fastening to line post shall be with tie wire, metal bands, or other approved method, attached at maximum 1 5 -inch intervals. The top edge of the fabric shall be fastened to the top rail with wire ties at intervals not exceeding 24 -inches. The bottom edge of fabric shall be fastened to the bottom tension wire with wire ties at intervals not exceeding two feet. Rolls of wire fabric shall be joined by weaving a single strand into the ends of the rolls to form a continuous mesh. 2I2 Chain -Link Fence (Light -Duty) Page 5 of 5 DIVISION 2 - SITE WORK SECTION 2I - SITE IMPROVEMENTS 2I4[11 CEDAR PICKET FENCE 2I4.1 SCOPE: This specification shall govern for all work necessary for providing and installing the 6 foot cedar picket fence and gates required to complete the project. 2I4.2 MATERIALS: 2I4.2.1 General: All material used for fencing shall be first class but shall be farm and ranch quality. 2I4.2.2 Terminal, Line and Brace Posts: Terminal, line and brace posts shall be creosote treated pine posts having minimum dimensions of 4"x4" by 8'-0" long. 2I4.2.3 Rails: Rails shall be treated pine 2"x4" supplied in 8'-0" lengths. 2I4.2.4 Pickets: Pickets shall be cedar 1"x6", supplied in 6'-0" lengths. Pickets shall have beveled corners on one end. 2I4.2.5 Nails: Nails shall be 16d for securing rails to posts. 8d galvanized nails shall be used to secure pickets to rails. 2I4.3 CONSTRUCTION METHODS: 2I4.3.1 General: The fence shall be a cedar picket fence with the picket tops 6' - 0" above the ground. Pickets shall have 1/4" maximum spacing between any two consecutive pickets. 2I4.3.2 Terminal and Brace Posts: a. Corners: At each corner or change in alignment of more than 30° there shall be one terminal post, two brace posts and two fence braces. b. Gates: At each opening for a gate there shall be two terminal posts, two brace posts and two fence braces. c. Embedment: Terminal and brace Posts shall extend 3' - 0" into the ground and shall be embedded in 2000 psi concrete (see Subsection 3C1). Concrete shall extend the full depth of the embedment, and shall be 12" in diameter. 2I4.3.3 Line Posts: Line posts shall be spaced 8'-0" on center and shall be embedded in the same manner as terminal posts. 2I4.3.4 Gates: Gates shall be constructed in the same manner as the straight runs of fence. Gates shall be of the dimensions as shown on the drawings. Provide two galvanized hinges and a tempered steel hasp and keyed padlock for each gate. If multiple gates are installed, padlocks shall be keyed alike. Hinges shall be attached to gate and post using 1/4" dia. galvanized lag-type bolts, minimum 3" long. 2I4 Cedar Picket Fence Page 1 of 2 2I4.3.5 Rails: Two rails shall be provided for the horizontal run of the fence. Bottom rail shall be between 6" and 1'-0" above finished grade. Top rail shall rest on top of posts. Rails shall be installed with the wide dimension horizontal. 2I4 Cedar Picket Fence Page 2 of 2 [Format -Using Coastal Bermuda] DIVISION 2 - SITE WORK SECTION 2J - LAWNS AND PLANTINGS 2J1[21 VEGETATIVE TREATMENT 2J1.1 SCOPE: This specification shall govern for all work necessary to provide the vegetative treatment required to complete the project. This specification is a performance specification as defined in Section 1D General Conditions, Subsection "Supplemental General Conditions", Art. SC -1 Definitions. 2J1.2 GENERAL: The entire area inside the boundary of the new chain link fence shall receive vegetative treatment. 2J1.3 TOP SOIL: Before any construction on the site is started, the entire site shall be cleared as set out in Subsection 2A3. In addition to clearing, the entire site shall be stripped. Stripping shall be done in two stages as follows: a. Strip and dispose of the top 2 -inches to 4 -inches that contains roots, vegetation and other objectionable matter. b. Strip and stockpile 5 -inches of clean top soil. 2J1.4 SURFACE PREPARATION: 2J1.4.1 General: The entire site (not occupied by structure or pavement) shall be shaped and graded in accordance with Subsection 2B 1 - Site Grading with the stockpiled top soil being used for final layer. 2J1.4.2 Tilling - The entire site shall be tilled with an approved motorized tiller to a depth of 4 -inches. The soil shall be thoroughly broken and well pulverized. 2J1.4.3 Fertilizing: As part of the surface preparation, commercial fertilizer shall be uniformly mixed in with the top 4 - inches of soil at the following rates: a. N: 60 - 90 lb./Acre b. P205: 20 - 401b./Acre c. K20: None 2J1.5 INITIAL IRRIGATION: After the surface to be planted has been prepared as set out above, it shall be irrigated at the rate of 1800 gallons per acre. Treated wastewater effluent may be used for this purpose. Irrigation shall be accomplished in such a manner that the slopes shall not be damaged or eroded. 2J1.6 PLANTING: After the irrigation has been completed, the area shall be sprigged with Coastal Bermuda Grass at the rate of 24 bushels/acre. 2J1.7 WEED CONTROL: After the grass has become established, the area shall be sprayed with a herbicide (24D) at the rate of 1 lb. diluted in 20 gallons of water per acre. This spraying shall be done at a time of no wind and in such a manner that the spray does not drift onto trees, shrubs, buildings, structures, treatment facilities or adjacent property. The methods used in spraying shall be approved by the Engineer. 2J1 Vegetative Treat. Page 1 of 2 [Format -Using Coastal Bermuda] 2J1.8 SUBSEQUENT IRRIGATIONS: The planted area shall be irrigated (at the same rate as set out above) at least once each month until the project is accepted by the Owner, but in any case the planted area shall be irrigated at least 3 consecutive months (including significant rainfall). 2J1.9 MOWING: The area to be planted shall be mowed twice as follows: a. The site shall be mowed the day before the final inspection. b. The site shall be mowed just prior to the final irrigation. 2J1 Vegetative Treat. Page 2 of 2 DIVISION 2 - SITE WORK SECTION 2J - LAWNS AND PLANTINGS 2J4[31 HYDROMULCH SEEDING 2J4.1 SCOPE: This specification shall govern for all work necessary to complete the fill dirt and vegetative treatment to complete the project. 2J4.2 GENERAL: It is the intent of this specification that the existing vegetation be disturbed only as required to construct the proposed improvements as shown on the drawings. All disturbed areas shall be hydromulch seeded. 2J4.3 MATERIAL: a. 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 (% of nitrogen which shall be ammonium sulfate phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. Fertilizing shall be uniformly applied at a rate of 750 pounds per acre except during the period of April 15 through September 1, when the rate shall be reduced to 600 pounds per acre. b. Seed: Seed shall be labeled and meet the requirements of the U.S. Department of Agriculture Rules and Regulations as set forth in Federal Seed Act and Texas Seed Law. Type of seed, purity and germination requirements, rate of application and planting dates are as follows: Application Pounds Rate Type Per Acre Planting Date Hulled Common Bermuda 40 Jan. 1 to April 15 Grass 98/88 Unhulled Common Bermuda 40 Grass 98/88 Annual Rye Grass (Gulf) Hulled Common Bermuda Grass 98/88 Hulled Common Bermuda Grass 98/88 Unhulled Common Bermuda Grass 98/88 Annual Rye Grass (Gulf) 50 40 40 40 30 April 15 to Oct. 1 Oct. 1 to Jan. 1 Oct. 1 to Jan. 1 c. Mulch: Mulch shall be virgin wood cellulose fiber made from whole wood chips. Within the fiber mulch material at least 20 percent of the fibers will be 10.7 mm in length and 0.27 mm in diameter. Rate of application shall be 2000 pounds per acre. Soil stabilizers such as Terra Type III, (or approved equal) shall be applied at a rate of 40 pounds per acre on the side slopes and "Terra Tack P" (or approved equal) shall be applied at a rate of 40 pounds per acre in the flatter portions. 2J4 Hydromulch Seeding Page 1 of 3 2J4.4 CONSTRUCTION METHODS: 2J4.4.1 Preparation (Tilling and Grading): a. Areas that have become hardened and non -porous because of construction activities, shall be loosened by rototilling, discing, harrowing, or any approved method. b. All areas to receive seed till be disced, hand and machine raked and graded. Remove all large lumps of clay, debris, stones, etc., before hydromulching. 2J4.4.2 Delivery: Hydromulching material shall be delivered to the site only after the berms are prepared and are ready for planting. 2J4.4.3 Application: a. Fertilizer, seed and mulch shall be applied according to manufacturer's recommendations. b. After hydromulching, maintain the area and keep constantly moist until the seed has germinated and the grass begins to spread. After this, water the grass less frequently but more thoroughly at each watering. 2J4.4.4 Equipment: The fertilizing and seeding operations shall be accomplished with a seed packer or other equipment suitable to the required function. It shall be of current design and in good operating condition. 2J4.4.5 Preparation and Procedure: a. Tilling - All areas to receive Bermuda seed shall be tilled to a 4" depth, as to provide a suitable surface. Any area showing signs of erosion shall be tilled and graded to conform with existing or proposed grades. b. Raking: Immediately before seed are sown and fertilizer is applied, the ground shall be raked until surface is smooth, friable and of uniformly fine texture. c. Broadcast Seeding: Areas not sodded shall be seeded. Seed shall be placed with fertilizer after the tilling and raking is completed. Apply half the specified amount of seed going one direction and remaining amount of seed going at a perpendicular, thus creating a cross path method of sowing the seed. After the seed is placed, cover by chain dragging or roller so as to firm seed into soil. 2J4.5 MAINTENANCE: a. The Contractor will be responsible for watering and necessary maintenance of all installed materials until final acceptance by the Owner. Maintenance will include: mowing and watering. b. The Contractor will supply all tools, hoses, and other equipment for performance of specified maintenance. This cost will be included in the bid proposal. c. Hose and other watering equipment required for the work shall be furnished by the Contractor at his expense. d. Any areas damaged through landscape operations pertaining to this contract will be fully restored to their original condition. e. All areas are to be kept as neat and clean as possible during the installation process. All trash and debris generated will be removed from the project daily. 2J4 Hydromulch Seeding Page 2 of 3 2J4.6 WARRANTY: Warranty hydromulching for a period of one year after date of substantial completion against defects including death and unsatisfactory growth, except for defects resulting from neglect by Owner, abuse or damage by others, or unusual phenomena or incidents which are beyond Contractor's control. The Engineer's representative will inspect all turf areas for establishment approximately 6 weeks after hydromulching has been accomplished. At this time, the Contractor shall be required to regrade and reseed any areas that, in the Engineer's representative's judgment, are not properly covered and established, at no additional expense. The Contractor shall periodically inspect the project during the guarantee period and immediately notify the Engineer's representative and Owner of any irregularities which will affect his/her guarantee. 2J4 Hydromulch Seeding Page 3 of 3 DIVISION 3 - CONCRETE SECTION 3A - CONCRETE FORM WORK 3A1[11 SCOPE 3A1.1 SCOPE: This specification shall govern for all work necessary for designing, providing and installing concrete forms for any concrete structure (including curb and gutter, inlets, sidewalk and driveways) required to complete the project. With the exception of slabs, flatwork, and curb and gutter, concrete form work systems shall be designed for a minimum rate of concrete placement in the forms of ten (10) vertical feet per hour. 3A2 MATERIAL 3A2.1 WOOD FORMS: Form lumber shall be seasoned, of good quality, free from loose or unsound knots, knot holes, twists, shakes, decay or other imperfections which would affect its strength or impair the finished surface of the concrete. Lumber used for facing or sheathing shall be surfaced on at least one side and two edges. All exposed concrete edges shall be chamfered. Molding used for chamfer strips shall be of redwood, cypress or pine of quality that will not split when nailed and which can be maintained to true lines. Chamfer strips to predetermined elevations just prior to placing final lift. 3A2.2 STEEL FORMS: Metal forms shall provide a smooth straight surface and shall line up properly. Rivets and bolt heads in contact with concrete will be countersunk, level with surrounding surface. Metal surfaces in contact with concrete will be free from rust, paint or other foreign material that will disfigure or discolor concrete. Mount chamfer strip by Engineer approved methods and maintain as to grade and alignment. 3A2.3 FORM LINING: Surfaces to be given a rubbed finish are to have form surfaces or form lining surfaces free of irregularities. Lining is to be of plywood made with waterproof adhesive, of 1/4 inch minimum thickness, preferably oiled at the mill and then re -oiled or lacquered on the job before using. An alternate to the plywood lining is tempered Masonite concrete form presswood having a minimum 3/16 inch thickness. Keep presswood moist at least 12 hours before applying to sheathing. Use smooth hard face as concrete contact surface. Facing may be constructed of 3/4 inch plywood made with waterproof adhesive, backed by adequate studs and wales; and, in this case, form lining will not be required. Carefully align edges and faces of adjacent panels. 3A2.4 FORM TIES: Form ties shall be threaded rod or coil tie type designed and of such length to provide a cone shaped formed "setback" of 3/4" on each wall face. After removal of forms, the cone shaped void shall be grouted. All form ties shall incorporate a waterstop manufactured as an integral feature of the tie. Form ties shall be part of the form system design and shall be adequate for all aspects of said system including a minimum rate of concrete placement in the forms of ten (10) vertical feet per hour. The use of wire ties, "snap ties" or similar products will not be permitted, except that Engineer will consider Contractor proposals to utilize such products on a case by case basis. Temporary form spreaders will be removed as concrete is placed. Engineer will consider details of permanent form spreaders that Contractor may propose to use. A. Void Forms: Moisture resistant treated paper faces, biodegradable, structurally sufficient to support weight of wet concrete mix until initial set, 6 inches thick and void form cover sheets. 3A Conc. Form Work Page 1 of 2 3A3 CONSTRUCTION METHODS 3A3.1 FALSEWORK: Falsework shall be of rigid construction to prevent excessive settlement or deformation under imposed loading and to insure the safety of the workmen and the structure. Only sound timber shall be used for falsework. Falsework shall be designed using 150 pounds per square foot of horizontal surface of form. 3A3.2 FORMS - GENERAL: Forms are to be constructed and placed in such a manner as to insure mortar tightness, rigidity to prevent excessive settlement or deformation under imposed loading and to insure the safety of the workmen and the structure. Forms shall be constructed in such a manner as to allow cleanout before placing of concrete; adequate access by tremies and vibrators; and removal without damage to concrete. Adequate cleanout openings shall be provided as directed by the Engineer. If excessive settlement or deformation occur, remove the concrete and steel, reset forms, replace the steel and pour fresh concrete. If existing steel is to be reused, Section 3B2 6 must be met. 3A3.3 FORMS - CURB AND GUTTER. SIDEWALKS AND DRIVEWAYS: Form shall be straight durable and have a depth equal to the required concrete depth; they shall be securely staked to line and grade in such manner that there will be no movement when the concrete is placed. 3A3.4 FORMS - DESIGN: Forms shall be designed for a fluid pressure of 150 pounds per cubic foot and a live load of 50 pounds per square foot on horizontal surfaces with maximum unit stress of 125% of allowable stresses. 3A3.5 OILING FORMS: All surfaces of forms that will be in contact with concrete will be treated with an approved form oil before concrete is placed. The Contractor shall apply form oil in such a manner so as to insure that no excess oil accumulates on the reinforcing or previously placed concrete. Immediately prior to placing concrete, the Contractor shall wet forms which will come in contact with concrete. 3A3.6 REMOVAL OF FORMS FROM SURFACES TO BE RUBBED: Forms shall be removed when concrete has attained adequate strength to prevent damage and only as rapidly as rubbing operation progresses. Forms left in place longer than 24 hours will be rewet to keep moist. 3A3.7 REMOVAL OF FORMS AND FALSEWORK FROM SURFACES NOT TO BE RUBBED: Forms and falsework shall be removed after concrete has aged the following number of curing days. a. Slabs, Beams, or Girders - 7 curing days. b. Walls, Columns and Piers - 2 curing days. 3A3.8 SETTING FORMS OR FALSEWORK ON SUBSTRUCTURES: Forms or falsework shall not be erected on a concrete structure until the concrete in the substructure has cured at least four curing days. 3A3.9 SETTING FORMS OR FALSEWORK ON FOOTINGS: Forms or falsework shall not be erected on a concrete footing until the concrete in the footing has cured at least 3 curing days. 3A3.10 CURING DAY: A curing day is any calendar day on which the temperature near the structure is above 50°F for at least 19 hours. 3A Conc. Form Work Page 2 of 2 DIVISION 3 - CONCRETE SECTION 3B - CONCRETE REINFORCEMENT 3B1[11 SCOPE 3B1.1 SCOPE: This specifications shall govern for all work necessary for furnishing reinforcing steel, bar supports, welding, tools, supplies, equipment and services, and placing of concrete reinforcement of the shape and dimensions shown on the contract drawings, and as called for by these specifications required to complete the project. 3B2 MATERIAL 3B2.1 REINFORCING STEEL: All reinforcing bars shall be deformed as defined in ASTM Specifications. All reinforcing bars, unless noted on the structural drawings, shall be Grade 60 as defined by the American Society for Testing and Materials "Specifications for Steel Bars for Concrete Reinforcement" (A615, A616 or A617). Spiral reinforcing steel shall be fabricated from cold drawn wire with (ASTM A82) or hot rolled plain or deformed bars conforming to ASTM A625, Grade 60. Welded smooth wire fabric shall conform to ASTM A185 "Welded Steel Wire Fabric for Concrete Reinforcement" (ACI 318-71 limits the wire spacing to 12 inches maximum). Welded deformed wire fabric shall conform to ASTM A497 "Welded Deformed Steel Wire Fabric for Concrete Reinforcement" (ACI 318-71 limits the wire spacing to 16 inches max.). 3B2.2 TIE WIRE: The tie wire used shall be black annealed wire, 16 gauge or heavier. 3B2.3 REINFORCING BAR SUPPORTS: Bar supports shall conform to the "Bar Supports Specifications" contained in "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute. The Contractor shall provide such accessories as plastic spacers, plastic bar supports (chairs), and other approved devices necessary for proper assembly, spacing and supporting the reinforcing steel. 3B2.4 REINFORCEMENT ACCESSORIES: All accessories for reinforcement spacing and support shall be the size and type to accurately conform to the required spacing and concrete clear cover as shown on Construction Drawings. 3B2.5 MILL CERTIFICATES: Two certified copies of mill tests on each grade of reinforcing steel delivered showing physical and chemical analysis shall be provided, upon request, at the time of shipment. 3B2.6 SURFACE CONDITION: Metal reinforcement at the time concrete is placed shall be free from mud, oil, or other non-metallic coatings that adversely affect bonding capacity. Metal reinforcement, except prestressing steel, with rust, mill scale, or a combination of both shall be considered as satisfactory, provided the minimum dimensions, including height of deformations and weight of a hand wire brushed test specimen, are not less than the applicable ASTM specification requirements. 3B2.7 REINFORCING STEEL OF FOREIGN MANUFACTURER: No reinforcing steel of foreign manufacture shall be allowed on the project site. Any foreign steel accidentally delivered to the project site must be removed immediately. 3B Concrete Reinforcement Page 1 of 2 3B3 CONSTRUCTION METHODS 3B3.1 STORAGE: The Contractor shall store all reinforcement above the surface of the ground on platforms, skids or other suitable supports. 3B3.2 PROTECTION: The Contractor shall protect all reinforcement from mechanical injury, from surface deterioration caused by exposure to conditions producing rust, and from non-metallic coatings that adversely affect bonding capacity. 3B3.3 STANDARD PRACTICE: All requirements of concrete reinforcement not covered in these specifications or on the structural drawings shall be in accordance with "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute unless noted otherwise on the drawings. All hooks shall conform to bend dimensions defined as "ACI Standard Hooks" in "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute, unless otherwise shown on the structural drawings. All reinforcing bars shall be bent cold. Reinforcing bars shall not be bent or straightened in a manner that will injure the material. Reinforcing bars shall conform accurately to the dimensions shown on the structural drawings and within the fabricating tolerances shown in "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute. 3B3.4 PLACING REINFORCING STEEL: The placement of bars should conform to the recommended practices in "Placing Reinforcing Bars", as published by the Concrete Reinforcing Steel Institute. Bars should be securely tied to prevent displacement during the concreting operation and all dowels must be wired in place before depositing concrete. All splicing of bars, concrete cover, placing tolerances and bar spacing shall conform to "Building Code Requirements for Reinforced Concrete" (ACI 318), as published by the American Concrete Institute, and to recommended practices in "Reinforcing Bar Splices" by the Concrete Reinforcing Steel Institute. All reinforcing steel splices shall be Class B — ACI 318-98, unless shown otherwise on the drawings 3B3.5 SHOP DRAWINGS: The Contractor shall furnish 6 copies of the placing drawings and bar lists in accordance with the latest revision of "Manual of Standard Practice for Detailing Concrete Structures" (ACI 315), as published by the American Concrete Institute. Reinforcing steel shall not be fabricated until shop drawings have been approved by the Engineer. 3B Concrete Reinforcement Page 2 of 2 DIVISION 3 - CONCRETE SECTION 3C - CAST -IN-PLACE CONCRETE 3C1[11 NORMAL WEIGHT AGGREGATE CONCRETE 3C1.1 SCOPE: This specification shall govern for all work necessary for providing all Portland Cement Concrete with normal weight coarse aggregate required to complete the project. 3C1.2 MATERIAL: 3C1.2.1 Portland Cement: Portland Cement shall conform to ASTM C-150 and shall be Type I or Type III. Other types of cement shall be used only when approved by the Engineer. 3C1.2.2 Water: Water shall be reasonably clean and free from injurious amounts of oils, acid, salt, alkali, organic matter or other deleterious substances. Questionable water shall be tested by a testing laboratory in accordance with ASTM C-94. The cost of testing will be borne by the Contractor. Potable water need not be tested. 3C1.2.3 Fine Aggregate: Fine Aggregate shall consist of natural sand, or sand prepared from product obtained by crushing stone or gravel. Sampling of fine aggregate shall be in conformance with ASTM D-75. Sieve analysis shall be in accordance with ASTM C-136. Fine aggregate shall conform to the following grading requirements: Retained on 3/8" screen 0.0% Retained on 1/4" screen 0 to 5.0% Retained on 20 mesh sieve 15 to 50.0% Retained on 100 mesh sieve 85 to 100.0% Deleterious substances shall not be present in excess of following percentage by weight. Material removed by decantation 3.0% Clay Lumps 0.5% Other substances such as coal, shale and friable particles 2.0% Fine aggregate shall be of such quality that when made into mortar and tested in accordance with ASTM C-87 the mortar shall develop a compressive strength at 7 days and 28 days of not less than 95 percent of that developed by the mortar specified as the basis for comparison. Sand shall not contain organic impurities in amounts that, when the sand is tested in accordance with ASTM C-40, would cause it to show a color darker than the standard color. Fine aggregate shall have a fineness modulus conforming to the following: All strength concrete not less than 2.0 2,000 psi concrete and less not more than 3.25 2,500 psi concrete and greater not more than 3.50 The fineness modulus shall be determined by adding total percentages retained on the following U.S. Standard sieves and dividing by 100: 3 in., 1-1/2 in., No. 4, No. 8, No. 16, No. 30, No. 50 and No. 100. 3C1 Normal Weight Concrete Page 1 of 5 3C1.2.4 Normal Weight Coarse Aggregate: Coarse aggregate shall consist of crushed stone or gravel. Sampling of coarse aggregate shall be in conformance with ASTM D-75. Sieve analysis shall be in accordance with ASTM C-136. Coarse aggregate shall conform to the following grading requirements: Retained on 2" screen 0.0% Retained on 1-1/2" screen 0 to 5.0% Retained on 3/4" screen 25 to 60.0% Retained on 1/4" screen 95 to 100.0% Deleterious substances shall not be present in excess of following percentages by weight: Material removed by decantation 1.00% Shale or slate 1.00% Clay lumps 0.25% Soft fragments 3.00% Sum of all deleterious ingredients, exclusive of material removed by decantation, shall not exceed 4% by weight. Coarse aggregate shall not exceed the following: Soundness test (Sodium sulfate) weighted average loss at 5 cycles 15.0% Absorption test 3.0% Coarse aggregate shall not have a wear equivalent of more than 40 when tested for abrasion in conformance with ASTM C-131. 3C1.2.5 Retarder-Densifier: When a retarder-densifier is required it shall be Sika's "Plastiment", Sonneborn's "Sonotar" or an approved equal. Mixing shall be done in strict conformance with manufacturer's recommendations. 3C1.2.6 Air -Entrainment Agent: The use of air -entrainment admixture is required for all concrete. Air -entrainment shall be at least 3% but shall not exceed 5%. Mixing shall be done in strict conformance with manufacturer's recommendation. ASTM C-138, C-173 or C-231 shall govern. 3C1.2.7 Water Reducing Admixture: A high range water reducing admixture shall be used on all vertical concrete pours (such as walls) and a mid-range reducing admixture shall be used for all horizontal flatwork. The high range water reducing admixture shall meet the requirements of ASTM C494, Type G. Water reducing dosage rates shall be in accordance with manufacturers recommendations. Maximum slump prior to addition o the high range water reducer shall be 2". Slump after addition of the high range water reducer will be 4" minimum to 8" maximum Approved high range water reducing admixtures include Daracem 100 manufactured by W. R. Grace or Rheobuild 1000 manufactured by Masterbuilders. Mid-range water reducing admixtures shall also be manufactured by W. R. Grace, Masterbuilders or approved equivalent. 3C1.2.8 Fly Ash: Fly ash may be used if the following criteria are met: a. Meets the requirements of ASTM C618, Class F. b. Provide a Certificate of Compliance for the fly ash. c. Mix design shall not contain more than 25% by mass of the cementitious material 3C1 Normal Weight Concrete Page 2 of 5 3C1.3 PROPORTIONING OF CONCRETE: It is the intent of this specification to obtain concrete of a homogeneous structure that will be of such consistency and composition that it can be worked readily into corners and angles of forms and around the reinforcement without permitting materials to segregate or free water to collect on the surface. The concrete when it hardens will have a resistance to weathering and the required compressive strength. The general requirements for different compressive strength concrete are as follows: Min. 28 -day Compressive Strength 1500 psi (Class E) Seal Slab (Class D) 2000 psi (Class C) 2500 psi (Class B) 3000 psi (Class A) 4000 psi (Class 2-A) 5000 psi (Class 3-A) Max. Allowable Min. Cement Water -Cement Content Content -Sacks Gal. per sack per Slump of Cement Cubic Yard Range 10.5 3.0 2"-6" 4.0 6"-8" 7.5 4.0 2"-5" 6.75 4.5 2"-5" 6.25 5.25 2"-5" 5.0 6.5 2"-5" 4.0 7.0 2"-5" Maximum water/cement ratio for watertight structures shall be less than or equal to 0.35. For non - watertight structures, the maximum water/cement ratio shall be less than or equal to 0.45. Maximum allowable net water content will be the amount added at the mixer, plus free water in the aggregate and minus absorption of the aggregate based on the thirty minute absorption period. No allowances will be made for evaporation of water after batching. 3C1.4 MIX DESIGN: 3C1.4.1 General: It is the intent of these specifications that the Contractor is responsible for providing a mix design that will produce a concrete meeting the requirements of this specification. 3C1.4.2 Mix Design Report: The Contractor shall submit to the Engineer for approval six (6) copies of a mix design prepared by a reputable testing laboratory. The cost of the mix design shall be as set out in 1E7 - Testing. The mix design shall include mix proportions, water cement ratio, slump and workability characteristics required to produce the specified compressive strength concrete. The mix design shall be established by making, curing and testing a minimum of 5 standard size test cylinders for each strength concrete. Cylinders shall be made, cured and tested in conformance with ASTM C-192 and C-39. The mix design does not have to be prepared especially for this project, but it must apply to the materials being furnished. The mix design must be delivered to the Engineer a minimum of four (4) days prior to the first pour. The Contractor shall have written notice from the Engineer approving the mix design before placing any concrete. If, during progress of the work, it is found impossible to secure concrete of required workability and strength with material being furnished by Contractor, the Engineer may order such changes as may be necessary to secure desired properties, subject to limiting requirements shown in Paragraph 3C1.3. Any changes so ordered shall be made at the Contractor's expense, and no extra compensation will be allowed by reason of such change. 3C1.5 CONSISTENCY: 3C1.5.1 General: The quantity of water to be used shall be determined by the Engineer and shall be such as to give a mixture containing the minimum of water consistent with the required workability. The quantity of water shall be varied only by the Engineer. The Contractor shall provide a concrete that has a consistency that conforms to the following: a. The mortar will cling to the coarse aggregate. b. The concrete is not sufficiently fluid to segregate to the place of deposit. c. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile, but the edged of the pile will stand up and not flow. 3C1 Normal Weight Concrete Page 3 of 5 d. The mortar will show no free water when removed from the mixer. e. The concrete will settle into place when deposited in the forms; and when transported in metal chutes at an angle of 30 degrees with the horizontal, it will slide and not flow into place. f. The surface of the finished concrete will be free from laitance or a surface film of free water. 3C1.5.2 Concrete Failing To Meet Consistency Requirements: Any concrete mix failing to meet the above outlined consistency requirements, although meeting the slump requirements, will be considered unsatisfactory; and the mix shall be changed to correct such unsatisfactory conditions. The slump test will be made by the Engineer in accordance with the methods outlined in ASTM C-143. 3C1.6 MIXING: 3C1.6.1 General: The Contractor shall procure concrete from a "transit -mixed" concrete plant. Aggregates shall be proportioned by weight unless a satisfactory volumetric method of measurement is approved by the Engineer. The use of fractional sacks of cement will not be permitted unless the cement is proportioned by weight. Water shall be measured by an accurate measuring device which can be adjusted to compensate for variations in the free moisture content of the aggregate. The concrete shall be mixed in quantities required for immediate use, and any concrete which is not in place within one hour after start to mixing shall not be used unless otherwise authorized by the Engineer. In threatening weather, which in the opinion of the Engineer 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 to be used, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall or damage due to freezing temperatures. In case it is necessary to continue mixing operations during rainfall, the Contractor shall provide protective covering for the material stockpiles as well as for the concrete being placed. The covering for aggregate stockpiles will be required only to the extent as may be necessary to control the moisture conditions in the aggregate so that adequate control of the consistency of the concrete mix may be maintained. No concrete shall be mixed without the approval of the Engineer when the air temperature is at or below 40°F. (taken in the shade away from artificial heat) and falling. If authorized for concrete placement during cold weather, the concrete will be placed in accordance with the PCA "Design and Control of Concrete Mixtures". The maximum temperature of cast -in-place concrete (Type I, Portland Cement and Type K, Shrinkage Compensating Cement) shall not exceed 98°F. If adjustments of the mixture for temperature control are required, then the procedure for hot -weather mixing, placing and curing shall be in accordance with ACI 305 Recommended Practice for Hot Weather Concreting. 3C1.6.2 "Transit -Mixed" Concrete: The mixing and the transporting operations shall conform with ASTM C-94. Mixing water shall not be added after a truck has left the plant except by permission of the Engineer or his representative. No concrete shall be used in the work which has been held longer than 1 hour in a mixer truck, unless approved by the Engineer. If dry batched to the job site, the batching plant operations shall conform with ASTM C-94. Transportation of the dry materials shall be performed in such a manner as to prevent loss, segregation or contamination of ingredients. 3C1.7 LABORATORY TESTING OF CONCRETE: Moisture content check will be made at sufficient intervals to maintain accurate batching and proportioning. All sampling will be done in accordance with ASTM sampling and testing procedures. See Section 1E7 Testing for test cylinder requirements. A set of test cylinders shall consist of 3 test cylinders. One cylinder shall be tested for strength at the age of 7 days, one cylinder at the age of 28 days, and one cylinder shall be held in reserve to be tested for strength when directed by the Engineer. The cylinders shall be made and cured in conformance with ASTM C-192. Curing facilities shall be provided in accordance with ASTM C-31. Cylinders shall be tested in conformance with ASTM C-39. Air content shall be tested in accordance with ASTM C173. Slump shall be tested in accordance with ASTM C143. 3C1 Normal Weight Concrete Page 4 of 5 3C1.8 FAILURES TO MEET STRENGTH REQUIREMENTS: Should the strength shown by the test specimens made and tested fall below the values required, the Engineer shall have the right to require changes in proportions, or to require additional curing on those portions of the structure represented by the test specimens which failed. If additional curing does not give the strength required, the Contractor will be responsible for removal and replacement of those portions which fail to develop required strength. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: No. Days Consecutive Percent Placing of Any One Class of Strength Of Concrete Specified 1 85 2 95 3 95 5 or more 100 When additional curing of portions of the structure is ordered by the Engineer, it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. In no case shall the Contractor be required to provide such additional curing beyond a total of 21 days, except where average strengths of specimens, representing concrete placed on any three consecutive days, fall below 80% of the value specified in Paragraph 3C1.3. In this case, curing shall be maintained until cores drilled from portions of the structure involved show an average strength equal to that specified in Paragraph 3C1.3. Cores shall have diameter of approximately three times the maximum size of aggregate and shall be tested in accordance with ASTM C-42. 3C1.9 STORAGE OF MATERIALS: Cement shall be stored off the ground in a well -ventilated, weatherproof building. Aggregate shall be stored in a manner that will prevent the mixing of foreign materials and in a manner to prevent segregation of the aggregate. 3C1.10 MEASUREMENT OF MATERIALS: The measurement of materials, except water, used in the batches of concrete shall be by weight. The different grades of aggregate shall be weighed separately. Cement may be measured by the bag. Water may be measured by volume. Allowance will be made for water content where moist aggregates are used. 3C1 Normal Weight Concrete Page 5 of 5 DIVISION 3 - CONCRETE SECTION 3C - CAST -IN-PLACE CONCRETE 3C4[1] CONCRETE STRUCTURES 3C4.1 SCOPE: This specification shall govern for all work necessary to construct all structures required to complete the project. 3C4.2 MATERIAL: 3C4.2.1 Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days (unless specifically specified otherwise) and shall be in accordance with Section 3C1 "Normal Weight Aggregate Concrete". 3C4.2.2 Reinforcing Steel: See Section 3B "Concrete Reinforcement". 3C4.2.3 Premolded Expansion Joint Filler: Premolded expansion joint filler shall conform to ASTM Specification D-544, Type I. 3C4.2.4 Non -Shrinkage Grout: Shall be "Embeco 636" or "Masterflow 713" as manufactured by Master Builders Company, or "Ferrolith G" as manufactured by Sonneborn-Contech or approved equal. 3C4.2.5 Waterstops: Waterstops shall be premolded polyvinyl chloride being "Durajoint" No. 5 as manufactured by Electrovert, Inc., or "Sealtight" No. 6380 as manufactured by W.R. Meadows, Inc., or "Synko-flex" plastic (Bitumen) continuous waterstop or approved equal unless otherwise designated on plans. The "Synko-flex" type water stop shall be used only in horizontal construction joints. The premolded PVC type water stop shall be used in vertical construction joints and may be used in horizontal construction joints (Contractor's option). 3C4.2.6 Membrane Curing Compound: Membrane curing compound shall be a resin base compound in accordance with ASTM Specification C- 309, Type I, with light red tint of fugitive dye. 3C4.2.7 Cotton Mats for Curing: Cotton mats for curing shall be mats which uniformly contain a minimum of 3/4 pound of cotton per square yard, with Osnaburg covering cloth being a weight of not less than 6 ounces per square yard. The mats shall be a size which may be easily handled and having 6 inch wide flap for overlaps. 3C4.2.8 Floor Hardener: Where drawings specify a floor hardener, liquid floor hardener shall be "Lapidoloth" as manufactured by Sonneborn-Contech, or "Kemplate" metallic surface hardener as manufactured by Chem -Masters Corp., or an approved equal. 3C4.2.9 Integral Concrete Coloring: Where drawings call for integral concrete coloring, "Sonobrite" as manufactured by Sonneborn-Contech, or "Staybrite" as manufactured by A.C. Horn Company, or an approved equal shall be used. 3C4.3 CONSTRUCTION METHODS: 3C4.3.1. Required Approval: Prior to starting work, the Engineer may require the Contractor to furnish for approval any or all of the following: a. Methods of construction. b. Drawings for all form and falsework. c. Amount and type of equipment to be used on the project. 3C4 Concrete Structures Page 1 of 6 d. The concrete placing schedule which take into account concrete shrinkage. e. A schedule showing all surfaces to receive a rubbed finish. The Engineer's approval of the above listed items does not relieve the Contractor of any responsibility for safety or correctness of methods, adequacy of equipment, or for carrying out work in accordance with his contractual obligations. 3C4.3.2 Time Sequence of Operation: a. All substructure concrete work shall be cured for a minimum of four days before erecting forms or placing structural steel thereon. b. All substructure concrete work shall cure for a minimum of 7 days before pouring superstructure concrete thereon. c. All wall footings shall cure for a minimum of 3 days before placing wall forms thereon. d. All superstructure shall cure for a minimum of 10 days before being used. 3C4.3.3 Expansion Joints: The Contractor shall remove forms as soon as possible to permit free expansion of concrete. Premolded expansion joint fillers shall be anchored to concrete on side of joint by means of copper wire No. 12 B and C gauge or heavier or copper nails of approved size. Concrete sections are to be completely separated by open joint or by joint material. 3C4.3.4 Construction Joints: a. General: "Construction Joint" is defined as a contact surface between plastic concrete and concrete that has attained initial set. "Monolithic" means concrete placed without construction joints. Waterstops shall be provided in all construction joints in structures containing liquids up to a point one foot above the maximum water surface elevation and in all construction joints in structures with walls adjacent to soil, below a point one foot above the finished grade. The Contractor shall obtain written authorization of the Engineer to permit construction joints other than those indicated. Where such authorization is obtained, make additional construction joints with details and waterstops equivalent to those shown for similar joints. b. Construction: The Contractor shall leave surfaces rough with aggregate surface prior to placing of new concrete. Immediately prior to placing concrete on horizontal joint surfaces, slush surface with mortar coating. Mortar is to consist of regular concrete mix less coarse aggregate. On vertical surface, mortar is to brushed on and worked into irregularities on surface. Keyways are to be formed so as to permit easy removal of forms without damaging the concrete. Waterstops are to extend into both old and new pour an equal distance, or according to manufacturer's recommendations as approved by the Engineer. 3C4.3.5 Concrete Form Work: See Section 3A - "Concrete Form Work". 3C4.3.6 Placing Reinforcement: See Section 3B - "Concrete Reinforcement". 3C4.3.7 Seal Slabs: Seal slabs shall be placed in all excavations for structures which require reinforcing steel in base slab. Excavate below bottom of structural slab to the thickness shown on the drawings (min. 2 inches) and pour seal slab concrete to structural slab bottom elevation. Rough float finish seal slab. No direct payment will be made for seal slab concrete. Seal slab is not required for building on grade slab and grade beams unless shown otherwise on the drawings. 3C4.3.8 Authorization to Place Concrete: The Contractor shall notify the Engineer at least 48 hours in advance of a scheduled concrete placement. The Contractor shall not begin mixing concrete (or place an order for concrete) until the Engineer has inspected the forms, reinforcing steel, and given his approval. Before concrete is placed, all embedded items shall be accurately and securely fastened in place. The Contractor shall not place any concrete until he has at least three (3) mechanical vibrators, of an approved type, on the project site that are in good operating order. 3C4 Concrete Structures Page 2 of 6 3C4.3.9 Scheduling of Concrete Placement: The Contractor shall schedule the concrete placement so as to insure completion during the hours of daylight. If it is necessary to continue pouring during hours of darkness, light the site in such a manner as to insure competent and safe operation. The Engineer can order postponement of placing operations when impending weather conditions threaten to impair the quality of the finished work. Should rainfall occur after placing operations have started, provide covering to protect work. If conditions occur which would be detrimental to placement and setting of concrete, such as pile driving or other vibration, stop the cause of such condition when concrete is being placed and until concrete has aged 12 hours. 3C4.3.10 Handling and Transporting Concrete: The Contractor shall use metal or metal lined chutes, troughs, and/or pipes in placing concrete to prevent separation of concrete ingredients. When pouring down steep slopes, chutes shall be equipped with baffles to reverse lateral direction of movement. Downpipe shall be provided at end of chute. A maximum slope of one vertical to two horizontals shall be used. Chutes and troughs shall be kept free from coatings of hardened concrete or other harmful material. Chutes in excess of 35 feet in length may be used by authorization of the Engineer only. Pumping of concrete may be done by authorization of Engineer only. 3C4.3.11 3C4.3.12 3C4.3.13 3C4.3.14 Placing Concrete: Free fall of concrete shall be limited to a maximum of 4 feet. The Contractor shall place concrete in walls and other inaccessible places by use of tremies. Concrete shall be placed as close as possible to its final location. Vibrators shall not be used to work concrete along the forms. Concrete, reinforcing steel or forms shall not be jarred, moved, or otherwise disturbed after concrete has taken initial set. Concrete shall be placed in continuous horizontal layers approximately 12 inches thick. Each successive layer shall be placed while the layer below is still plastic. If excessive water forms on the surface of the concrete, use concrete to a point approximately 1 foot below finish elevation and allow to settle. To avoid cold joint, resume placement of concrete after partial stiffening. Retempering of concrete or mortar which has partially hardened will not be permitted. Consolidating Concrete: Consolidation of concrete shall be done by means of spading implements and mechanical vibrators of approved type. Use of vibrators of the type which operate by attachment to forms shall be by authorization of the Engineer only. Vibration of concrete shall begin immediately after placement and shall go completely through to next layer below to insure mixture of both layers. Vibration shall not be used for flowing concrete laterally. Placing Concrete on The Ground: The Contractor shall prepare the subgrade in accordance with the applicable earthwork specifications. Apply membrane waterproofing if called for on the drawings and/or specified elsewhere. If membrane waterproofing is not required, moisten subgrade just prior to placing concrete, to decrease absorption of moisture from the concrete. If necessary, pump or bail during placing operations from suitable sump located outside of forms. Pumping will be continued until concrete has attained initial set. Side forms may be omitted when authorized by the Engineer. Placing Concrete in Water: The Contractor shall place concrete in water only by specific authorization of the Engineer. Concrete placed in or under water will contain a minimum of 6-1/2 sacks of cement per cubic yard of concrete. The Contractor shall insure that there is no movement or flow of water in which concrete is being placed for at least 36 hours after placement. Do not disturb concrete after placement and maintain approximately horizontal surfaces at all times. Placement will be by use of watertight tremies of a maximum of 10 inches in diameter. When concrete is placed in tremies, raise tremie slightly, but not out of concrete until batch discharges to bottom of hopper. Stop flow by lowering tremie. Placement will be continuous. 3C4 Concrete Structures Page 3 of 6 3C4.3.15 Curing Concrete: a. General: The Contractor shall have the option of using curing compound or cotton mats with the exception of the following: Membrane curing compound shall not be used on surfaces to be rubbed, painted or to which waterproofing material or liquid floor hardener is to be applied. Membrane curing compound shall not be used on concrete which will have additional concrete placed on it later. Membrane curing compound shall be used for curing surfaces which cannot be satisfactorily cured with mats. Curing mats shall be kept moist and in contact with concrete for 7 consecutive days. High early strength concrete shall be cured for 3 consecutive curing days. b. Use of Membrane Curing Compound: Membrane curing compound shall be delivered on job site in original containers, labeled to show name of compound, manufacturer, and batch number. Compound shall be kept thoroughly mixed and sprayed on the structure using pressure -tank type spraying equipment. The Contractor shall apply curing compound to the concrete immediately upon removing forms at a rate of one gallon per 200 square feet. Apply compound to slabs or other exposed surfaces immediately after finishing or after excess moisture has disappeared. Membrane shall be kept intact and protected from abrasive action for 14 days to obtain equivalent to 7 -day moist curing. Protect against traffic and apply protective coating no sooner than 24 hours after application of membrane. Damage to membrane during 14 -day period shall be repaired immediately. 3C4.3.16 Removal of Forms and Falsework: See Section 3A Concrete Form Work. 3C4.3.17 Defective Work: All work which is deemed by the Engineer to be defective will be repaired immediately by the Contractor in accordance with the Engineer's instructions. 3C4.3.18 3C4.3.19 3C4.3.20 Monolithic Slab Finish: Unless otherwise specified, slabs, platforms, and steps shall be finished monolithically. Unless otherwise specified, slabs shall be level. The Contractor shall place screeds accurately and rigidly prior to placement of concrete. Concrete shall be tamped to force coarse aggregate away from surface; then float finish and steel trowel to finish building floors. "Dusting" of floor surfaces with dry materials shall not be permitted. Edges of all expansion joints shall be rounded at all expansion joints with suitable jointing or edging tool. Concrete Floor Topping and Finish: Where specified, concrete floor topping shall be applied by the Contractor to structural slabs after equipment has been set. Topping may be placed without Engineer's authorization. Structural slab will be broomed to expose aggregate when concrete is green. Structural slab will be cleaned and kept moist 12 hours prior to placing topping. Immediately before placing concrete topping, broom in slush coat of cement and water mixed to consistency of thick paint. Use 1 part Portland Cement, 1 part sand, and 1- 1/2 parts pea gravel for concrete topping. Use no more than 5 gallons of water per sack of cement. Add 5 pounds of non -shrinking grout aggregate per sack of cement in mix. Steel trowel finish will be provided. If specified, the Contractor shall apply liquid floor hardener in accordance with manufacturer's recommendations. If specified, the Contractor shall apply integral concrete coloring in accordance with manufacturer's recommendations. Filling for Tie and Bolt Holes: The Contractor shall fill holes solid with cement mortar. Add white cement to mortar so that patches will not appear darker than adjacent concrete surface. Mortar shall be placed into holes as dry as possible. Holes passing entirely through concrete shall be filled from inside of structure with pressure gun or other device that will force mortar through to outside face. Strike off excess mortar flush with surface and finish to make hole as inconspicuous as possible. 3C4.3.21 Patching: Slight honey -comb and other minor defects in concrete surfaces shall be patched with cement mortar mixed 1 part cement to 2 parts fine aggregate. The Contractor shall repair by cutting out unsatisfactory material and replacing it with new concrete, securely keyed and bonded to old concrete and finish so as 3C4 Concrete Structures Page 4 of 6 to make joints as inconspicuous as possible. Mixture shall be as stiff and dry as possible. For hydraulic structures, repair areas in which honeycomb occurs to prohibit leakage through concrete, using mortar to which non -shrinking grout aggregate has been added at the rate of 5 pounds per sack of cement. 3C4.3.22 Rub -Finish Surfaces: a. Extent Required: Exposed vertical and battered surfaces shall be rub -finished from 6 inches below surface or from below water level to the top, except for small structures which extend 12 inches or less above finished grade. b. Procedure: The Contractor shall start the rubbing operations immediately after form removal. Do necessary pointing as forms are removed. Remove forms only as rubbing progresses in No. 16 Carborundum Stone or equal. Rub sufficiently to bring to surface paste and to produce smooth dense surface without irregularities. Add no cement to form surface paste. Spread or brush material which has been ground to paste uniformly over surface and allow to take reset. Do not rub chamfered corners in first surface rubbing. First rubbing shall be completed within 36 hours after completion of concrete placement. In preparation for final finish, rub with No. 30 Carborundum Stone or equal. After rubbing, strip surface with brush and allow mortar on surface to take reset; then wash surface with clean water. Leave structure with clean, neat, and uniform appearing finish. 3C4.3.23 Rough Finish: For concrete having no special finish indicated, remove ties, fill holes, and remove fins and rough edges. 3C4.3.24 Waterstops: Waterstop material will be completely embedded in concrete and shall extend an equal distance into both the old and the new concrete. Waterstops shall be continuous. Splices will be made in accordance with manufacturer's recommendations and approved by the Engineer. 3C4.3.25 Grouting: a. Mixture: The Contractor shall mix grout (proportion by weight) as follows: (1) For Setting New Equipment: Where clearance is 1 inch or less in thickness, the Contractor shall use 1 part Portland Cement, 1 part clean sharp sand, 7/10 part non -shrinking grout aggregate. No more than 5-1/2 gallons water per sack of cement. Where clearance is over 1 inch in thickness, the Contractor shall use 1 part Portland Cement, 1 part clean sharp sand, and 1-1/2 parts 1/4 inch pea gravel, 7/10 part non -shrinking grout aggregate. No more than 6 gallons of water per sack of cement. (2) Other: For general purpose grouting, the Contractor shall use 1 part Portland Cement and 2 parts sand. When space to be grouted is less than 1 inch, and it is impossible to tamp grout, use 1 to 1 mixture. Use stiff mixture for grout to be tamped. To obtain stiff grout mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting blockouts for embedded pipes and similar items, use grout to which 5 pounds of non - shrinking grout aggregate per sack of cement has been added. b. Procedure for Grouting Equipment: The surfaces of foundations that are to receive grout shall be free of all laitance, grease, oil, organic matter and loose particles. Bolt holes shall be cleaned of all extraneous matter. Concrete shall be chipped in order to obtain a firmer bond as directed by the Engineer. Forms for the grout shall be set true, level, and tight, and shall be well braced. All equipment to be grouted shall be assembled at the grouting site before grouting operations begin. Base plates and items to be embedded shall be cleaned and set in their final positions prior to the start of grouting operations. All equipment shall be so shimmed as to facilitate the removal of the shims Shims shall be removed only after the grout has attained its full strength. The areas to receive grout shall be kept wet for a minimum of 12 hours prior to grouting. Neat cement mortar slush coat shall applied with a stiff brush, and shall be scrubbed into the concrete foundation and applied to the sides and bottom of the base plate or other item to be set. The mortar shall be thoroughly mixed and an excess of water in the mixture shall be avoided. The grout shall be continuously worked and rodded while it is being placed in the forms. All grout destroyed in the removal of shims shall be replaced with grout of the exact same 3C4 Concrete Structures Page 5 of 6 composition and consistency. All grout containing non-shrinkage grout aggregate shall be cut off vertically below the outside edge of the base plate or the base of the embedded equipment, and normal cement mortar shall be used to cover the edge of the grout. All exposed surfaces of the grout shall be steel troweled. All exposed areas shall be protected against rapid drying out. Items embedded in grout shall not be stressed. The machinery embedded in the grout shall not be operated for 36 hours. 3C4 Concrete Structures Page 6 of 6 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART1 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 00 PROPOSAL 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 Page 1 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction 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 Page 2 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction 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 PART2 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. Page 3 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 4 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction 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 Page 5 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 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 of 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, or otherwise not conform to the intent of the Drawings. 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. c. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at it's option send an on -duty police officer to the site and have either the City of Corpus Christi Standard Specifications for Construction Page 6 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction 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 or a designee of. 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 Contractor. 2. The City shall have no maintenance or construction responsibilities during construction Page 7 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for 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. 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 Page 8 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 9 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK Page 10 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 11 of 11 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT PART1 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 00 PROPOSAL 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: Page 1 of 5 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 January 2014 City of Corpus Christi Standard Specifications for Construction 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 Page 2 of 5 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 January 2014 City of Corpus Christi Standard Specifications for Construction wire ends in the controller and signal pole terminal blocks. 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 3 of 5 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK Page 4 of 5 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 5 of 5 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART1 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 00 PROPOSAL 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. PART2 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. Page 1 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 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 (Bills) 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 BTU'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. Page 2 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 3 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 4 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 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: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. Control er 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 (Bills) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS -2 Section 8 requirements. 2. All Bills 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) Bills: 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". Page 5 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 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 Page 6 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 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: Page 7 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction (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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. THIS PORTION INTENTIONALLY LEFT BLANK Page 8 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 9 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern 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 00 PROPOSAL 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 PART2 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 Advanced Transportation Controller (ATC) Unit as per NEMA Traffic Controller Assemblies Standards Publication TS -2 — 2003. 2.2 Advanced Transportation Controller (ATC) Unit A. The ATC shall fully meet the industry's ATC standard 5.2b and proposed standard 6.10. 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 ATC with a laptop computer or modem shall be provided. C. The shelf mount ATC shall be compact so as to fit in limited cabinet space. D. The shelf mount ATC 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 ATC Units are as listed within the City of Corpus Christi Material Producer List — Traffic Department 2.3 Communication Protocols A. The ATC 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: Page 1 of 5 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 January 2014 City of Corpus Christi Standard Specifications for Construction 1. NTCIP Level 2 as defined by Section 3.3.6 of NEMA TS -2-2003. NTCIP v02.06 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 ATC hall be defined in a standard MIB file. 2.4 Ethernet Communication A. The ATC shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. B. This communication protocols shall utilize the ATC -built-in Network Interface Card and shall not require Ethernet -to -Serial converters. 2.5 Communication Ports A. The ATC 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 ATC 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 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 Page 2 of 5 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 January 2014 City of Corpus Christi Standard Specifications for Construction a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 3 of 5 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK Page 4 of 5 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 5 of 5 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.43 GROUND BOXES PART1 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 00 PROPOSAL 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 PART2 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. Page 1 of 4 GROUND BOXES — 34 41 16.43 January 2014 City of Corpus Christi Standard Specifications for Construction 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 Hole for /2 bolt with recess o for head, v e L a b e s (1) PART 3 EXECUTION PLAN VIEW J END K GROUND BOX COVER 11.1 P SIDE pl GROUND BOX COVER DIMENSIONS BOX DIMENSIONS (INCHES) SIZE H 1 J K L M NP "Danger High Voltage" A, B & E 23 '/ 23 13 Y4 13 '/A 9 Ye 5 '/a 1 % 2 CII D 30 V2 30'/4 17 1/2 17''/ 13'1 6 % 1 111 2 n t the cover with the appropriate message from the following table in letters at least one -inch (1") hi h: 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" 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. Page 2 of 4 GROUND BOXES — 34 41 16.43 January 2014 City of Corpus Christi Standard Specifications for Construction 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 3 of 4 GROUND BOXES — 34 41 16.43 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK END OF SECTION Page 4 of 4 GROUND BOXES — 34 41 16.43 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.53 PROGRAMMABLE VEHICLE SIGNAL HEADS PART1 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 00 PROPOSAL 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. PART2 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. Page 1 of 5 PROGRAMMABLE VEHICLE SIGNAL HEADS — 34 41 16.53 January 2014 City of Corpus Christi Standard Specifications for Construction 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. 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%) +1- two -percent (+1- 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 Federal Yellow number 13538 of Federal Standard 595. 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. Page 2 of 5 PROGRAMMABLE VEHICLE SIGNAL HEADS — 34 41 16.53 January 2014 City of Corpus Christi Standard Specifications for Construction 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 3 of 5 PROGRAMMABLE VEHICLE SIGNAL HEADS — 34 41 16.53 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK Page 4 of 5 PROGRAMMABLE VEHICLE SIGNAL HEADS — 34 41 16.53 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 5 of 5 PROGRAMMABLE VEHICLE SIGNAL HEADS — 34 41 16.53 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.63 PEDESTRIAN SIGNAL PART1 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 00 PROPOSAL 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. PART2 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 Page 1 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction module 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 Page 2 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction a. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of/4" 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 Page 3 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction 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 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 77°F. (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F 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 Page 4 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction 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. (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 Page 5 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction 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 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. I. 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 Page 6 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction 1. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. 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. Page 7 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction E. 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 8 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 9 of 9 PEDESTRIAN SIGNAL — 34 41 16.63 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.93 POLES AND ASSEMBLIES PART1 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 00 PROPOSAL 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 05.1, "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. PART2 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 05.1 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 Page 1 of 7 POLES AND ASSEMBLIES — 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction (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 (Ib./ft3) 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 Page 2of7 POLES AND ASSEMBLIES — 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction (1) TxDOT Item 302 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 b. Provide pedestal pole base of Transportation. (1) The Traffic Operations manufacturers. 5. Pedestal Pole in accordance with TxDOT DMS 11140. from manufacturers prequalified by the Texas Department Division maintains a list of prequalified pedestal base 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. 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 Page 3of7 POLES AND ASSEMBLIES — 34 41 16.93 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 Page 3of7 POLES AND ASSEMBLIES — 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction around the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. 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 1/8" 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. Page 4 of 7 POLES AND ASSEMBLIES — 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 5 of 7 POLES AND ASSEMBLIES - 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction 7. Install existing poles on new foundations in accordance with this specification. 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 6 of 7 POLES AND ASSEMBLIES — 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 7 of 7 POLES AND ASSEMBLIES — 34 41 16.93 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT PART1 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 00 PROPOSAL 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. Page 1 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction PART2 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. 2. 3. 4. a. a. a. b. TxDOT Item 441. Galvanizing TxDOT Item 445 Anchor Bolts TxDOT Item 449 Conduit When Specified on the Drawings, (1) Rigid Metal Conduit (RMC) (a) provide: Galvanized Hot dipped galvanized inside and outside with a minimum of 1.5 oz 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. 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. per (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. Page 2 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction 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 Page 3 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 4 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction 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. I. 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 Page 5 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction 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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 6 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 7 of 7 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 19.73 UNINTERRUPTIBLE POWER SUPPLY PART1 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 00 PROPOSAL 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. PART2 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. Page 1 of 7 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 2 of 7 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 3 of 7 UNINTERRUPTIBLE POWER SUPPLY - 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction 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. Page 4 of 7 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction 2. There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. 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 00 PROPOSAL FORM. 1 If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 5 of 7 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK Page 6 of 7 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 7 of 7 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 23.35 RADAR VEHICLE DETECTION SYSTEM PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the installation of a Radar Vehicle Detection System (RVDS) that detects vehicles on a roadway via processing of radar electromagnetic waves and provides detector contact closure to assigned detector channels through an interface module as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL 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. National Transportation Communications for ITS Protocol (NTCIP) 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. 1.5 Definitions The words defined in this section shall for the purpose of the have the meanings ascribed to them. A. Radar — Radio Detection and Ranging. High frequency electromagnetic energy waves used to detect, identify, and determine speed of an object such as a motor vehicle. B. FMCW Radar — Frequency Modulated Continuous Wave Radar. C. Forward Fire RVDS — Detects, tracts and identifies speed of approaching vehicles to the radar receiver. D. Side Fire RVDS — Detects, tracts and identifies speed of passing vehicles through radar detection zones. E. Stop Bar RVDS — Detects and tracts approaching vehicles to an intersection within its field of view. Stop bar RVDS units are capable of true presence detection. The radar sensor shall maintain detection of a vehicle moving or stopped within a programmed detection zone set- up by the user. F. Vehicle Radar Sensor — RVDS device that emits electromagnetic waves and senses return waves from passing and/or approaching vehicles. The vehicle radar sensor shall be spatially monostatic; the transmitter and receiver shall be located on the same sensor device. G. Interface Module — Device that interfaces with the cabinet detector rack allowing for contact closure to occur on a selected detector channel. H. Communications Link — The communications connection between the RVDS processor unit and a local area network (LAN) or laptop computer. I. Detection Accuracy — The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). J. Passage Detection — The ability of a vehicle detector to detect the passage of a vehicle moving through the zone of detection and to ignore the presence of a vehicle stopped within the zone of detection. K. Presence Detection — The ability of a vehicle detector to sense that a vehicle, whether moving or stopped, has appeared in its zone of detection. L. Delay Timing — When selected, applies delayed contact closure to the associated detector channel input. When a vehicle is detected by the RVDS, the delay timing must time out Page 1 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction before contact closure can occur to the detector channel. M. Extension Timing — When selected, applies additional contact closure to the associated detector channel input. When a vehicle is no longer detected within a detection zone, extension timing must time out before contact closure is removed from the associated detector channel. N. GUI — Graphical User Interface. O. LAN — Local Area Network. PART2 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 RVDS shall consist of the following components: 1. radar sensor, 2. detector rack interface module, 3. power and surge protection panel or module, 4. all associated equipment required to setup and operate in a field environment including software, serial and Ethernet communication ports, cabling, electrical connectors and mounting hardware. C. The RVDS interface module must comply and operate with NEMA TS -2 Type 1 detector rack or Type 170/2070 input file. D. The RVDS shall be capable of 16 contact closure inputs to the detector rack. 1. The user shall be able to assign each contact closure to an associated detector channel. The contact closure shall occur through the interface module/ modules or controller module plugged into the rack. E. All components of the RVDS housed in the controller cabinet shall be rated to operate in a temperature range from —34°C to +74°C (-30°F to +165°F) at 0 percent to 95 percent relative humidity, non -condensing. 1. The radar array and other components of the RVDS not housed in the controller cabinet shall be rated to operate in temperatures ranges from -34°C to 60°C (-30°F to 140°F) at 0 percent to 95 percent relative humidity. F. The RVDS shall be able to operate accurately in all types of weather conditions including: rain, snow, sleet, ice, fog and wind blown dust. 1. The RVDS shall be able to operate normally and with no degraded performance when the radar vehicle sensor is encased in a 1/2 inch ice. G. Lightning and surge protection will be provided for power connections and communications links to the radar RVDS meeting or exceeding EN 61000-4-5 class specifications. H. The RVDS shall provide a "fail safe" operation that triggers when communication between the radar vehicle sensor and the interface module is broken. 1. Contact closure will occur on all programmed detector channels associated with the interface module when the fail safe is triggered and will remain in this state until communication is re-established between the interface module and the radar vehicle sensor. The RVDS shall be capable of "pulse mode" or "presence mode" operation. In the pulse mode when a vehicle is detected and conditional logic is satisfied, contact closure will occur for approximately 125 ms. 1. In the presence mode contact closure will occur for as long as a vehicle is detected and conditional logic programming is satisfied. J. The RVDS shall comply with all applicable Federal Communications Commission (FCC) requirements. 1. The manufacturer will provide documentation of compliance with FCC specifications. 2. Each RVDS will be FCC certified under CFR 47, Part 15, Section 15.245 as a field Page 2 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction disturbance sensor or Section 15.249 as an intentional radiator. 3. This certification will be displayed on an external label on each device according to the rules set forth by the FCC. K. The RVDS shall maintain frequency stability without the use of manual tuning elements by the user. 2.2 Forward Fire Radar Functional Capabilities and Requirements A. Forward fire radar units shall provide passage detection and contact closure to the interface module for vehicles approaching an intersection. B. The forward fire RVDS shall provide vehicle detection, tracking and speed of moving vehicles approaching an intersection at a range between 100 feet to 500 feet from the radar sensor. C. Forward fire radar system software shall be capable of creating multiple detection zones within the detection range and applying conditional logic to the detection zones allowing contact closure to occur only when logic conditions are achieved by the RVDS. D. The user shall be able to apply logic gating such as: "and", "or" to a detection zone from the software GUI provided with the system. E. Conditional logic programming will allow the user to control when contact closure occurs to the detector rack interface module. F. The forward fire software shall be capable of minimum and maximum speed settings to create a desired speed range for contact closure to the detector channel. G. Vehicles detected within the minimum and maximum speed settings will apply contact closure to the assigned detector channel input. H. Detection accuracy will be determined by the detection of any moving vehicle or cluster of vehicles within a defined detection zone and within the minimum and maximum speed parameters programmed for the detection zone. 1. With four (4) detection zones programmed each zone 100 feet in length, a minimum of 95% detection accuracy shall be required for each zone. 2. Detection zones will be set-up between 100 feet and 500 feet. Conditional logic for each zone shall be set-up in the "or" gate position allowing for contact closure to occur when vehicle speed conditions are met in the detection zone. I. The forward fire RVDS shall be capable of delay timing. 1. As a minimum the user shall be able to program and select delay timing from 0-25 seconds in one/tenth (.1) second increments from the GUI provided with the RVDS system. J. The forward fire RVDS shall be capable of extension timing. 1. As a minimum the user shall be able to program and select extension timing from 0-25 seconds in one/tenth (.1) second increments from the GUI provided with the RVDS system. K. The forward fire RVDS shall be capable of adjusting the extension time automatically based on speed of a moving vehicle. 2.3 Side Fire Functional Capabilities and Requirements A. Side fire RVDS shall have a minimum, detection range of 6 feet to 250 feet or 10 feet to 200 feet. B. Side fire RVDS shall provide passage detection as defined in this specification and provide contact closure to the detector rack interface module. C. Side fire RVDS shall provide detection, speed and lane identification from passing vehicles in a targeted area. D. Side fire RVDS software shall allow user programmable lane width ranges for as many as 8 or 10 lanes. E. Side fire RVDS shall allow the user to assign vehicle directionality in the software GUI. F. Detection accuracy will be determined by the presence of any moving vehicle within a defined detection range. A minimum of 95% detection accuracy shall be required for each detection zone set-up within the RVDS detection range using as many as 8 detection zones across 8 lanes of vehicle traffic (1 detection zone set-up for each lane). G. Side fire RVDS shall be capable of collecting volume occupancy and speed data on a per lane basis. Collection bin times shall be user selectable. Bins shall be capable of storing data for a minimum of 48 hours. Page 3 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction 2.4 Stop Bar Presence Detection RVDS Functional Requirements A. Stop bar radar units shall provide presence detection and contact closure to the interface module for vehicles approaching an intersection. B. Stop bar radar units shall, as a minimum detect vehicles within a 100 feet, 90 degree cone of detection from the sensor. C. Stop bar radar units shall be able to detect vehicles in ten (10) lanes of detection. D. The number of lanes used and detection zones shall be set-up and selected from the GUI. E. Stop bar radar units shall be able to assign up to four (4) detector outputs per unit and capable of using two (2) or four (4) channel interface modules to the detector rack. F. Stop bar radar units shall be able to distinguish and omit wrong way traffic from activating an assigned detector output. G. Stop bar radar units shall as a minimum, maintain a detection accuracy of 95% for each detection zone set-up on the GUI. 2.5 Software and Communication Requirements for Forward Fire and Side Fire Radar A. RVDS software shall utilize a GUI that runs in a Microsoft Windows environment. 1. The GUI shall graphically illustrate vehicle movement and directionality when detection is achieved by the RVDS. 2. The software shall be capable of auto configuration upon set-up of the RVDS. B. Programmed parameters from the GIU to the sensor shall be stored in non-volatile memory devices such as Flash RAM or EEPROM within the sensor. 1. The sensor shall not rely on battery backup or the use of a super capacitor to retain memory. C. The RVDS shall provide a RS232 serial communications link allowing the user to interface with a laptop computer and operate the GUI. 1. The RS232 serial port shall be full duplex and will support true RTS/CTS hardware handshaking for interfacing to various communication devices. D. The RVDS shall provide an Ethernet communications link allowing the user to interface the system and operate the GUI via a LAN and using TCP/IP protocol. E. Side fire RVDS software shall meet City software protocol requirements. F. Side fire RVDS software shall have a method of automatically identifying traffic lanes using a processor internal to the radar sensor. 1. This auto -configuration method shall identify traffic lanes or detection zones by detecting the relative position of vehicles within the radar sensors field of view. G. RVDS firmware shall be upgradeable by external, local or remote download via serial or Ethernet ports. H. The serial and Ethernet communication ports as a minimum will support the following baud rates: 9600, 19200, 38400, 57600, and 115200. 1. The user shall be able to select the desired baud rate from the GIU. I. The operator shall be able to save configurations settings to a file or reload the configurations settings to the RVDS from a saved file using the GUI. PART 3 EXECUTION 3.1 Installation and Training A. When requested by Owner personnel or purchasing agency, the supplier of the RVDS shall supervise the installation and testing of the radar equipment. 1. A factory certified representative from the supplier shall be on-site during installation. B. If requested by Owner personnel or purchasing agency, up to two days of training shall be provided to personnel of Owner in the operation, setup and maintenance of the radar detection system. C. Instruction and materials shall be provided for a maximum of twenty (20) persons and shall be conducted at a location selected by Owner. D. Owner or purchasing agency shall be responsible for the cost of training. E. Instruction personnel are required to be certified by the equipment manufacturer. F. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. G. Formal levels of factory authorized training are required for installers, contractors and Page 4 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction system operators. All training must be certified by the manufacturer. 3.2 Warranty, Maintenance and Support A. The radar vehicle detection system shall be warranted to be free of defects in material and workmanship for a period of five (5) years from date of shipment from the supplier's facility. B. During the warranty period, the supplier shall repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect or fails to operate properly after installation provided the product is returned FOB to the supplier's factory or authorized repair site. C. Product repair or replaced under warranty by the supplier will be returned with transportation prepaid. D. This warranty does not apply to products damaged by accident, improper operation, abused, serviced by unauthorized personnel or unauthorized modification. E. If a RVDS fails with no visible or physical damage to any electronic/electrical component of the system or its wiring, then the unit is considered to have failed under normal operating conditions. F. A blown fuse or surge protection device failure shall be considered to have failed under normal operating conditions. G. Acts -of -god will not be accepted as excusable unit failures of the RVDS system. H. Repair or full replacement will be required if a RVDS fails to operate as specified under normal operating conditions. I. Repaired or replaced components of the RVDS will be provided at no cost to Owner. J. The replaced or repaired units will inherit the remainder of the failed unit's warranty. K. During the warranty period, technical support shall be available from the supplier via telephone within four (4) hours of the time a call is made by a user, and this support shall be available from factory certified personnel or factory certified installers. L. Ongoing software support by the supplier shall include firmware updates for the RVDS processor unit and external software needed to set-up and operate the RVDS system. M. These updates shall be provided free of charge during the warranty period. N. The update of the RVDS software shall be tested and approved by Owner before installation. O. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. P. This program shall be made available to Owner in the form of a separate agreement for continuing support. Q. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the radar system. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 5 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK Page 6 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 7 of 7 RADAR VEHICLE DETECTION SYSTEM — 34 41 23.35 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 23.37 CONTINUOUS TRACKING ADVANCE DETECTOR PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the installation of a Continuous Tracking Advance Detector (CTAD) 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 00 PROPOSAL 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. PART2 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 Measured Quantities and Outputs. A. Shall detect range, speed, and vehicle estimated time of arrival (ETA) to the stop bar for vehicles or clusters of vehicles moving in the user -selected direction of travel. B. Shall also detect instantaneous roadway efficiency. C. Shall be able to simultaneously detect and report information from up to twenty-five (25) vehicles on the roadway when they are serially sequenced between the near and far boundaries. D. Shall turn on a zone output when the range, speed, ETA, and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. E. Shall turn on an alert output on when the user — defined zone output combinational logical is satisfied. F. 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. G. Shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied. Page 1 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction H. 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. I. 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. J. Shall be capable of providing data for each tracked detection 2.3 Detectable Area A. Mounting Location 1. The CTAD shall be able to detect and report vehicle information when mounted within fifty -feet (50') of the center of the lanes of interest. 2. The CTAD shall be able to detect and report vehicle information when mounted at heights up to forty -feet (40') above the road surface. B. Two (2) Detection Range 1. Shall be able to detect and report information on the roadway located with the near boundary at fifty -feet (50) from the base of the pole on which the CTAD is mounted. 2. Shall be able to detect and report information on the roadway located with the far boundary at 500 ft. from the base of the pole on which the CTAD is mounted. 3. For incoming traffic, ninety-five percent (95%) of large vehicles within the line -of -site of the CTAD shall be detected and reported before they arrive 400 ft. from the sensor. 4. For incoming traffic, ninety percent (90%) of all motor vehicles within the line -of -site of the CTAD shall be detected and reported before they arrive 400 ft. from the sensor. 2.4 Performance A. Detection Accuracy 1. Shall detect at least ninety-eight percent (98) of large vehicles like truck -trailer combinations and at least ninety-five percent (95%) 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. 2. Range Accuracy a. Shall provide range measurements in which ninety -percent (90%) of the measurements are accurate within ten -feet (10') when the vehicle is tracked independently. 3. Speed Accuracy a. Shall provide per vehicle speed measurements in which ninety -percent (90%) of the measurements are accurate within five (5) mph when tracked independently. 4. ETA Accuracy a. Shall provide estimated time -of -arrival (ETA) measurements in which eighty-five percent (85%) of the measurements are accurate within one second, when the detected vehicles are tracked independently at a constant speed above 40 mph and are within 2.5 and 5.5 seconds of the stop bar. 2.5 Performance Maintenance A. Shall not require cleaning or adjustment to maintain performance. B. Shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the CTAD 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 four (4) lbs. in weight. B. Shall not exceed 14 in. x 11 in. x 4 in. in its physical dimensions. C. All external parts of the CTAD shall be ultraviolet -resistant, corrosion -resistant, and protected from fungus growth and moisture deterioration. 2.7 Enclosure Page 2 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction A. Shall be enclosed in a Lexan polycarbonate. B. Shall be classified "f1" outdoor weather ability in accordance with UL 746C. C. Shall be classified as watertight according to the NEMA 250 standard. D. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. E. 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) F. Shall be able to withstand a drop of up to five -feet (5') without compromising its functional and structural integrity. G. Shall include a connector that meets the MIL -C-26482 specification. 1. The MIL -C-26482 connector shall provide contacts for all data and power connections. 2.8 Electrical A. Shall consume less than 4 W @ 12 VDC. B. Shall operate with a DC input between 12 VDC and28 VDC. C. Shall have onboard surge protection. 2.9 Communication Ports A. Shall have two communication ports, and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the C. CTAD's non-volatile memory over either communication port. D. Shall support the user configuration of the following: 1. Baud rate 2. Communication port response delay 3. Contact closure output frequency E. Both communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. F. The contact closure output frequency shall be user configurable as short as 10 ms, with a default near 130 ms for compatibility. G. 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. 2.10 Radar Design A. 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 CTAD shall not vary by more than 1% under all specified operating conditions and over the expected life of the CTAD. B. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the CTAD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. The horizontal beam width of the CTAD at the 6 dB points of the two-way pattern shall be 11 degrees or less. 4. The side lobes in the CTAD two-way antenna pattern shall be -40 dB or less. C. RF Channels Page 3 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction 1. Shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 2.11 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. The back shell 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 back shells are Glenair Series 37 cable sealing back shells. D. The cable shall be the Orion Wire Combo-2207-2002-PVCGY or an equivalent cable that conforms to the following specifications: 1. The RS -485 conductors shall be a twisted pair. 2. The RS -232 and RS -485 conductors shall have nominal capacitance conductor to conductor of less than 45 pF/ft at 1 kHz. 3. The RS -232 and RS -485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/1000 ft. at 68°F. 4. The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. at 68°F. 5. Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. E. The cable shall have a single continuous run with no splices. F. The cable shall be terminated only on the two farthest ends of the cable. G. 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. 57.6 Kbps 600 ft. 38.4 Kbps 800 ft. 19.2 Kbps 1000 ft. 9.6 Kbps 2000 ft. H. 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. 57.6 Kbps 60 ft. 38.4 Kbps 100 ft. 19.2 Kbps 140 ft. 9.6 Kbps 200 ft. 1 NOTE: These represent maximum data rates. The data rate used should be the minimum data rate required for operation. J. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft. K. If 24 VDC is being supplied for the CTAD then the cable length shall not exceed 600 ft. L. If a cable length of 600 ft. to 2000 ft. is required, the power cable shall be an ANIXTER 2A- 1402 or equivalent cable that meets the following requirements: 1. 10 AWG conductor size/gauge 2. 2 conductor count 3. Stranded cable type 4. Bare copper material 5. 600 V range 6. 194°F temperature rating 7. PVC/nylon insulation material 8. PVC—polyvinyl chloride jacketing material 9. 25 A per conductor Page 4 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR – 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction M. Both communication and power conductors can be bundled together in the same cable as long as the abovementioned conditions are met. 2.12 Lightning Surge Protection A. The CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000-4-5 Class 4 specifications. B. The lightning surge protection unit shall be as recommended by the manufacturer. 2.13 Power Supply A. The CTAD shall be installed using an equivalent AC to DC power converter that meets the following specifications. 1. Shall be power rated at 15 W or greater at 77°F and 10 W or greater at 165°F. 2. Shall operate in the temperature range of to -29°F to 165°F. 3. Shall operate in the humidity range of 5% to 95% at 77°F non -condensing. 4. Shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. Shall operate at an input frequency of 47 Hz to 63 Hz. 6. Shall produce an output voltage of 24 VDC ±4%. 7. Shall have a hold-up time of greater than 20 ms at 120 VAC. 8. 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. 9. Shall conform to safety standards UL 60950 and EN 60950. 10. Shall conform to EMC standards EN 55022 Class B and EN 61000-3-2, 3. 11. In brown -out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 2.14 Input File Cards A. If input file cards are used in the detection system, meet the following: 1. Shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. Shall translate data packets from the CTAD into contact closure outputs. 3. Shall support actuation mode (passage detection output in real time) of operation. 4. Shall receive data packets over an RS -485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. 5. Shall auto baud and auto -detect a CTAD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. Shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 2.15 Configuration A. Auto -configuration 1. Shall have a method for automatically configuring the sensitivity of detection in at least 5 -ft. increments. 2. The auto -configuration method shall not prohibit the ability of the user to manually adjust the CTAD configuration. 3. 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. B. Zone Configuration 1. Shall support the configuring of zones in 5 -ft. increments. 2. Shall support detection zones as long as 450 ft. 3. Shall support user configurable high-speed and low -speed detection filters for each zone 4. Shall support the configuring of speed filters in 1 -mph increments. 5. Shall support user configurable upper and lower estimated time -of -arrival (ETA) filters for each zone. 6. Shall support the configuring of ETA filters in increments of 0.1 seconds. 7. Shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. 8. Shall support the configuring of qualified count filters in increments of one. C. Windows® -based Software 1. Shall include graphical user interface software that displays the current traffic pattern Page 5 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR - 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction using a graphical traffic representation. 2. The graphical user interface shall also display all configured alerts and provide visual representation of their actuation. 3. 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. 4. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista, and Windows 7 in the .NET framework. 5. The software shall support the following functionality: a. Automatically find the correct baud rate b. Automatically find the correct serial communication port c. Operate over a TCP/IP connection d. Provide a virtual sensor connection for software usability without a sensor e. Give the operator the ability to save/back up the CTAD configuration to a file or load/restore the CTAD configuration from a file 2.16 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. CTAD operation shall continue in rain up to 4 in. per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non - condensing). 2.17 Testing A. FCC 1. Each CTAD shall be Federal Communications Commission (FCC) certified under CFR 47, part 15, section 15.245 or 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each CTAD according to the rules set forth by the FCC. 3. The CTAD shall comply with FCC regulations under all specified operating conditions and over the expected life of the CTAD. B. 12.2 NEMA TS 2-1998 Testing 1. The CTAD shall comply with the applicable standards stated in the NEMA TS 2-1998 Standard. 2. Third party test results shall be made available for each of the following tests: a. Shock pulses of 10 g, 11 ms half sine wave b. Vibration of 0.5 g up to 30 Hz c. 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage d. Cold temperature storage at -49°F for 24 hours e. High temperature storage at 185°F for 24 hours f. Low temp, low DC supply voltage at -29.2°F and 10.8 VDC g. Low temp, high DC supply voltage at -29.2°F and 26.5 VDC h. High temp, high DC supply voltage at 165.2°F and 26.5 VDC i. High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.18 Manufacturing A. The CTAD shall be manufactured and assembled in the USA. B. 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. C. The CTAD 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 48 hours' duration or greater 3. Final unit functionality testing prior to shipment Page 6 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction E. Test results and all associated data for the above testing shall be provided for each purchased CTAD by serial number, upon request. 2.19 Support A. The CTAD manufacturer shall provide both training and technical support services. B. Training 1. 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. 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 CTAD, 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 CTAD. 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 CTAD 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 CTAD 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 CTAD 6. 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. C. Technical Assistance 1. 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. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of CTADs should such services be required. 2.20 Documentation A. CTAD documentation shall include a comprehensive user guide as well as an installer quick- reference guide and a user quick -reference guide. B. The CTAD manufacturer shall supply the following documentation and specification test results at the time of the bid submittal: 1. Detection accuracy 2. Range accuracy 3. Earliest range of detection 4. Speed accuracy 5. ETA accuracy 6. FCC CFR 47 certification 7. NEMA 250 standard for Type 4X Enclosure third -party test data 8. NEMA TS 2-1998 standard third -party test data 2.21 Warranty A. The CTAD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. 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. Page 7 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction 3.2 Mounting and Installation A. Mounting Assembly 1. The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm, or other solid structure. 2. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The CTAD mounting assembly shall be constructed of weather -resistant materials and shall be able to support a 20 -Ib. load. B. Mounting Location 1. The CTAD shall be mounted at a height that is within the manufacturer's recommended mounting heights. 2. 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. 3. The CTAD shall be mounted in a forward -fire position, looking towards either approaching or departing traffic. 4. The CTAD shall be mounted so that it is pointed within ten -feet (10') of the target point as defined by the manufacture's table of target points for mounting offsets and mounting heights. 5. 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. 6. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. 7. Two CTAD units shall not be mounted so that they are pointed directly at each other. 8. CTADs that are mounted within twenty -feet (20') of each other shall be configured to operate on different RF channels regard -less of the pointing direction of the CTAD. 9. The CTAD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. 10. The CTAD shall be mounted at least thirty -feet (30') to the side of any such overhead structures. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1 If this item is not indicated within Section 00 30 00 PROPOSAL 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. Page 8 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 9 of 9 CONTINUOUS TRACKING ADVANCE DETECTOR — 34 41 23.37 APPENDIX June 3, 2013 City of Corpus Christi Department of Engineering Services Post Office Box 9277 Corpus Christi, Texas 78469-9277 Attention: SUBJECT: Mr. Daniel Biles, P.E. Director of Engineering Services • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBSURFACE EXPLORATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED KOSTORYZ RD. — BRAWNER PARKWAY TO STAPLES ST. (BOND 2012) City of Corpus Christi Project No. E12099 Corpus Christi, Texas RETL Job No. — G112256 Dear Mr. Biles, In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted to both the City of Corpus Christi and to Urban Engineering Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), a Texas Professional Engineering Finn (No. — 2101), would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 18847 REDLAND ROAD #202 • SAN ANTONIO, TEXAS, 78259 OFFICE: (361) 883-4555 . FAx: (361) 883-4711 OFFICE: (210) 495-8000 • Fax: (210) 495-8015 SUBSURFACE EXPLORATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED KOSTORYZ ROAD — BRAWNER PARKWAY TO STAPLES STREET (BOND 2012) CITY OF CORPUS CHRISTI PROJECT NO. E12099 CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G112256 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 JUNE 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 OF ENGINEERS FIRM REGISTRATION NO. - 2101 '•!P et ISTOPHER A. ROCK i 95866 .m•1, Christopher A. Rock, P.E. (®bA��Ns� Vice President Corpus Christi itestatihme,4 o o MARK C. ROCK f ;.. 71395 .:etf" f G/STE�tiO. •, Mark C. Rock, P.E.® �►'WN" Vice President of Operations TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Recycled Existing Pavement Discussion 4 Drilling and Sampling Procedures 4 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 5 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 6 Groundwater Observations 7 OSHA Soil Type Classification 7 PAVEMENT RECOMMENDATIONS 8 Routine Maintenance of Rigid and Flexible Pavement Systems 12 Earthwork and Foundation Acceptance 12 Dewatering Construction Considerations 13 GENERAL COMMENTS 14 APPENDIX Boring Location Plans Boring Logs B-1 through B-9 Key to Soil Classifications and Symbols June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples St.; Corpus Christi, Texas RETL Job No.: G112256 INTRODUCTION This report presents the results of a soils exploration for the proposed Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012), City of Corpus Christi Project No. E12099 in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and Urban Engineering Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P112612E (Revision No. 1) dated January 24, 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. At the time this report was being prepared the executed agreement was pending. Purpose and Scope Based on information provided to RETL, the proposed will include rehabilitating Kostoryz Road to include the reconstruction from a 4 travel lane to a 4 travel lane with a center median. It is understood that the profile grade line of the roadway will be similar to existing. In addition, new utility lines will be installed approximately 3 to 10 -feet below existing grade. 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 and rigid 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 either a flexible or rigid pavement section. If the material is suitable, RETL will provide recommendations suitable for 30 -year pavement designs incorporating recycled materials. 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. 1 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 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 City of Corpus Christi and Urban Engineering 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 Urban Engineering for the specific application for the proposed Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012), City of Corpus Christi Project No. E12099. 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 proposed Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) in Corpus Christi, Texas is provided in the table below: 2 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 KOSTORYZ ROAD BRAWNER PARKWAY TO STAPLES STREET; CC, TEXAS Depth of HMAC & Flexible Base Material Boring Number Boring Depth (ft) Location Depth of HMAC (in) Depth of Base (in) B-1 15 N 27° 44.614' W 97° 24.225' Kostoryz Road; 60' N of Brawner Pkwy.; 6' from east edge of pavement; Outside NBL 10.00 --- B-2 5 N 27° 44.690' W 97° 24.184' Kostoryz Road; 30' N of Corta St.; 15' from west edge of pavement; Inside SBL 10.00 --- B-3 15 N 27° 44.758' W 97° 24.133' Kostoryz Road; 530' N of Corta St.; 5.5' from east edge of pavement; Outside NBL 9.00 --- B-4 5 N 27° 44.829' W 97° 24.094' Kostoryz Road; 75' S of Norton St.; 4.5' from west edge of pavement; Outside SBL 9.00 --- B-5 5 N 27° 44.902' W 97° 24.046' Kostoryz Road; 425' N of Norton St.; 15' from east edge of pavement; Inside SBL 9.50 --- B-6 15 N 27° 44.981' W 97° 24.000' Kostoryz Road; 925' N of Norton St.; 4' from west edge of pavement; Outside SBL 8.00 --- B-7 15 N 27° 44.051' W 97° 23.954' Kostoryz Road; 40' S of Orlando Dr.; 5.5' from east edge of pavement; Outside NBL 9.00 --- B-8 5 N 27° 45.126' W 97° 23.912' Kostoryz Road; 560' N of Orlando Dr.; 15' from west edge of pavement; Inside SBL 9.50 --- B-9 15 N 27° 45.207' W 97° 23.865' Kostoryz Road; 100' S of Staples St.; 4.5' from west edge of pavement; Outside SBL 9.50 --- Where: NBL = North Bound Lane SBL = South Bound Lane 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 are included in the Appendix. 3 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G 1 12256 Recycled Existing Pavement Discussion The average thickness of the existing HMAC encountered is 9.3 -inches. It may be possible to utilize the right of way for Branwer Parkway as a location to stockpile salvaged material, but due to the relative absence of crushed base material in the existing pavement it is RETL's opinion that the abundance of existing HMAC would be best used as recycled asphaltic pavement (RAP) in HMAC. RAP can be used up to 25 -percent in HMAC per TxDOT guidelines, in addition, due to aging of the HMAC the addition of RAP into virgin HMAC will tend to increase the binder stiffness of the composite blend. In order for this HMAC to be included as recycled material within the HMAC base and surface courses a sufficient size of composite sample would be required in order to ascertain the physical properties of the existing HMAC and design a new HMAC mix using the RAP. Time constraints and lack of sufficiently large sample to be used for design and construction sequence will likely eliminate the use of the RAP into this city project but may be utilized in future city projects. 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 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. Field Tests and Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. 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. 4 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations were not provided at the boring locations. 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. 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. 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. 5 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the soil parameters recommended for use when designing of braced excavations are provided in the following table: Soil Profile Table D Description LL PI C (0 ye K. Kp 0-0.8 Ex. HMAC Pavement Not Applicable 0.8-13 Fat/Lean CLAY & CLAYEY Sand 32-64 17-44 2,000 0 120 0.4 2.5 18-20 Fat/Lean CLAY& CLAYEY Sand 46-49 27-30 2,000 0 60 0.4 2.5 Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) 4) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf K,= Active Earth Pressure Coefficient Kp= Passive Earth Pressure Coefficient Exceptions to the generalized soil conditions may exist, particularly a stratum of medium dense poorly graded sand was encountered between the depths of 13 to 15 -feet at boring location B-1. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. The trench protection should be designed to provide the most conservative design given the design parameters provided in the table above. It should be noted that the values for the design of braced excavations provided in the table 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. 6 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 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 0-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-1 14.5' Dry & Caved @ 14.5' B-2* Dry Dry & Open B-3 13.5' GW @ 14.3' & Open B-4* Dry Dry & Open B-5* Dry Dry & Open B-6 13.5' GW @ 13' & Open B-7 14.5' GW @ 14' & Open B-8* Dry Dry & Open B-9 14' GW @ 13.8' & Open *Borings were terminated at a depth of 5 -feet. Based on the groundwater observations made at the time of our field investigation, it is RETL's opinion that groundwater will be encountered near the 13 -foot depth. The groundwater readings provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: 7 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 OSHA Soil Type Classification D OSHA Soil Type Classification 0-13 Type B 13-20 Type C It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for 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 1/2 Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. PAVEMENT RECOMMENDATIONS Based on information provided to RETL, the proposed project will include rehabilitating Kostoryz Road to include the reconstruction from a 4 travel lane to a 4 travel lane with a center median. It is understood that the profile grade line of the roadway will be similar to existing. In addition, new utility lines will be installed approximately 3 to 10 -feet below existing grade. In designing the proposed roadway, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. 8 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements, or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBRJK values) have not been performed for this analysis. Based upon local experience, generalized soil type and classification, and laboratory testing the estimated CBR and K values for the natural surficial fat/lean clay soils encountered at this site is, 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 provided in the table below: Design Parameter to Calculate 18 kip Equivalent Axle Loads Design Parameters Kostoryz Street Between Brawner Parkway to Staples St. Percent Growth 1% Percent Trucks 3% Directional Traffic Distribution 50/50 Design Lane Traffic Distribution 100% Terminal Serviceability Index 2.5 Traffic Counts Provided by City of Corpus Christi 14,371; Average Vehicles per Day Bi -Directional Between 2,000 to 2,010 If the owner or consultant provides design considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental recommendations are warranted. ADT design lane traffic calculated for 30 -years, calculated rigid and flexible 18 -kip Equivalent Single Axle Loads (ESAL), calculated required structural number and rigid pavement thicknesses for Kostoryz Street between Brawner Parkway to Staples Street are provided in the table below for 30 -year pavement designs: 9 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 Summary of Pavement Design Criteria Kostoryz Street Between Brawner Parkway to Stas St. 30 Yr. —4 ADT Design Travel Lane 9,685 Flex. ESAL's 1,338,842 Rigid ESAL's 1,515,319 Required SN 4.57 Rigid Concrete Pavement Thickness (in) 8" The recommended rigid and 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: 30 YEAR FLEXIBLE PAVEMENT SECTIONS Kostoryz Street Between Brawner Parkway to Staples St. Flex. Pvmt. lA Flex. Pvmt. 1B Flex. Pvmt. 1C Flex. Pvmt. 1D Flex. Pvmt. lE Type D HMAC 2" 2" 2" 4" 4" Type B HMAC 3 1/2" 3 '/z" 3 1/2" --- --- Flex Base Material Type A Gr. 1 12" 12" 10" 17" 15" Lime Stabilized Subgrade (4'/%) 8" --- Geogrid TX5 No No TX5 No TX5 Geogrid BX -1100 I No BX -1100 No BX -1100 No Calculated SN 4.63 4.63 4.62 4.70 4.70 Min. Required SN 4.57 4.57 4.57 4.57 4.57 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, either lime stabilization in accordance with the recommendations herein, or a layer of the specified geogrid required shall be placed on the properly prepared raw subgrade 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. 10 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 If lime stabilization is required in the pavement section selected for this project, the lime stabilization operations shall be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Upon completion of the raw subgrade preparation, lime shall be mixed with the scarified subgrade soils at the rate of 4 1/2 -percent, based on the maximum dry unit weight of the raw subgrade soils as determined by the standard Proctor, (ASTM D698). The lime stabilized soils should be 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. 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 -percent of the optimum moisture content. RETL recommends placing a single course surface treatment underseal, a prime coat (MC -30 or MC -70), or both, on the finished flexible base material prior to placing the HMAC courses. A single course surface treatment underseal 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 thicknesses 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 AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES." Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The table below provides the recommended rigid concrete pavement section: 11 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 Kostoryz Street Rigid Pavement Design Thickness Requirements Pavement Constituents Between Brawner Parkway to Staples St. 30 Year Pavement Design Reinforced Concrete 8" Type D HMAC 1" Crushed Limestone Base Material TxDOT Item 247; Type A, Grade 1* 6" Compacted Subgrade Soils (95% Std. Proctor; at, or above, opt.) 12 *Note: TxDOT Item 247 Type A Grade 1 crushed limestone base material shall be compacted to a minimum of 98 -percent of the standard Proctor (ASTM D698) and within 1 '/z -percent of the optimum moisture content when utilized within a rigid concrete pavement section. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a minimum average 28 -day flexural strength of 680 psi or a minimum average 28 -day compressive strength of 4,400 psi in accordance with TxDOT Item 360. Expansion joints, if used, should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based on 18 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. 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. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. 12 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 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 at depths near 13 -feet. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions; therefore, it should be made the responsibility of the contractor to verify depths to groundwater. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive methods 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 are 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. 13 of 14 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 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. 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. 14 of 14 APPENDIX June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. BORING LOCATION PLAN KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 June 3, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. BORING LOCATION PLAN KOSTORYZ ROAD (BOND 2012)(City of CC Proj. No. E12099) Limits; Brawner Pkwy. to Staples Street; Corpus Christi, Texas RETL Job No.: G112256 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 0 iL 0 0 0 0 CC i 0 0 7 7 0 .n 0 0 LOG OF BORING B- �Gcf r `,x�� Fsr Rock Engineering & Testing Lab., Inc. �`' ' .Q Corpus Christi. Texas 78409 AOC ,�0 6817 Leopard Street 4©bg9T PQ9,-c- FaTex (336147883-4555 cA} 11 aGo CLIENT: City of Corpus Christi (#E12099) �� v PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (TO r" LIQUID LIMIT DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 14.5' during drilling operations. Dry and caved at 14.5' upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (10.00"1 1 i! -SH 2 �.3 4 /- 5 - 6 /Same i 7 _ /- 10 - %/f - 11 - j . 12 -. 13 - S-1 SH S-2 r3 SH S_4 SH S-5 P= 4.5+ P= 4.5+ P= 4.5+ P= 3.0 P= 4.0 - 14 16 16 20 14 55 32 18 15 37 17 115 3.4 73 65 FAT CLAY with sand, dark gray, dry, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. as above, gray and brown. (CH) FAT CLAY gray and brown, moist, very stiff. SANDY LEAN CLAY brown, dry, very stiff. (CL) POORLY GRADED SAND with silt, brown, moist, medium. 14 - 15 - SS S-6 M N= 27 20 10 Boring was terminated at a depth of 15 -feet. N - STANDARD PENETRATION TEST RESISTANCE P POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 44.614' W 97" 24.225'. Boring Location_ Kosloryz Road: 60' N of Brawner Pkwy.; 6' from east edge of pavement; H O u w 0 0 O CC n' 0 0 ce1- r 0 O BORING G11 0 0 0 LOG OF BORING B-2 SHEET 1 of 1 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 (#E12099) PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA -J 0 CO >- co 0 rn 2 a a 0 SAMPLE NUMBER rn rn z 0 1- z z >c� CC > 0 Or u.u. w OU O F (/)Z0 OJ O LO V Y m� w0 Z O I— Q. MOISTURE CONTENT (0/. ATTERBERG 0 0 LIMITS PLASTIC LI X 0 Z PLASTICIT LL PL PI rnu. to U O a = w o OL Z z w Z iY O O 1 O o o_ U to r w u) MINUS NO. 20 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: N/A DESCRIPTION OF STRATUM 4 A 5 SH S-1 SH S-2 P. 3.0 P. 3.75 19 20 41 18 23 68 ASPHALT (10.00"I SANDY LEAN CLAY gray, moist, very stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 44.690' W 97' 24.184'. Boring Location Kostoryz Road; 30' N of Coda St.: 15' from west edge of pavement; Inside south bound lane N 0w 0 0 nn 0 0 cc 0 0 0 t0 ro 0 7o m 0 0 LOG OF BORING B-3 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 (#E12099) PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA 1 2 3 4 5 6 7 8 9 - 11 • 12 13 - 14 - 15 SAMPLE NUMBER SH S-1 SH S-2 SH S-3 SH S-4 SH S-5 SS S-6 N w J a / MOISTURE CONTENT (%) AT r ILIOUID LIMIT TERB LIMIT PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (°/0) P= 2.5 P= 2.5 P= 2.0 P= 1.5 P= 2.25 7 N= 14 1 18 19 20 11 18 -21 50 33 46 17 13 16 33 21 30 1119 1119 1.8 1.6 69 69 37 DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered al 13.5' during drilling operations. GW at 14.3' and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (9.00") SANDY FAT CLAY dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Same as above, gray and brown. SANDY FAT CLAY gray and brown moist stiff. SANDY LEAN CLAY brown, moist st ff. (CL) CLAYEY SAND brown, moist, stiff. (SC) Sand seam encountered. Boring was terminated at a depth of 15 -feet. N - STANDA P - POCKET T - POCKET RD PENE PENETR TORVAN TRAT OME E SH ION TER EAR TES RESI STR T RE STA ENG SIST NCE TH ANCE 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° 44.758' W 97° 24.133'. Boring Location Kostoryz Road; 530' N of Corte Si.. 5.5' from east edge of pavement; utside north bound lane C 1- 0 0 CC CC 0 0 0 ce0 F 0 N 7 7 0 (n 0 0 — - -- - — — vI 1 4— 4— 1 I vi I P�a0 a r CLIENT: City of Corpus Christi (#E12099) �..,e� FS, Rock Engineering & Testing Lab. Inc. 'tio PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. 6817 Leopard Street `ate O� Corpus Christi. Texas 78409 LOCATION: Kostoryz Road; Corpus Christi, TX 4e°99T aQPte TeTelephone: (31) 883-4555 (361), NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N BLOWS/FT P: TONS/SO FT T: TONS/SO FT PERCENT RECOVERY ROCK DUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) Hollow Stem Auger LIMITS ILIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GVV) was not encountered during drilling operations. Dry and open upon completion of dolling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM ASPHALT (9.00") - 1 - SANDY FAT CLAY dark gray, moist, very stiff. Presence of SH S-1 P. 4 5+ 16 lime was not indicated using phenolphthalein, a lime indicating solution. /- 3 - Same as above. (CH) 4 / SH / S-2 P= 4.5+ 18 53 16 37 66 5 Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE REMARKS: P POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH Boring depth and location was determined by RETL. Boring operations were performed by 24.094iroCore, a drilling sub consultant to RETL, at GPS Coord. N 27" 44.829' W 97° Boring Location Kostoryi Road; 75' S of Norton St., 4.5' from west edge of pavement; LOG OF BORING G112256 KOSTORYZ ROAD GPJ ROCK: E- GDT 4/23/13 LOG OF BORING B-5 SHEET 1 of 1 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 (#E12099) PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA LL 2 a_ w 0 0 SAMPLE NUMBER MOISTURE CONTENT (%) ATTERB LIMIT ERG S 0 z_ } U -J H V) -J PI LIQUID LIMIT PLASTIC LIMIT LL PL r - Y u: V) 0 Z W 0 O Z 0 a COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM SH S-1 2 - 3 4 5 SH P= 2.5 S-2 ASPHALT (9.50" l 17 40 14 26 20 68 SANDY LEAN CLAY dark gray, moist, very stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, stiff. Boring was terminated at a depth of 5 -feet. 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 perforrned by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27" 44.902' W 97° 24.046'. Boring Location: Kostoryz Road; 425 N of Norton St., 15 from east edge of pavement: inside north bound lane ip 0 0 ri 0 J- 0 0 tOU C7 7 0 m 0 C7' 0 LOG OF BORING B-6 SHEET 1 of 1 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 (#E12099) PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA O } O 0 0 0 0 LL 2 0 a w 0 SAMPLE NUMBER w a MOISTURE CONTENT (%) ATTERBERG LIMITS x w 0 C_ r- U V 5 rn rn L PI r (LIQUID LIMIT PLASTIC LIMIT PL COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): I lollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 13.5' during drilling operations. GW at 13' and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM 1 - 2 - - 3 - 4 5 - 6 - 7 8 9 - 10 - - 11 - 12 - 13 - 14 - 15 - SH S-1 SH S-2 SH S-3 SH S-4 SH S-5 SH S-6 1 1 1 1 1 P= 4.5+ P= 4.5+ P= 4.5+ P= 4.5+; Tv= 2.125 P= 3.0 V 2 P= 3.75; Tv= 2.25 20 15 15 15 23 20 64 56 20 19 44 37 81 76 98 ASPHALT (8.00") FAT CLAY, with sand, dark gray, moist, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, dry. (CH) Same as above, brown. FAT CLAY with sand, brown, dry, very stiff. (CH) Same as above, moist. Same as above. Boring was terminated at a depth of 15 -feet. N - STANDARD PENE P - POCKET PENETR T - POCKET TORVAN TRAT OME E SH ION TER EAR TES RESI T RE TSTA ENG SIST NCE TH ANCE 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° 44.981' W 97° 24.000'. Boring Location Kostoryz Road; 925 N of Norton St.: 4' from west edge of pavement: utside south bound lane I v- 2.125 tsr. C- 4,250 psf I v- 2.25 tsr, C- 4,500 psf 0 0 U 0 0 nn 0 0 0 N 0 0 N 0 0 u -I 0 0 0 LOG OF BORING B- a�`G r `�'� Fsr Rock Engineering & Testing Lab., Inc. tam inka �tio 6Corp Leopard Street �`, ' .� Corpus Christi, Texas 78409 NI q®�A OPp�E Telephone: (361)883-4555 4r IS Fax: (361) 883-4711 qr � CLIENT: City of Corpus Christi (#E12099) �� v PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 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 (DUALITY 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 encountered at 14.5' during drilling operations. GW at 14' and open upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM ASPHALT (9.00"). 1 2 // 3 4 5 6 - . j • 8 - - •10 11 12 - 13 SH s-1 SH S1 SH7 S 3 SH S-5 P= 1 5 P= 2.0 P= 1.5 P=2.5 P= 1.5 26 29 26 27 27 61 46 18 16 43 30 98 1.9 82 89 FAT CLAY with sand, dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. LEAN CLAY gray and brown, moist, stiff. (CL) Same as above. Same as above, brown. CLAYEY SAND brown, moist, very stiff. Sand seam - 14 �� %/j 15 SS S-6 N= 16 - 21 49 encountered. Boring was terminated at a depth of 15 -feet. N - STANDARD PENETRATION TEST RESISTANCE P POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was deterrnined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, al GPS Coord. N 2r 44.051' W 97' 23.954'. Boring Location. Kosloryz Road; 40' S or Orlando Dr.; 5.5'from cast edge of pavement. tsde nth bd l uorounane LOG OF BORING G 112256 KOSTORYZ ROAD GPJ ROCK ETL GDT 403 '1 LOG OF BORING B-8 SHEET 1 of 1 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 (#E12099) PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 FIELD DATA LABORATORY DATA .. x 1- a w 0 0 SAMPLE NUMBER a MOISTURE CONTENT (TO AT TERB LIMIT ERG S x w 0 z H 0 cn PI r ILIOUID LIMIT PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM 1 2 4 SH S-1 SH S-2 P= 3.0 P= 1.5 25 28 55 18 37 87 ASPHALT (9.50") FAT CLAY dark gray, moist, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, stiff. (CH) Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27" 45.126' W 97" 23.917. Boring Location: Kostoryz Road: 560' N of Orlando Dr.; 15' from west edge of pavement .d nsi a south bound lane LOG OF BORING B-9 SHEET 1 of 1 ° `a���� rFsr Rock Engineering & Testing Lab., Inc. ��G tie 6817 Leopard Street Corpus Christi, Texas 78409 <10 P•O Telephone: (361) 883-4555 6.4 Q° Fax: (361) 883-4711 ay `'c' CLIENT: City of Corpus Christi (#E12099) PROJECT: Kostoryz Rd. - Brawner Pkwy. to Staples St. LOCATION: Kostoryz Road; Corpus Christi, TX NUMBER: G112256 DATE(S) DRILLED: 02/21/13 - 02/21/13 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/SO 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 encountered at 14' during drilling operations. GW al 13.6' and open upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM /- 1 �'2 3 - 4 4 i 5 - 0 6 7 - jLEAN f 11 - 12 - ii 13 • , j- 14 - / SH S-1 SH S-2 SH S-3 S 4 SH S 5 SH S-6 ASPHALT (9.50") P= 1.75 32 P= 1.25 33 P= 1.25 31 P= 2.0 25 P= 2.5 22 7 P= 2.0 19 59 47 49 24 13 22 35 34 27 103 1.9 84 82 FAT CLAY with sand, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, firm. (CH) Same as above, gray and brown. CLAY with sand, brown, moist, stiff. (CL) Same as above. Same as above, dry. (CL) 15 Boring was terminated at a depth of 15 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore. a drilling sub consultant to RETL, at GPS Coord. N 27'45.207' W 97` 23.865'. Boring Location: Kostoryz Road; 100' Sof Staples SI.: 4.5' from west edge of pavement: utside south bound lane Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL STRUCTURE Symbol Major Divisions Letter Hatching Color NAME GW Ft 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 drain 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 4C\ Po w cc Poorly -graded gravels or gravel - sand mixtures, little or no fines AND GRAVELLY SOILS GM ., - <, YELLOW Silty gravels, gravel - sand - silt mixtures COARSE GRAINED SOILS GC ' ' Clayey gravels, gravel - sand - clay mixtures SW • • C Well - graded sands or gravelly sands, little or no fines SAND SP Cr Poorly - graded sands or gravelly sands, little or no fines AND SANDY SOILS SM YELLOW Silty sands, sand - silt mixtures SC j ,'- % URBAN ENGINEERING SUE ALONG KOSTORYZ FROM STAPLES STREET TO BRAWN ER PARKWAY Prepared for: Urban Engineering 2725 Swantner Dr. Corpus Christi, TX 78404 Date: May 6, 2013 Prepared by: RVE, Inc_ engineering - surveying 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 SUE ALONG KOSTORYZ ROAD TABLE OF CONTENTS ' 1. Photos • 2. Sketches by Locations • 3. Location of Utilities Text File • 4. Map Drawings RVE, Inc. SUE ALONG KOSTORYZ ROAD 327-13028 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 1 Location #1 — 8" Water line (2.8' cover) Water Valve PHOTO NO. 2 Location #1 - 1 1/2" Telephone line (2.1' cover) 6" Water line (2.3" cover) 327-13028 Page 1 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 3 Location #2 - 10' long x 4' deep x 3" "wide Excavated Trench Perpendicular to marked Telephone line (Telephone line not found) PHOTO NO. 4 Location #2 - 6" Steel Water line parallel to Kostoryz (3.8" cover) (Telephone line not found) 327-13028 Page 2 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 5 Location #2 - 8" PVC Water line (3.5' cover) PHOTO NO. 6 Location #3 - 6" Water line (3.3' cover) on east side of Kostoryz 327-13028 Page 3 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 7 Location #3 - Water Valve and Excavation Pot hole for 6" Water line PHOTO NO. 8 Location #3 - 6" Water line (3.4' cover) 327-13028 Page 4 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 9 Location #4 - Excavation of 6" Water line, looking across Kostoryz PHOTO NO. 10 Location #4 - 6" Water line (3.5" cover) 327-13028 Page 5 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 11 Location #5 - 1/2" Telephone line, Parallel to Kostoryz (2.4' cover) 3/4" Copper Service Water line (1.0' cover) PHOTO NO. 12 Location #5- 8" PVC Water line (3.1' cover) 327-13028 Page 6 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 13 Location #5 - 6" Water line (3.7' cover) Two unknown Steel lines found north of 6" Water line PHOTO NO. 14 Location #5 - 1 1/2" Telephone line (2.0' cover) 327-13028 Page 7 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 15 Location #6 - 4" Electric Conduit (1.5' cover) PHOTO NO. 16 Location #6 - Excavated Trench 1.5' long x 4' deep x 4" wide (No utility found) 327-13028 Page 8 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 17 Location #6 - Water Line (4.2' cover) PHOTO NO. 18 Location #7 - 8" PVC Water Line (3.5' cover) 327-13028 Page 9 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 19 Location #7 - Two - 4" Conduit Telephone Lines (2.3' cover) PHOTO NO. 20 Location #7 — 8" Water Line (2.8' cover) 327-13028 Page 10 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 21 Location #7 - 6" Steel Gas line (4.5' cover) PHOTO NO. 22 Location #8 - Excavated Trench (6' long x 4' deep x 3" wide) (No Gas found) 327-13028 Page 11 of 12 PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 4/23-29/13 PHOTO NO. 23 Location #7 - 4" Electrical Conduit (1.5' cover) 1" Conduit (0.7' cover) PHOTO NO. 24 Location #9 - 6" Gas line (3.5' cover), Water line (4.3' cover) 2" Conduit (1.7' cover), 1" Cable (2.0' cover) 327-13028 Page 12 of 12 A NM 1MI • MEN EMEMMI E IIMMTIESIINVINE 1,1111111E MINENAMIMIFMIMEMINIMPA urbansuesubmittal 5-6-13.txt 36,17164269.80,1340811.57,32.02,magnail 1010,17164153.79,1340680.34,29.20,top 6"wl 1011,17164153.78,1340680.67,31.5,2.3c 6"wl 1012,17164154.37,1340682.18,31.4,2.Oc 6"wl 1013,17164155.86,1340682.73,31.4,2.8c 6"wl 1014,17164156.40,1340683.22,31.4,2.8c 6"wl 1015,17164156.02,1340684.57,30.00,top valve 1016,17164153.67,1340679.75,29.25,top 1.5"telcond 1017,17164153.60,1340679.65,29.05,top 6"wl 1018,17162884.79,1340007.08,27.80,top wl 1019 17162885.24 1340007.07, 31.5 3.7c wl 1020,17162890.66,1340004.653,29.70,top wl 1021,17162890.90,1340004.824,31.2,1.5c wl 18,17161077.15,1339039.49,30.35,nail 19,17160865.39,1338990.56,30.51,magnai1 1022,17161028.30,1339094.84,30.0,3.3c 6"wl 1025,17161057.21,1339033.95,29.8,wv 1026,17161057.53,1339037.01,29.4,3.4c 6"wl 1027,17160859.62,1338931.41,30.1,3.5c 6"wl 1028,17160859.76,1338930.98,26.60,top 6"wl 1029,17160859.97,1338928.32,29.8,wv, 1030,17160731.54,1338857.94,27.60,8"wl 1031,17160731.96,1338857.97,30.7,3.1c 8"wl 1032,17160723.34,1338858.45,28.80,top att1.5" 1033,17160723.21,1338858.67,30.8,2.0c att1.5" 1034,17160725.86,1338860.13,30.7,3.7c 6"wl 1035,17160727.26,1338860.87,30.6,4.4c unknown line 1036,17160730.79,1338848.60,30.6,1.0c wl/2.4c attcond 1037,17160726.38,1338857.54,30.4,wv 1038,17162082.57,1339624.43,31.71,E 4"con1.5c loos 1039,17162069.13,1339628.33,30.75,E 4"con1.5c lOos 1040,17162060.46,1339633.55,30.9,w14.2c loos 1041,17162076.72,1339624.29,31.3,w14.2c 15os 1045,17163394.19,1340336.43,31.8,3.5c 8"wl 1042,17163372.76,1340333.34,31.15,2.3c 4"att 1043,17163373.04,1340333.04,31.15,2.3c 4"att 1044,17163373.75,1340332.57,31.12,2.8c 8"wl 1046,17163374.24,1340332.21,31.15,4.5c 6"gas 1047,17162017.42,1339606.87,31.25,CP5 1048,17162066.15, 1339558.36,31.6,gv 1049,17162077.11, 1339550.00, 31.9,trench begin 1050,17162074.67,1339547.51,32.0,0.7c 1" conduit 1051,17162074.01,1339546.80,31.9,1.5c 4" conduit 1052,17162072.29,1339545.49,32.1,trench end 1053,17162082.53,1339543.98,31.9,1.5c 4" conduit 1054,17162079.23,1339541.46,31.8,ebox 1055,17160514.26,1338802.73,30.71,cp3 1056,17160526.50,1338805.04,30.6,gv 1057,17160554.26,1338766. 59, 31.2,4. 3c wl pvc 1058,17160553.77,1338765.26,31.2,3.5c 6" ws 1059,17160552.13,1338767.75,31.10,bc 1060,17160558.43,1338760.65,31.2,1.7c 2" pvc econd Page 1 urbansuesubmittal 5-6-13.txt 1061,17160557.23,1338760.32,31.2,1.7c 2" pvc econd 1062,17160558.52,1338760.44,31.2,2.0c att 1" 1063,17160559.62,1338754.08,31.206,gv 1064,17160601.50,1338791.46,31.262,wv 1065,17160455.45,1338715.52,29.911,wv / / za b '0. a /, LOT 3 / Casa Linda Estates Unit 4 / / O / Block C. Lots 1-4 / / / Vo1.57, Pg.53 / / /.� Mn'n, Rernnis Nueres Canty, Texas / / / / / Casa Linda Estates Unit 4 �- l:M / / / Vo1.21, Pg.44 / E( / / Map Records Nueces County, Texas. // / I / . / 1 / / / / / / o.�/,. _/ a 3 '•/ 0 gab 100.10. ttOW- 11.1Mtla IOW 1.113 REMO) Mt 11161a. I. map ons prima am usie m o art 1. cta.m. Tor sersepar rim roma no romme.. anaemia. of meant eneuress... resta ame Mbar fa a amnate am. wow ' URBAN` IlliEGINEERING L, N..w..,,. ..=: / TOPOGRAPHIC MAP OF osn� er: arx r=m'a ws � uh en er K ___' Rte 4 WV s ------------- 5 nYv.�.. 6 ,,. ar.,q„ ---------------------- 7 .n a Map ,G YaYr 9 Lawndale Subdivis.on Vol.8, Pg.28 Records Nueces 10 Unit 1 County, Texas moc11101Y 11 12 /03.0" 17 ., .�.... — �. r w . .�. .. ..mac N Mane Rend _ ae re ® m yaSDY .. .w 416m' 1 ,L�, .. �.- .mom Y r. "[{ 44- U.E , I,� 10' U.E. ,,11 �.�M zo'r.e. --'i-- --" >m ,®�, +Y ..,}..: -•-T --- �..zpr.e. �. .s ...I_' LOT 2 Cosa Linda Estates Unit 4 Block C, Lots 1-4 Vo1.57, Pg.53 Map Records Nueces County, Texas LOT 1 m s .m,.,. ° "m" one. e send a, .s LOT 3 Casa Linda Estates B Block C, Lots 1-4 VoI.57, Pg.53 Map Records Nueces County, .„.. 7,ems^ k O/ / / Unit 4 / / / / Texas / / °tl°" / Q REM' ME I know IM<YdTm 0 .1 mee.w.c Casa Linda Estates Unit 4 m id. Yaa6.. 0 ""' .... 'URBAN` ENGINEERING �` Wm mno ® nwar ame ae cwa r...,w n,.a.:maa. Block C. Lots 1-4 Ile sine, Foe mode no + Vo1.57, 53 ,,. s Co rt Map Records Nueces County, Texas TOPOGRAPHIC MAP OF -• .m r++d*r Peg m ms.r rwe m mum a.r eawt u,r.. a.xE rae6 —` oen� er. rx r—.®e , 65 x65a Fir Zu 16 ates Unit 3 g 20 s County, Texas 17 Lawndale Subdivision Unit 2 Vo1.11, Pg.10 Mop Records Nueces County, Texas 3 2 1 e � r 10' U.E. 10' B.L. __- 2 11 3 Lawndale Subdivision Unit 1 Vol. B, Pg.28 Map Records Nueces County, Texas r15' B.L LOC 47 10' U.E.-.4 VOI0 WPM. MP WWI 21111,002.22.. -Ng mop me premiss ha* al • ow* anuilmst. ow*a. fid, "`0 Om diem. olikomo 18 19 4- 1 20 10' B.L--•4 Casa Linda Esta es Unit 5 VoL21, Pg.45 Map Records Nueces County, Texas Araco Ow sox.a re OS. • Beota. Om —ow— Om ilogo • IhNo • TM. em1.1 10' U.E. orm OM Drift 0 .,...— L. U.E. L REV.' WOE 1 1160211.1.1 I11RHOIm 'URBAN` ENGINEERING TOPOGRAPHIC MAP OF Roge, a.,.w rwb BY: 1_,Lig__SCALerrjee ane 9r 981E L iK - 17 111 15 14 13 10' - 12 E. - 25' B.L. 11 ---- Lewndale Map Records 10 ---------- Subdivision Unit Vol.11, Pg.10 Nueces Coun 9 — --- -- 2 y, Texas 0 7 — n.w' c1m' aisY , csa` '" S. �_-�P' .—+ ----... - .—r_ .— ti--® iiPoi_ - ` Ery _: UM vim oak L,OC#2 .a —‘9.-- g r. 1 L R� v an ma ars 1'tSl1.1M' - s — - — ... • 7 -------- 0 ------- 9 O Casa Linda Estates Vo1.20, Pg.79 -Map Records Nueces 10' U.E. 10 Unit 2 County, Texas- - 10' U.E.—.1 11 f 12 25' 10' U.E.—.I 13 II P i.- 14 15 Casa Linda Vo1.21, Map Records Nueces O Estate Pg 1 - 1 DAIE I 1199.1011 I Of nowagrer W 9 ......ma. " ORS TOPOGRAFI. IMP WS PREM. FOR POS. MM.. ORM o ""'^ 'URBAN` ENGINEERING 0 FM. ow.— —um TOPOGRAPHIC MAP OF -0-'w1 w. ~— m.... s.... m. Caw mw.. . °'°'°' m ma slaw m.a 009. 6919_5919 , ...1ae ws+*> *105 00_00iS`P 1. .. / / 0 / Lawndale Subdivision Unit 2 / / Vol.11, Pg.10 / / 22 Map Records Nueces County, Texas / 21 0.L 10 10' U.E. 18 c. 10' U.E. a 10' B.L�1 10' B.L 2 Mwwuavr. . Mis me .. wm..e MN. w awxr ....... ....Wmin. w, .»sane. . MM./. w mearmis ma... et "em re MI rah."mem. INS am. =rant'w. 25' B.L 3 { nit 2 VoI20,Pg.79 Casa Linda Estates ` ` Map Records Nueces County, Texas IMAM id Oder Wm. r M Om Mir rd M its MaS Wee CMS Om mem sms mem 0 Mem. ammo me Ble Q SIMMS URBAN ENGINEERING TOPOGRAPHIC MAP OF Mesi NM* MAU em Gni IM 16 I1, 14 13 12 11 Map 10 Wynwood Vo1.12, Records Nueces 9 One Pg_12 County, Texae 0 7 0 '-_25 ELL. 5 10' U.E. 4 st.m stead A.mf.m� E �+ sem r stmT .1. moo' ,,kstW 1.011' _. _ _. — - . .. _ r- r bt ^ r ,- _ -r-r .m .mm .m -s -xMm1<R .m .m .m Loin Lome .m eme - mmr -- 10 - -- -- -- 9 ---- -- ..r.r`..B 8 Casa Linda Vo1.18, Map Records a++ 7 O25' Estates Unit 1 ---- Pg.27 Nueces County, Texas 6 dL 10 11.E. 5 4 3 a mem m me. gm. 0 rem arm omm Wm REv eI [ME I of Iwrtwnm Nitgg- Ma me, Law �.°•11.1.0.. ow..1.1. �.w ror mom. mom 0 has Isla 1.1•1•1 -e— um m ..e,Lommc.. ,.: m� m 'URBAN` ENGINEERING � o m. -E- .am..m • Um TOPOGRAPHIC MAP OF xo-a m m.... MA* ma sbw mmE u,r.e u.aL rmm at Ai_saing,goce aix'Ir, DT Mk'% .. OWynwood One Vo1.12,. Pg.12 Map Records Nueces County, Texas 25 24 23 22 21 10' U.E 20 B.L OWynwood One Vo1.12; Pg.12 Map Records Nueces County, Texas 19 18 17 19 Dellwood No. 3 Vo1.50, Pg.137 Map Records Nueces County, Texas O 25' B.L. Casa Linda Estates Unit 1 Vo1.18, Pg27 Map Records Nueces County, Tens !10' U.E. MIS waw,wac we UM [DEFIRRm rm om,m mss mil. IUD nap was 0.00. Ailmet 0e Din. 01 0 A.Ibt cammiln00. aca 0 00 at0t 005 00 an 00010 santell nay 6.00 bast CI 00 Yee DI Ow Wee a a. . 0000 Sven. ra 0600 Dal II51010, arms uga Hne elm rm .wt 00.0 of Rind 12 11 P-21). r v9Yl 0*10 URBAN ENGINEERING TOPOGRAPHIC MAP OF a1u'u ee_uA r 10' RL 20 213 q •S® TtItS 00- 0011.0110 01P WS PA0,00:1 IMO= %MOWS MAI k00. was 00001 earl the be* or o coma 00 memilhowt. Too "' 40010.0 or 00.6101 evotA s 0 kw.oe a....m...r 0,00+:.000.4...ey. r am 1L 43 B.L 44 10' U.E..-I LOC N5— 25' B.L. 0 I I 2 Dellwood No. 2 VoI.13, Pg.14 Map Records Nueces County, Texas II 00 00 0 ern Sew aware • mow 0 00. Soo 000 N3 {les Ye 0 .- • *.. rVI Bm Om Ms roeff und•ormid EA.. Ms 1.1 MOE I , , URBAFJ\ ENGINEERING TOPOGRAPHIC MAP OF Wrap Mod- —m --Mrs. Carom En. Bu�1 x wexe++��ml *eft Bc____mAt��lr: ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 1 Location #1 — Measurement to the top of concrete conduit. (2.4' of cover) Location west of Staples Street. PHOTO NO. 2 Location #1 — Measurement to the top of concrete conduit. (2.4' of cover) Location west of Staples Street. 327-13028 Page 1 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 3 Location #1 — Top of the concrete conduit. Location west of Staples Street. PHOTO NO. 4 Location #1 — Top 7" of the 11" layer of asphalt above the concrete conduit. Location west of Staples Street. 327-13028 Page 2 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 5 Location #2 — Measurement to the top of concrete conduit. (2.0' of cover) Location south of Norton Street. PHOTO NO. 6 Location #2 — Measurement to the top of concrete conduit. (2.0' of cover) Location south of Norton Street. 327-13028 Page 3 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 7 Location #2 — Top of the concrete conduit. Location south of Norton Street. PHOTO NO. 8 Location #2 — 11" layer of asphalt above the concrete conduit. Location south of Norton Street. 327-13028 Page 4 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 9 Location #3 — Various core holes drilled at marked ATT location at Brawner Parkway. Probed to 8.8' deep. No concrete conduit found. PHOTO NO. 10 Location #3 — Various core holes drilled at marked ATT location at Brawner Parkway. Probed to 8.8' deep. No concrete conduit found. 327-13028 Page 5 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 11 Location #4 — Measurement to the top of concrete conduit. (2.0' of cover) Location at Corta Street. PHOTO NO. 12 Location #4 — Measurement to the top of concrete conduit. (2.0' of cover) Location at Corta Street. 327-13028 Page 6 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 13 Location #5 — Measurement to the top of concrete conduit. (1.8' of cover) Location at Corta Street. PHOTO NO. 14 Location #5 — Measurement to the top of concrete conduit. (1.8' of cover) Location at Corta Street. 327-13028 Page 7 of 8 ADDITIONAL PHOTOS KOSTORYZ ROAD SUE Date of Excavation: 01/14-16/14 PHOTO NO. 15 Location #6 — Measurement to the top of concrete conduit. (1.7' of cover) Location at Olsen Street. PHOTO NO. 16 Location #6 — Measurement to the top of concrete conduit. (1.7' of cover) Location at Olsen Street. 327-13028 Page 8 of 8 00 9101 ADDENDUM NUMBER 1 Kostoryz Road — Brawner Parkway to Staples Street Project: (Bond 2012) Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P. E. Designer: Urban Engineering— k ray F. Hudson, P. E. Project Number: E12099 Addendum No. 1 Specification Section: 00 9101 Issue Date: April 8, 2016 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: Urban Engineering Murray F. Hudson, P. E. Name April 8, 2016 Date Addendum No. 1 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 009101-1 Rev 01-13-2016 Kostoryz Road - Brawner Parkway to Staples Street Project: (Bond 2012) Project Number: Owner: City of Corpus Christi E12099 City Engineer: J.H. Edmonds, P. E. Designer: Urban Engineering - Murray F. Hudson, P. E. Addendum Items: ARTICLE 1- Bidding Requirements: • Modifications to Section 00 0100 Table of Contents - Attachment No. 1 • Modifications to Section 00 21 13 Invitation to Bid and Instruction to Bidders - Art. 2 paragraph 2.02 -Attachment No. 2 • Modifications to Section 00 30 00 Bid Acknowledgement Form - Attachment No. 3 ARTICLE 2 - Modifications to the Specification or Technical Specifications: • Modifications to Section 00 30 01 Bid Form (Part 1 - Concrete and Part 2 - Asphalt) - Attachment No. 4 • Modifications to Section 01 29 01 Measurements and Basis for Payment - Attachment No. 5 • Modifications to Technical Specifications -Attachment No. 6 ARTICLE 3 - Modification to the Drawings: • Modifications to Drawings - Attachment No. 7 Page 4 of 150 - Estimated Quantities Page 16 of 150 - Concrete Pavement Section Page 16a of 150 - Asphalt Pavement Section Page 32 of 150 - Street and Stormwater Pian and Profile (1) Page 36 of 150 - Street and Stormwater Plan and Profile (5) Page 37 of 150- Street and Stormwater Pian and Profile (6) Page 38 of 150 - Street and Stormwater Plan and Profile (7) Page 39 of 150 - Street and Stormwater Plan and Profile (8) Page 40 of 150 - Street and Stormwater Plan and Profile (9) Page 105 of 150 -Traffic Control Plan Sections and Dimensional Tables ARTICLE 1- BIDDING REQUIREMENTS 1.01 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 0100 TABLE OF CONTENTS 1W SEAL ANEMIC ON 1165 COMM WAS JIUHgRIZED Of HURRAY F. HIOEON, P.E. 1X. 1113. 18196 (04/06/2016) Urban Engineering TBPE Firm No. 145 DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety (Attachment No. 1) Addendum No. 1 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 009101-2 Rev 01-13-2016 1.02 SECTION 00 21 13 INVITATION TO BID AND INSTRUCTION TO BIDDERS A. GENERAL NOTICE DELETE: Page 1- Article 2 Paragraph 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is 57,590,715.96 for Base Bid 1- Continuously Reinforced Concrete and 57,241,552.73 for Base Bid 2 - Asphalt. The Project is to be substantially complete and ready for operation within 510 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ADD: Page 1- Article 2 Paragraph 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is 57,764,860.41 for Base Bid 1- Continuously Reinforced Concrete and $7.402,233.39 for Base Bid 2 - Asphalt. The Project is to be substantially complete and ready for operation within 510 dans. The Prosect is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM: ADD: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —ARTICLE 2 — BIDDERS ACKNOWLEDMENTS paragraph 2.04 (Attachment No. 21 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1 03/31/2016 ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 1.02 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) 00 30 01 BID FORM (Part 1) Continuously Reinforced Concrete and (Part 2) Asphalt 0129 01 Measurements and Basis For Payment B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) 00 30 01 Bid Form [Part 1) Continuously Reinforced Concrete and [Part 2) - Asphalt (Attachment No.4) 0129 01 Measurements and Basis Far Payment (Attachment No. 5) 2J6 [11 Sodding Work (Attachment No.6) Addendum No. 1 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 009101-3 Rev 01-13-2016 ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 4 — Estimated Quantities 16 — Concrete Pavement Sections 16a — Asphalt Pavement Sections 32 —Street and Stormwater Plan and Profile (1) 36—Street and Stormwater Plan and Profile (5) 37 —Street and Stormwater Plan and Profile (6) 38 — Street and Stormwater Plan and Profile (7) 39 — Street and Stormwater Plan and Profile (8) 40 — Street and Stormwater Plan and Profile (9) 105 —Traffic Control Plan Sections and Dimensional Tables B. ADD the following Drawings: Added Drawings (Attachment No.7) 4 — Estimated Quantities 16 — Concrete Pavement Sections 16a — Asphalt Pavement Sections 32 — Street and Stormwater Plan and Profile (1) 36 — Street and Stormwater Plan and Profile (5) 37 — Street and Stormwater Plan and Profile (6) 38 — Street and Stormwater Plan and Profile (7) 39 — Street and Stormwater Plan and Profile (8) 40 — Street and Stormwater Plan and Profile (9) 105 —Traffic Control Plan Sections and Dimensional Tables END OF ADDENDUM NO. 1 Addendum No. 1 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 009101-4 Rev 01-13-2016 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and instructions to Bidders (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev01-13-2016) 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev 01-13-2016) 00 6113 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev01-13-2016) 00 72 00 General Conditions (Rev3-23-2015} 00 72 01 Insurance Requirements (Rev01-13-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work (Rev 01-13-2016) 0123 10 Alternates and Allowances 0129 00 Application for Payment Procedures (Rev 03-11-2015} 0129 01 Measurement and Basis for Payment {Rev 01.13-2016) 01 31 00 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 0131 14 Change Management 0133 00 Document Management 0133 01 Submittal Register (Rev 7/3/2014) 0133 02 Shop Drawings 0133 03 Record Data 0133 04 Construction Progress Schedule 0133 05 Video and Photographic Documentation ADDENDUM No. ATTACHMENT No 0135 00 Special Procedures Table of Contents Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 0 000100-1 Rev 01-13-2016 Division / Section 0140 00 0150 00 01 57 00 0170 00 Part S Part T 1E20[4] 2A1[2] 2A3[1] 2A4[21] 2B1 2B3[1] 265[3] 2B8[3] 2B10[1] 2F1[1] 2F3[1] 2F4[1] 2F5[1] 2F6[3] 2G1[1] 2G2[31 2G8[1] 2G9[1] 2G11(2] 2G12(1] 2G17(2) 2G19(3) 2G21[2] 2G29[1] Title Quality Management Temporary Facilities and Controls Temporary Controls Execution and Closeout Requirements Standard Specifications (NOT USED) Technical Specifications Technical Special Provisions Storni Water Pollution Prevention Demolition and Removal of Existing Concrete, Foundations and Utilities Clearing, Grubbing and Stripping Removing Existing Concrete and Structures Site Grading Pipe Trench Excavation and Backfill Street Excavation and Backfill Compacted Subgrade Compacted Embankment Reinforced Concrete Pipe Installation of Reinforced Concrete Pipe Storm Sewer Manholes Concrete Inlets Pre -cast Concrete Box Culvert Polyvinyl Chloride Pipe and Fittings for Water Lines Ductile Iron Pipe and Fittings Gate Valves for Potable Water Lines Fire Hydrants Installation of Water Pipe Hydrostatic Testing of Pressure System Sanitary Sewer Manholes and Liners (Fiberglass) Grouting Abandoned Lines Water Service Material Reconstruction of Sanitary Sewer Pipes by Cured -In -Place -Pipe Table of Contents Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012)— Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 2 of 4 000100-2 Rev 01 13-2016 Division / Section 2H1[6] 2H6[1] 2H11[1] 2H14[1] 2H14[3] 2H16[1] 2H18[1] 2H22[1] 212[1] 214[1] 211(2] 214(3) 216 [1] 3A1 3B1[1] 3C1[1] 3C4[1] 34 41 13.00 34 41. 13.13 34 41 16.23 34 41 16.33 34 41 16.43 34 41 16.53 34 41 16.63 34 41 16.93 34 41 19.13 34 41 19.73 34 4123.35 34 4123.37 Appendix 1 2 Title Flexible Base (Limestone) Prime Coat Hot Mix -Hot Laid Asphaltic Concrete Pavement Concrete Curb & Gutter and Concrete Valley Gutter Concrete Block Curb Concrete Sidewalk and Concrete Driveways Portland Cement Concrete Pavement Pavement Marking (Reflectorized Paint) Chain -Link Fence (Light -Duty) Cedar Picket Fence Vegetation Treatment Hydromulch Seeding Sodding Work Concrete Form Work Concrete Reinforcement Normal Weight Aggregate Concrete Concrete Structures Traffic Signal Standards and General Requirements Installation of Traffic Equipment Traffic Signal Cabinet and Assemblies Traffic Signal Controller Unit Ground Boxes Programmable Vehicle Signal Heads Pedestrian Signal Poles and Assemblies Electrical Services for Traffic Equipment Uninterruptible Power Supply Radar Vehicle Detection System Continuous Tracking Advance Detector Title Geotechnical Report (RETE 2013) Subsurface Utility Engineering Survey (RVE 2013/2014) Table of Contents Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 3 of 4 000100-3 Rev 01-13-2016 Division / — Section m Title Sue Along Kostoryz From Staples Street to Brawner Parkway END OF SECTION Table of Contents Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 1 PAGE4of4 000100-4 Rev 01.13.2015 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: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) Project No. E12099 A. Remove and replace 4400 LF of existing 4 lane road, pavement, curb and gutter including parallel sidewalks with new 4 and 5 lane curb and gutter road section and new sidewalk. B. Provide material upgrades to existing water and wastewater systems with project limits. C. Remove and replace existing storm drainage system with new increased capacity storm drainage system. D. Remove and replace existing traffic signals with new traffic signals at two intersections. 2.42 The Engineer's Opinion of Probable Construction Cost for the Project is $7,764,860.41 for Base Bid 1- Continuously Reinforced Concrete and $7,402,233.39 for Base Bid 2 - Asphalt. The Project is to be substantially complete and ready for operation within 510 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. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm, Wednesday, April 13, 2016 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3-02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Invitation to Bid and Instructions to Bidders Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 2 PAGE 1 of 1 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1-- BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday, April 13, 2016 at 2:00 pm., for Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099. 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 — Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012), Project No. E12099 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. 2.44 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1 03/31/2016 Bid Acknowledgement Form Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 1 of 1 003000-1 Reval-132016 00 30 01 BID FORM Project Name: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) Project Number: E12099 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Mobilization (4.5% of Total) Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid - (Part -1) Continuously Reinforced Concrete Part A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization (4.5% of Total) LS 1 $ - $ - 1-A2 Clear and Grub Right of Way AC 1 $ - $ - 1-A3 Fence Removal and Replacement LF 2000 $ - $ - 1-A4 Sod/Seeding SF 31500 $ - $ - 1-A5 Traffic Control LS 1 $ - $ - 1-A6 Allowance for Detour Maintenance LS 1 $ 20,000.00 $ 20,000.00 1-A7 Detour Pavement Pactching 5Y 3,000 $ - $ - 1-A8 Ozone Action Days DAY 1 $ - $ - 1-A9 Stormwater Pollution Prevention Plan & BMPs L5 1 $ - $ - SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A9) 1 ,Part B - STREET/PAVING (CONCRETE) IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-61 8" Continuously Reinforced Concrete Pavement SF 241500 $ - $ - 1•B2 1" Type 'D' HMAC SY 27880 $ - $ - 1-B3 6" Compacted Crushed Limestone Base SY 27880 $ - $ - 1-B4 12" Compacted Subgrade SY 27880 $ - $ - 1-B5 6" Monolithic Block Curb LF 8956 $ - _ $ - 1-66 Concrete Driveway SF 3711 $ - $ - 1-B7 HMAC Pavement Transitions SY 505 $ -$ - - 1-138 Roadway Excavation SY 28927 $ - $ - 1-B9 Curb and Gutter Removal LF 9000 $ - $ - 1-B10 Sidewalk Removal SF 22500 $ - $ - 1-B11 Driveway Removal SF 3750 $ - $ - 1-612 Unanticipated Driveway Removal SF 500 $ - $ - 1-B13 Manhole/Valve Adjustment LS 1 $ - �$ $ - 1-B14 Pavement Marking (V) (4") (SLD) (DBL) LF 4700 - $ - 1-615 Pavement Marking (W & B) (4") (BRK) Shadow Lane Line LF 8570 $ - $ - 1-616 Pavement Marking (W) (8") MD) LF 665$ - $ - 1-1317 Pavement Marking (W) (24") (51D) LF 2575 _ $ - $ - 1-B18 Pavement Marking (Y) (24") (SLD) LF 150 $ - $ - _ 1-619 Pavement Marking (W) (12") (SLD) LF 1695 $ - , $ - Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 1 of 10 Pagelof 5 REV. 03.16.2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-820 Pavement Marking (W) (Arrow) EA 12 $ - $ - 1-B21 Pavement Marking (W) (Only) EA 5 _ $ - $ - 1-822 Pavement Marking (W) (Yield Triangle) EA 5 $ - $ - 1-B23 Temporary Pavement Marking (Y) (4") (BRK) for Phase! LS 1 $ - $ - 1-B24 Raised Pavement Marker (TY I -C) EA 175 $ - $ - 1-B25 Raised Pavement Marker (TY II -A -A) EA 285 $ - $ - 1-B26 Street Sign Assembly w/9" Blades and Stop Sign EA 4 $ - $ - M 1-B27 Temporary Yellow Raised Pavement Markers 15 1 $ - $ - 1-B28 Speed Limit Signs EA 3 $ - $ - 1-B29 Other Regulatory Signs EA 5 $ - $ - - 1-830 Allowance for Unanticipated Street Improvement LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - STREET/PAVING (CONCRETE) IMPROVEMENTS (Items 1 -Bi thru 1-B30) 1-E13 Part C - RTA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Stop Shelter Pad SF 910 $ - $ - LBus 1-C2 Demolition of Existing Shelter Pad SF 360 , $ - $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-C2) $ - Part0 - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Sidewalk SF 53354 $ - $ - 1-D2 Monolithic Retaining Curb LF 1800 $ - $ - 1-D3 Accessible Ramps SF 2627 $ - $ - SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D3) $ - Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Connect 8'x5' Box to 10'x10' Box EA 1 $ - $ - 1-E2 JB -3 (Type 'B' MH with 2 Tie-ins) EA 1 $ - $ - 1-E3 8'x5' RCB LF 1722 $ - $ - 1-E4 5'x5' RCB IF 43 $ - $ - 1-E5 60" RCP LF 1280 $ - $ - 1-E6 54" RCP LF 201 $ - $ - 1-E7 _48" RCP LF 252 $ - $ - 1-E8 36" RCP LF 334 $ - $ - 1-E9 30" RCP LF _ 292 $ - $ - 1-E10 24" RCP LF 76 $ - $ - 1-E11 18" RCP LF 503 $ - $ - 1-E12 15" RCP LF 197 $ - $ - 1-E13 5' Curb Inlet EA 25 $ - $ - 1-E14 Type 'A' Manhole EA 5 $ - $ - _ 1-E15 Type 'B' Manhole EA 5 $ - $ - 1-E16 Type 'C' Manhole EA 9 $ - $ - 1-E17 Tie to Existing 15" RCP EA 3 $ - $ - 1-E18 Tie to Existing 24" RCP EA 4 $ - $ - Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 2 of 10 Page2of 5 REV 03 16 2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT v $ - 1-F2 EA 1 $ - $ - 1-E19 Tie to Existing 30" RCP 1-E20 Temporary Connection EA, ? $ - $ - 1-E21 OSHA Trench Safety Plan LF 4902 $ - $ - 1-E22 OSHA Manhole/Inlet Safety PlanEA 1 43 $ - $ - 1-E23 , Strom Water Pipe Removal and disposal, various sizes _ L5 1 $ - $ - 1-E24 Manhole Removal EA 13 $ - $ - 1-E25. Inlet Removal EA 22 $ - $ - 1-E26 _ Allowance for Unanticipated Stormwater Improvement LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E26) EA Part F - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 6" C-900 Water Line LF 3485 $ - v $ - 1-F2 8" C-900 Water Line LF 156 $ - $ - 1-F3 6" D.I. Water Line LF 140 $ - $ - - 1-F4 8" D.I. Water Line LF 125 $ - $ - 1-F5 4"x4" Tapping Sleeve,4" Tapping Valve EA 1 $ - $ - 1-F6 6"x6" Tapping Sleeve,6" Tapping Valve EA 2 $ - $ - 1-F7 8"x6" Tapping Sleeve, 6" Tapping Valve EA 1 $ - $ - 1-F8 8"x8" Tapping Sleeve, 8" Tapping Valve EA 1 $ - $ - 1-F9 12"x6" Tapping Sleeve, 6" Tapping Valve EA 4 $ - $ - 1-F10 12"x8" Tapping Sleeve, 8" Tapping Valve EA 3 $ - $ - 1-F11 8"x11.25° D. I. Bend EA 1 $ - $ - 1-F12 6"x45° D. I. Bend EA 46 $ - $ - 1-F13 8"x45° D. I. Bend EA 16 $ - $ - 1-F14 6"x90° 0.1. Bend EA 2 $ - $ - 1-F15 8"x90° D. I. Bend EA 2 $ - _ $ - 1-F16 6" D. I. Tee EA 2 $ - $ - 1-F17 8" D. I. Tee EA 1 $ - $ - 1-F18 6" D. I. Cross EA 1 $ - $ - 1-F19 6" Gate Valve & Box EA 5 $ - $ - 1-F20 8" Gate Valve & Box EA 1 $ - $ - 1-F21 6"x4" D. I. Reducer EA 4 $ - $ - 1-F22 8"x6" D. I. Reducer EA 1 $ - $ - 1-F23 OSHA Trench Safety Plan _ LF 3906 $ - $ - 1-F24 New Fire Hydrant EA 7 $ - $ - 1-F25 Grout Fill Existing Water Line LF 3150 $ - $- 1-F26 Remove and Replace Fire Hydrant EA _ 2 $ - _ $ - 1-F27 Service Reconnect EA 34 $ - $ - 1-F28 Allowance for Unanticipated Water Improvement LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F281 Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 3of10 Page3of 5 REV. 03-16.2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 12" CIPP LF 120 $ - $ - 1-G2 6" VCP to 8" HDPE Pipe Bursting LF 1550 $ - $ - 1-G3 4' Fiberglass Manhole EA 1 $ - $ - 1-G4 Manhole Rehab EA 4 $ - $ - 1-G5 Post CCTV LF 1670 $ - $ - 1-G6 Control of W.W. Flow LS 1 $ - $ - 1-G7 Service Reconnect EA 30 $ - $ - 1-G8 Allowance for Unanticipated Wastewater Improvement LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G8) 1-H9 Part H -ELECTRICAL & SIGNALIZATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-H1 2" Schedule 80 PVC Conduit LF 4500 $ - $ - 1-H2 Ground Box (Type -D) EA 9 $ - $ - 1-H3 4"x22.5° PVC Bend _ EA 11 $ - $ - 1-H4 Back Plate (12 IN) (3 SEC) EA 16 $ - $ - 1-H5 Back Plate (12 IN) (5 SEC) EA 4 $ - $ - 1-H6 Conduit (PVC) (SCH. 40) (2 IN) LF 300 $ - $ - 1-H7 Conduit (PVC) (SCH. 40) (2 IN) Bore LF 160 $ - $ - 1-H8 Conduit (PVC) (SCH. 40) (4 IN) LF 200 $ - $ - 1-H9 Coordination of Traffic Signal System LS 2 $ - $ - 1-H10 Electric Conductor (NO. 6) Insulated LF 350 $ - $ - _ Electric RIC Service TY D (120/240)060(NS)S5(N)SP(0) EA 1 $ - $ - -1-H12 Drill Shaft FND for Pedestrian Pole (24 IN DRILL) LF 40 $ - $ - 1-H13 Drill Shaft FND for Traffic Signal (36 IN DRILL) LF 180 $ - $ - 1-H14 ILSN (LED) (6 S) EA 8 $ - $ - 1-H15 Pedestrian Audible Central Controller EA 2 $ - $ - 1-H16 Pedestrian Audible Push Button Assembly, with R10 3B Si EA 14 $ - $ - 1-H17 Pedestrian Countdown Head Assembly EA 14 $ - $ - 1-H18 Pedestrian Pole Assembly EA 3 $ - $ - 1-H19 R10-12 SIGN EA 4 $ - $ - 1-H20 R10 -3B SIGN EA 10 $ - $ - 1-H21 Radar Vehicle Sensing Device (RVSD) EA 12 $ - $ - 1-H22 Remove Traffic Signal Poles EA 10 $ - $ - 1-H23 Traffic Controller Unit and Cabinet EA 2 $ - $ - �1-H24 Traffic Signal Cable (TY A) (14 AWG)(16 CONDUCTOR) LF 400 $ - $ - 1-H25 Traffic Signal Cable (TY A) (14 AWG) (4 CONDUCTOR) LF 450 $ - $ - Traffic Signal Cable (TY A) (14 AWG) (7 CONDUCTOR) LF 400 $ - $ - _1-H26 1-H27 Traffic Signal Pole AM (5) 1 ARM (44 FT) EA 2 $ _ 1-H28 Traffic Signal Pole AM (5) 1 ARM (40 FT) EA 4 $ - $ 1-H29 Traffic Signal Pole AM (5) 1 ARM (32 FT) EA 1 $ - $ - 1-H30 Traffic Signal Pole AM (5) 1 ARM (20 FT) EA 1 $ - $ - 1-H31 Traffic Signal Radar Sensing Cable LF 500 $ - $ - 1-H32 UPS (3.0 KVA) (TWR) EA 2 $ - $ - Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 4 of 10 Page4of 5 REV 03 16-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-1-133 Vehicle Signal SEC (12 IN) LED (GRN ARW) EA 4 $ - $ - 1-H34 Vehicle Signal SEC (12 IN) LED (GRN) EA 20 $ - $ - 1-H35 Vehicle Signal SEC (12 IN) LED (RED) EA 20 $ - $ - 1-H36 Vehicle Signal SEC (12 IN) LED (YEL ARW) EA 4 $ - $ - 1-H37 Vehicle Signal SEC (12 IN) LED (YELj EA 20 $ - $ - 1-H38 Ground Box with Apron EA 14 $ - $ - 1-H39 Allowance for Unanticipated Electrical and Signalization Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (1-H1 THRU 1-H39) Part I - GAS IMPROVEMENTS (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-11 Trench Backfill & Compaction LF 8050 $ - $ - 1-12 OSHA Trench Safety LF 8050 $ - $ - SUBTOTAL PART I - GAS IMPROVEMENTS (1-11 THRU 1-12) $ - BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A9) $ - SUBTOTAL PART B • STREET/PAVING (CONCRETE) IMPROVEMENTS (Items 1-B1 thru 1-B30) $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-C2) $ - SUBTOTAL PART D - ADA IMPROVEMENTS (Items 1-01 thru 1-D3) $ - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items 1-E1 thru 1-E26) $ - SUBTOTAL PART F • WATER IMPROVEMENTS (Items 1-F1 thru 1-F28) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items 1-G1 thru 1-G8) $ - SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (Items 1-H1 thru 1-H3S $ - SUBTOTAL PART I - GAS IMPROVEMENTS (Item 1-11 thru 1-12) $ - TOTAL PROJECT BASE BID (Part -1) (PARTS A THRU I) 1 $ Contract Times Bidder agrees to reach Substantial Completion in 510 days Bidder agrees to reach Final Completion in 540 days Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 5 of 10 Page5of 5 REV. 03 15 2016 00 30 01 BID FORM Project Name: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) Project Number: E12099 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Mobilization (4.5% of Total) Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid - (Part 2) Asphalt Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al Mobilization (4.5% of Total) LS 1 $ - $ - 2-A2 Clear and Grub Right of Way AC 1 $ - $ - 2-A3 Fence Removal and Replacement IF 2000 $ - $ - 2-A4 Sod/Seeding SF 31500 $ -$ - 2-A5 Traffic Control L5 1 $ - V $ - 2-A6 Allowance for Detour Maintenance LS 1 $ 20,000.00 $ 20,000.00 2-A7 Detour Pavement Patching SY 3000 $ - $ - 2-A8 Ozone Action Days DAY 1 - $ - 2-A9 Stormwater Pollution Prevention Plan & BMPs L5 1 _$ $ - $ - SUBTOTAL PART A - GENERAL (Items 2-A1 thru 2-A9) SF Part B - STREET/PAVING (ASPHALT) IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-61 4" HMAC (Type 'D') SY 26614 $ - $ - 2-B2 Prime Coat (0.15 Gal/SY) SY 26614 $ - $ - 2-B3 15" Limestone (Type A, Grade 1) SY 27880 $ - _ $ - 2-B4 12" Compacted Subgrade SY 27880 $ - $ - 2-B5 Geogrid (TX -5) SY 27880 $ - $ - 2-B6 6" L -Curb LF 8956 $ - $ - 2-B7 Concrete Driveway SF 3711 $ - $ - 2-B8 HMAC Pavement Transitions SY 505 $ - $ - 2-B9 Roadway Excavation SY 28927 $ - $ - 2-B10 Curb and Gutter Removal LF 9000 $ - $ - 2-B11 Sidewalk Removal SF 22500 $ - $ - 2-B12 Driveway Removal SF 3750 $ - $ - 2-B13 Unanticipated Driveway Removal SF 500 $ - $ - 2-B14 Manhole/Valve Adjustment LS 1 $ - $ - 2-B15 Pavement Marking (Y) (4") (SLD) (DBL) LF 4700 $ - $ - 2-B16 Pavement Marking (W) (4") (BRK) LF 8570 $ - $ - 2-B17 Pavement Marking (W) (8") (SLD) LF 665 $ - $ - 2-B18 Pavement Marking (W) (24") (SLD) IF 2575 $ - $ - 2-B19 Pavement Marking (Y) (24") (SLD) LF 150 $ - $ - Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No, 4 PAGE 6of10 Page 1 of 5 REV 01 132016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-620 Pavement Marking (W) (12") (SLD) LF 1695 $ - $ - 2-B21 Pavement Marking (W) (Arrow) EA 12 $ - _ $ - 2-B22 Pavement Marking (W) (Only) EA 5 $ - $ - 2-B23 Pavement Marking (W) (Yield Triangle) EA 5 $ - $ - 2-B24 Temporary Pavement Marking (V) (4") (BRK) for Phase 1 LS 1 $ - $ - 2-B25 Raised Pavement Marker (TY I -C) EA _ 175 $ - $ - 2-626 Raised Pavement Marker (TY II -A -A) EA _ 285 $ - $ - 2-B27 Street Sign Assembly w/9" Blades and Stop Sign EA 4 $ - $ - 2-628 Temporary Yellow Raised Pavement Markers LS 1 $ - $ - 2-629 Speed Limit Signs EA 3 $ - $ - 2-B30 Other Regulatory Signs EA _ 5 $ - $ - 2-B31 Allowance for Unanticipated Street Improvements LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - STREET/PAVING (ASPHALT) IMPROVEMENTS (Items 2-B1 thru 2-B31) 2-E14 Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 Bus Stop Shelter Pad SF 910 $ - $ - 2-C2 Roadway Bus Pad (with base and subgrade) SF 1980 $ - $ - 2-C3 Demolition of Existing Shelter Pad SF 360 $ - $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-C3) 5'x5' RCB Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Concrete Sidewalk SF 53354 $ - $ - 2-D2 Monolithic Retaining Curb LF 1800 $ - $ - 2-D3 Accessible Ramps SF 2627 $ - $ - SUBTOTAL PART 0 - ADA IMPROVEMENTS (2-D1 THRU 2-D3) 5'x5' RCB Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -El Connect S'x5' Box to 10'x10' Box EA 1 $ - $ - 2-E2 JB -3 (Type 'B' MH with 2 Tie-ins) EA 1 $ - $ - 2-E3 8'x5' RCB LF 1722 -$ - $ - 2-E4 5'x5' RCB LF 43 $ - $ - 2-E5 60" RCP LF 1280 $ - $ - - 2-E6 54" RCP LF 201 $ - $ - 2-E7 48" RCP LF 252 $ - $ - 2-E8 36" RCP LF 334 $ - $ - 2-E9 30" RCP LF 292 $ - $ - 2-E10 24" RCP LF 76 $ - $ - 2 -Ell 18" RCP LF 503 $ - $ - 2-E12 15" RCP IF 197 $ - $ - 2-E13 5' Curb Inlet EA 25 $ - $ - 2-E14 Type 'A' Manhole EA 5 $ - $ - 2-E15 Type 'B' Manhole EA 5 $ - $ - 2-E16 Type 'C' Manhole EA 9 $ - $ - Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 7 of 10 Page 2 of 5 REV 01 13 2018 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-E17 Tie to Existing 15" RCP EA 3 $ - $ - 2-E18 Tie to Existing 24" RCP EA 4 $ - $ - 2-E19 Tie to Existing 30" RCP EA 1 $ - $ - 2-E20 Temporary Connection EA, 77 $ - $ - 2-E21 OSHA Trench Safety Plan LF 4902 $ - $ - 2-E22 OSHA Manhole/Inlet Safety Plan EA 43 $ - $ - 2-E23 Strom Water Pipe Removal and disposal, various sizes LS 1. $ - $ - 2-E24 Manhole Removal EA 13 $ - $ - 2-E25 Inlet Removal EA 22 $ - $ - 2-E26 Allowance for Unanticipated Stormwater Improvements LS 1 ^ $ 20,000.00 $ 20,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2-E1 THRU 2-E26) 2-F12 Part F - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 C-900 Water Line LF 3485 $ - $ - _6" 2-F2 8" C-900 Water Line LF 156 $ - $ - 2-F3 6" D.I. Water Line LF 140 $ - $ - 2-F4 8" D.I. Water Line LF 125 $ - $ - 2-F5 4"x4" Tapping Sleeve,4" Tapping Valve EA 1 $ - $ - 2-F6 6"x6" Tapping Sleeve,6" Tapping Valve EA 2 $ - _ $ - 2-F7 8"x6" Tapping Sleeve, 6" Tapping Valve EA 1 $ - $ - 2-F8 8"x8" Tapping Sleeve, 8" Tapping Valve EA 1 $ - $ - 2-F9 12"x6" Tapping Sleeve, 6" Tapping Valve EA 4 $ - $ - 2-F10 12"x8" Tapping Sleeve, 8" Tapping Valve EA 3 $ - $ - 2-F11 8"x11.25° D.I. Bend EA 1 $ - $ - 2-F12 6"x45° D. I. Bend EA 46 $ - $ - _ 2-F13 8"x45° D. I. Bend EA 16 $ - $ - 2-F14 6"x90° D. I. Bend EA 2 $ - $ - �$ 2-F15 8"x90° D. I. Bend EA 2 $ - - 2-F16 6" D. I. Tee EA 2 $ - $ - 2-F17 8" D. I. Tee EA 1 $ - $ - 2-F18 6" D.I. Cross EA 1 $ - $ - 2-F19 6" Gate Valve & Box EA 5 $ - $ - 2-F20 8" Gate Valve & Box EA 1 $ - $ - 2-F21 6"x4" D. I. Reducer EA 4 $ - $ - _ 2-F22 8"x6" D. I. Reducer EA 1 $ - $ - 2-F23 OSHA Trench Safety Pian LF 3906 $ - $ - 2-F24 New Fire Hydrant EA 7 $ - $ - 2-F25 Grout Fill Existing Water Line LF 3150 $ - $ - _ 2-F26 Remove and Replace Fire Hydrant EA 2 $ - $ - 2-F27 Service Reconnect EA 34 $ - _ $ - 2-F28 Allowance for Unanticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (241 THRU 2-F28) Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 8 of 10 Page 3 of 5 REV 0113 2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part G -WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 12" CIPP LF 120 $ - $ - 2-G2 6" VCP to 8" HDPE Pipe Bursting LF 1550 $ - $ - 2-G3 4' Fiberglass Manhole EA 1 $ - $ - 2-G4 Manhole Rehab EA 4 $ - $ - 2-G5 Post CCTV LF 1670 $ - $ - 2-G6 Control of W.W. Flow LS 1 $ - $ - 2-G7 Service Reconnect EA 30 $ - $ - _ 2-G8 Allowance for Unanticipated Wastewater Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G8) Coordination of Traffic Signal System Part H -ELECTRICAL & SIGNALIZATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT & BASIS FOR PAYMENT) 2-H1 2" Schedule 80 PVC Conduit LF 4500 $ - $ - 2-H2 Ground Box (Type -D) EA 9 $ - �$ - 2-H3 4"x22.5° PVC Bend EA 11 $ - $ - 2-H4 Back Plate (12 IN) (3 SEC) EA 16 $ - $ - 2-H5 Back Plate (12 IN) (5 SEC) EA 4 $ - $ - 2-H6 Conduit (PVC) (SCH. 40) (2 IN) LF 300 $ - $ - 2-H7 Conduit (PVC) (SCH. 40) (2 IN) Bore LF 160 $ - $ - 2-H8 Conduit (PVC) (SCH. 40) (4 IN) LF 200 $ - $ - 2-H9 Coordination of Traffic Signal System LS 2 $ - $ - 2-H10 Electric Conductor (NO. 6) Insulated LF 350 $ - $ - 2-H11 Electric RIC Service TY D (120/240)060(NS)SS(N)SP(0) EA 1 $ - $ - 2-H12 Drill Shaft FND for Pedestrian Pole (24 IN DRILL) LF 40 $ - $ - 2-H13 Drill Shaft FND for Traffic Signal (36 IN DRILL) LF 180 $ - $ - 2-H14 ILSN (LED) (6 5) EA 8 $ - $ - 2-H15 Pedestrian Audible Central Controller EA 2 $ - $ - 2-H16 Pedestrian Audible Push Button Assembly, with R10 3B Si EA 14 $ - $ - 2-H17 Pedestrian Countdown Head Assembly EA 14 $ - $ - 2-H18 Pedestrian Pole Assembly EA 3 $ - $ - 2-H19 R10-12 SIGN EA 4 $ - $ - 2-H20 R10 -3B SIGN EA 8 $ - $ - 2-H21 Radar Vehicle Sensing Device (RVSD) EA 10 $ - $ - 2-H22 Remove Traffic Signal Poles EA 10 $ - $ - 2-H23 Traffic Controller Unit and Cabinet EA 2 $ - $ - 2-H24 Traffic Signal Cable (TY A) (14 AWG)(16 CONDUCTOR) LF 400 $ - $ - 2-H25 Traffic Signal Cable (TY A) (14 AWG) (4 CONDUCTOR) LF 450 $ - $ - 2-H26 Traffic Signal Cable (TY A) (14 AWG) (7 CONDUCTOR) LF 400 $ - $ - 2-H27 Traffic Signal Pole AM (5) 1 ARM (44 FT) EA 2 $ - $ - 2-H28 Traffic Signal Pole AM (5) 1 ARM (40 FT) EA 4 $ - $ - 2-H29 Traffic Signal Pole AM (5) 1 ARM (32 FT) EA 1 $ - $ - 2-H30 Traffic Signal Pole AM (5) 1 ARM (20 FT) EA 1 $ - $ - 2-H31 Traffic Signal Radar Sensing Cable LF 500 $ - $ - 2-H32 UPS (3.0 KVA) (TWR) EA 2 $ - $ - Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 9 of 10 Page 4 of 5 REV 01 132016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-H33 Vehicle Signal SEC (12 IN) LED (GRN ARW) EA 4 $ - $ - 2-H34 Vehicle Signal SEC (12 IN) LED (GRN) EA 20 $ - $ - 2-H35 Vehicle Signal SEC (12 IN) LED (RED) EA 20 $ - $ - 2-H36 Vehicle Signal SEC (12 IN) LED (VEL ARW) EA 4 $ - $ - 2-H37 Vehicle Signal SEC (12 IN) LED (VEL) EA 20 $ - $ - 2-H38 Box with Apron EA 14 $ - $ - 2-H39 _Ground Allowance for Unanticipated Electrical and Signalization Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (2-111 THRU 2-H39) Part 1 -GAS IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT & BASIS FOR PAYMENT) 2-11 Trench Backfill & Compaction LF 8050 $ - $ - 2-12 OSHA Trench Safety LF 8050 $ - $ - SUBTOTAL PART I - GAS IMPROVEMENTS (2-11 THRU 2-12) SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (Items 2-H1 thru 2-H3S BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A9) $ - SUBTOTAL PART B - STREET/PAVING (ASPHALT) IMPROVEMENTS (Items 2-B1 thru 2-B31) $ - SUBTOTAL PART C • RTA IMPROVEMENTS (Items 2-C1 thru 2-C3) 5 - SUBTOTAL PART D - ADA IMPROVEMENTS (Items 2-D1 thru 2-03) $ - SUBTOTAL PART E • DRAINAGE IMPROVEMENTS (Items 2-E1 thru 2-E26) $ - SUBTOTAL PART F • WATER IMPROVEMENTS (Items 2-F1 thru 2-F28) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items 2-G1 thru 2-68) $ - SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (Items 2-H1 thru 2-H3S $ - SUBTOTAL PART I - GAS IMPROVEMENTS (Item 2-11 thru 2-12) $ - TOTAL PROJECT BASE BID (Part - 2) (PARTS A THRU 1) Contract Times Bidder agrees to reach Substantial Completion in 510 days Bidder agrees to reach Final Completion in 540 days Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 10 of 10 Page 5 of 5 REV01132016 0129 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 0129 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 0129 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 0129 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 1 -Al, 2-A2 — Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 1 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item 1-A2, 2-A2 — Clear and Grub Right of Way: 1. Item shall include but is not limited to: a. Excavation of roots, stumps, and other items far enough below ground to not effect construction of proposed improvements. b. Backfill of excavations. c. Removal of cleared material. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. C. Bid Item 1-A3, 2-A3 — Fence Removal and Replacement: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Removal and Replacement of existing fence, only as necessary to facilitate construction. b. City's inspector shall have final say of "necessary" fence reconstruction. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 3. This item shall not include fence damaged by contractor during construction. D Bid Item 1-A4, 2-A4—Sod/Seeding 1. This item shall be measured by Square Foot. 2, This item shalt include but is not limited to the following work: a. Transportation and application of sod. b. Transportation and application of Seed. c. Final ground preparation, if necessary. d. Grasses shall provide even, complete coverage. e Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. E. Bid Item 1-A5, 2-A5 — Traffic Control: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Furnishing and installing BMPs for traffic control. b. Maintaining paperwork and permitting as required by state and city regulations. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 2 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-2 Rev 01-13-2016 Fe Bid Item 1-A6, 2-A6 — Allowance for Detour Maintenance: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. As directed and authorized in writing by the city construction engineer. 3. Prices must be negotiated for each new bid item. G. Bid Item 1-A7, 2-A7 — Detour Pavement Patching: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Temporary detour as required to implement repair b:. Removal and disposal of all material being replaced c. Tack Coat d, HMAC(hot or cold mix) patches shall be 4"-6" depth applied to existing pavement cleaned, sawcut, and prepared for tack -coat. e. All necessary labor, material and equipment necessary to complete the work in accordance with the contract documents and maintain acceptable detour pavement . H. Bid Item 1-A8, 2-A8 — Ozone Action Days: 1. This item shall be measured by Day. 2. This item shall include Monetary loss caused by inability to work on officially announced Ozone Action Days. I. Bid Item 1-A9, 2-A9 — Stormwater Pollution Prevention Plan & BMPs: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Furnishing and installing BMPs for Stormwater pollution prevention. b. Maintaining paperwork and permitting as required by state regulation. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. J. Bid Item 1-B1-8" Continuously Reinforced Concrete Pavement: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Finishing and installing forms, expansion joints, reinforcing steel, and concrete. b. Provide curing compound. c. Any joint work required. d. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ADDENDUM No.1 ATTACHMENT No. 5 PAGE 3 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012)— Project No. E12099 012901-3 Rev 01-13-2016 K. L. M. N. Bid Item 2-B1-4" HMAC (Type 'D'): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install tack coat. b. Furnish and install Hot Mix Asphaltic Concrete. c. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 3. This item shall be measured by Square Yard. 4. This item shall include but is not limited to the following work: a. Furnish and install prime coat. b. Furnish and install Hot Mix Asphaltic Concrete. c. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 2-B2 — Prime Coat (0.15 Gal/SY): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Application and maintenance of prime coat. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 1-B3 — 6" Compacted Crushed Limestone Base: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install all base material. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 2-B3 — 15" Limestone (Type A, Grade 1): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install all base material. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 0. Bid Item 1-B4, 2-B4 — 12" Compacted Subgrade: ADDENDUM No. 1 ATTACHMENT No- 5 PAGE 4 of 40 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Grading and compaction of subgrade. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-4 Rev 01-13-2016 P. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 1-B5 - 6" Monolithic Retaining Curb: 1. This item shall be measured by Linear Foot regardless of height. 2. This item shall include but is not limited to the following work: a. Furnish and install concrete, reinforcement, and jointing. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 0.. Bid Item 2-B5 - Geogrid (TX -5): 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Furnish and install Geogrid. b. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 2-B6 - 6" L -Curb: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Removal of existing curb. b. Providing, Placing, and Compacting 5ubgrade. c. Furnish and install all concrete, expansion joints, reinforcement, and ties to existing or proposed concrete pavement. d. Any other item required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. S. Bid Item 1-B6, 2-B7 - Concrete Driveway: 1 This item shall be measured by Square Foot. 2 This item shall include but is not limited to the following work: a. Furnish and install subgrade preparation, concrete, reinforcement, and jointing. b. Pavement shall begin and end at the point where the sidewalk joints to the thicker section required for the Driveway. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 1-B7, 2-B8 - HMAC Pavement Transitions: 1. This item shall be measured by Square Yard. 2. This item shall include but is not limited to the following work: a. Demolition, sawcutting, removal and disposal of existing material. R. T. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 5 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-5 Rev 01-13-2016 b. 8" Compacted subgrade. c. Geogrid (Tx -5) d. Furnish and install 8" limestone (Type A, Grade 1) base material. e. Furnish and install prime coat. f. Furnish and install 2" Hot Mix Asphaltic Concrete. (Type D) g. Re -striping. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. U. Bid Item 1-B8, 2-B9 — Roadway Excavation: 1. This item shall be measured by Cubic Yard. 2. This item shall include but is not limited to the following work: a. Removal of existing roadway and grading subgrade to supply the proper finished grade. b. Haul off of excess dirt. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. V. Bid Item 1-89, 2-810 — Curb and Gutter Removal: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Demolition of curb, gutter, and subgrade. b. Removal of material from site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. W. Bid Item 1-B10, 2-B11 —Sidewalk Removal: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Demolition of existing sidewalk. b. Removal of material from site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. X. Bid Item 1-B11, 2-B12 — Driveway Removal: 1. This item shall be measured by Square Foot. 2- This item shall include but is not limited to the following work: a- Demolition of existing sidewalk. b. Removal of material from site. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 6of40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-6 Rev 01-13-2016 c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Y. Bid Item 1-B12, 2-813 — Unanticipated Driveway Removal: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Demolition of existing driveway. b. Removal of material from site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Z. Bid Item 1-B13, 2-B14 — Manhole/Valve Adjustment: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Adjustment of existing valves b Adjustment of existing manholes c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AA. Bid Item 1-B14, 2-B15 — Pavement Marking (Y) (4") (SLD) (DBL): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. BB. Bid Item 1-B15 -- Pavement Marking (W & B) (4") (BRK) Shadow Lane Line: 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these ADDENDUM No. 1 contract documents that are not measured and paid under this bid item. ATTACHMENT No. 5 PAGE 7 of 40 id Item 2-B16 — Pavement Marking (W) (4") (BRK): 1. This Item shall be measured by Linear Foot. 1 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-7 Rev 01-13-2016 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. DD. Bid Item 1-B16, 2-B17 — Pavement Marking (W) (8") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. EE. Bid Item 1-B17, 2-B18 -- Pavement Marking (W) (24") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. FF. Bid Item 1-B18, 2-B19 — Pavement Marking (Y) (24") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. GG. Bid Item 1-B19, 2-B20 — Pavement Marking (W) (12") (SLD): 1. This Item shall be measured by Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 8 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-8 Rev 01-13-2016 b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item, HH. Bid Item 1-B20, 2-B21 — Pavement Marking (W) (Arrow): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. II. Bid Item 1-B21, 2-B22 — Pavement Marking (W) (Only): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. JJ. Bid Item 1-B22, 2-B23 — Pavement Marking (W) (Yield Triangle): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Thermoplastic Markings. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. KK. Bid Item 1-B23, 2-B24—Temporary Pavement Marking (Y) (4") (BRK) for Phase 1: 1. This Item shall be measured by Lump Sum. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Paint and Solvent Based Pavement Markings. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 9 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 012901-9 Rev 01-13-2016 d. Maintenance during construction. e. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. LL. Bid Item 1-B24, 2-B25 – Raised Pavement Marker (TY I -C): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Mastic. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. MM.Bid Item 1-B25, 2-B26 – Raised Pavement Marker (TY II -A -A): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Mastic. d. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. NN. Bid Item 1-B26, 2-B27 — Street Sign Assembly w/9" Blades and Stop Sign: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Anti -Graffiti Coating c. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. 00. Bid Item 1-B75, 2-B28 –Temporary Yellow Raised Pavement Markers: 1. This Item shall be measured by Lump Sum. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Surface Preparation. c. Mastic. d. Maintenance during construction. e. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 10 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-10 Rev 01-13-2016 PP. Bid Item 1-B28, 2-B29 — Speed Limit Signs: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, Labor, and Equipment. b. Anti -Graffiti Coating. c. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. QQ. Bid Item 1-B29, 2-B30 -- Other Regulatory Signs: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Materials, labor, and equipment. b. Anti -graffiti coating. c. Any other items required to complete the bid item in accordance with these contract documents that are not measured and paid under this bid item. RR. Bid Item 1-B30, 2-B31—Allowance for Unanticipated Street Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Any Street Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. S5. Bid Item 1-C1, 2-C1 — Bus Stop Shelter Pad: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install subgrade preparation, concrete, reinforcement, and jointing. b. Pavement shall begin and end at the point where the sidewalk joints to the thicker section required for the bus stop shelter pad. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TT. Bid Item 2-C2 — Roadway Bus Pad (with base and subgrade): 1. 2. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 11 of 40 This item shall be measured by Square Foot. This item shall include but is not limited to the following work: a. Placement of Concrete. b. Providing, Placing, and Compacting Subgrade. c. Formwork. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-11 Rev 01-13-2016 d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UU. Bid Item 1-C3, 2-C3 — Demolition of Existing Shelter Pad: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Removal of material from site. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VV. Bid Item 1-D1, 2-D1— Concrete Sidewalk: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install subgrade preparation. b. Furnish and install concrete, reinforcement, and jointing. c. Any sidewalk with monolithic retaining curb, except ADA ramps. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. WW. Bid Item 1-D2, 2-D2 — Monolithic Retaining Curb: 1. This item shall be measured by Linear Foot, regardless of height. 2. This item shall include but is not limited to the following work: a. Furnish and install all concrete, expansion joints, reinforcement, and ties to existing or proposed concrete sidewalk. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XX. Bid Item 1-D3, 2-D3 — Accessible Ramps: 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Furnish and install concrete, reinforcement, jointing, truncated domes, and curb surrounding ramps. b. Pavement shall begin and end at the high point of the slopes at each end of the accessible "ramp" and include all landing and additional retaining curb relative to the Accessible ramp. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YY. Bid Item 1-E1, 2-E1 — Connect $'x5' Box to 10'x10' Box: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 12 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-12 Rev 01-13-2016 a. Connection installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Demolition, sawcutting, removal, re -shaping, and disposal of existing material. d. Furnishing and installing concrete, reinforcement, and jointing materials. e. Furnishing and installing bedding and backfill. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZ. Bid Item 1-E2, 2-E2 —JB -3 (Type 'B' MH with 2 Tie-ins): 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Furnish and install, or cast -in-place manhole. b. Excavation required to construct manhole. c. Replacement of pipe destroyed during construction of manhole. d. All pipe adjustments and tie-ins related to construction of this manhole. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAA. Bid Item 1-E3, 2-E3 — 8'x5' RCB: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Box Culvert installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 13 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-13 Rev 01-13-2016 BBB.Bid Item 1-E4, 2-E4 —5'x5' RCB: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Box Culvert installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCC. Bid Item 1-E5, 2-E5 — 60" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDD. Bid Item 1-E6, 2-E6 — 54" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 14 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-14 Rev 01-13-2016 d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEE. Bid Item 1-E7, 2-E7 — 48" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFF. Bid Item 1-E8, 2-E8 —36" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 1-E9, 2-E9 — 30" RCP: This item shall be measured by Linear Foot. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 15 of 40 1. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-15 Rev 01-13-2016 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. HHH. Bid Item 1-E10, 2-E10 — 24" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 111. Bid Item 1 -Ell, 2 -Ell —18" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 16 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-16 Rev 01-13-2016 f. OSHA trench protection as required. g. Dewatering as required. h. contract documents that are not measured and paid under this bid item. JJJ. Bid Item 1-E12, 2-E12 — 15" RCP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Reinforced Concrete Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKK. Bid Item 1-E13, 2-E13 — 5' Curb Inlet: 1. This item shall be measured by Each. 2. This item shall include but is not Limited to the following work: a. Reinforced Concrete installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. OSHA trench protection as required. g. Dewatering as required. h. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLL. Bid Item 1-E14, 2-E14 — Type 'A' Manhole: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 17 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-17 Rev 01-13-2016 a. Manhole installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. OSHA trench protection as required. f. Dewatering as required. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMM. Bid Item 1-E15, 2-E15 —Type 'B' Manhole: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Manhole installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing backfill. e. OSHA trench protection as required. f. Dewatering as required. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNN. Bid Item 1-E16, 2-E16 —Type 'C' Manhole: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Manhole installed by open cut excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. OSHA trench protection as required. f. Dewatering as required. g. Tie-in of all proposed pipes. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 18 of 40 Measurement and Basis for Payment 01 29 01-18 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 000. 1-E17, 2-E17 — Tie to Existing 15" RCP: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Any additional cost of tie-ins between proposed inlets or manholes and existing 15" storm mains. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PPP. Bid Item 1-E18, 2-E18 — Tie to Existing 24" RCP: 1. This item shall be measured by Each. a. Any additional cost of tie-ins between proposed inlets or manholes and existing 24" storm mains, b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 000. Bid Item 1-E19, 2-E19 — Tie to Existing 30" RCP: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Any additional cost of tie-ins between proposed inlets or manholes and existing 30" storm mains. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRR. Bid Item 1-E20, 2-E20 — Temporary Connection: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Connecting existing storm line temporarily to proposed storm line. b Contractor shall provide proposal to City and engineer prior to implementing methods. c. Generally method chosen shall provide a soil tight connection and be temporary in nature. SSS. Bid Item 1-E21, 2-E21 — OSHA Trench Safety Plan: 1, This Item shall be measured by the Linear Foot of trench regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Subsection 2B3 "Trench Excavation". ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 19 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. 612099 01 29 01-19 Rev 01-13-2016 b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TIT. Bid Item 1-E22, 2-E22 — OSHA Manhole/Inlet Safety Plan: 1. This Item shall be measured by Each regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Safety shall be provided for any excavation over 18". b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UUU. Bid Item 1-E23, 2-E23 —Storm Water Pipe Removal and Disposal, various sizes: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Demolition of all abandoned Storm pipe b. Removal of material from site. c. Backfill and compaction as necessary. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VVV. Bid Item 1-E24, 2-E24 — Manhole Removal: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Demolition of all abandoned manholes. b. Removal of material from site. c. Backfill and compaction as necessary. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WWW. Bid Item 1-E25, 2-E25 — Inlet Removal: 1, This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Demolition of all abandoned inlets. b. Removal of material from site. c. Backfill and compaction as necessary. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XXX. Bid Item 1-E26, 2-E26 — Allowance for Unanticipated Stormwater Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 20 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01- 20 Rev 01-13-2016 a. Any Stormwater items not covered by a bid item. b. Any quantity over run of other bid items. c. Project must be negotiated for each new bid item. YYY. Bid Item 1-F1, 2-F1 — 6" C-900 Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W.P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZZ. Bid Item 1-F2, 2-F2 — 8" C-900 Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W. P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAAA. Bid Item 1-F3, 2-F3 — 6" D.I. Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W.P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 21 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-21 Rev 01-13-2016 e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBBB. Bid Item 144, 244 —8" D.I. Water Line: 1. This Item shall be measured by the Linear Foot of pipe installed. 2. This Item shall include, but is not limited to the following work required to: a. Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Furnishing and installing pipe with a # 12 copper coated W. P. detector wire. c. Hydrostatic testing and flushing of completed lines. d. Sterilizing of completed water lines. e. Placing and compacting backfill. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCCC. Bid Item 145, 2-F5 — 4"x4" Tapping Sleeve, 4" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDDD. Bid Item 1-F6, 2-F6 — 6"x6" Tapping Sleeve, 6" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 22 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) -- Project No. E12099 01 29 01-22 Rev 01-13-2016 b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEEE. Bid Item 1-F7, 2-F7 — 8"x6" Tapping Sleeve, 6" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFFF. Bid Rem 1-F8, 2-F8 — 8"x8" Tapping Sleeve, 8" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 23 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-23 Rev 01-13-2016 e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGGG. Bid Item 1-F9, 2-F9 — 12"x6" Tapping Sleeve, 6" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. HHHH. Bid Item 1-F10, 2-F10 — 12"x8" Tapping Sleeve, 8" Tapping Valve: 1. This Item shall be measured by each individual fitting for Each size and type listed on the proposal. 2. This Item includes, but is not limited to the following work: a. Trench excavation including removing all material encountered and disposing of all unsuitable and/or excess material. b. Furnishing and installing the tapping sleeves and appropriate sized tapping gate valve including the cost of furnishing and installing any adapters, retainer glands, taps, blow off valves or special fittings required to complete the installation ready for use in the appropriate bid item. c. Wrapping ductile iron fitting/tapping sleeves in polyethylene. d. Hydrostatic testing, sterilizing and flushing. e. Placing and compacting backfill. f. Grading and cleaning of pipe trench and affected area. g. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 24of40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-24 Rev 01-13-2016 1111. Bid Item 1-F11, 2-F11 — 8"x11.25° D. I. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and install Polyethylene Wrap. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. JJJJ. Bid Item 1-F12, 2-F12 — 6"x45° D. I. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKKK. Bid Item 1-F13, 2-F13 —13"x45* D. I. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLLL. Bid Item 1-F14, 2-F14 — 6"x90° D. I. Bend: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Bid Item 1-F15, 2-F15 —8"x90° D. I. Bend: MMMM. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 25 of 40 1. This Item shall be measured by Each ductile iron fitting. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No, E12099 01 29 01-25 Rev 01-13-2016 2. This Item shall include, but is not limited to the following work: a. Furnish and install of ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNNN. Bid Item 1416, 2-F16 — 6" D. I. Tee: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 0000. Bid Item 1-F17, 2-F17 — 8" D.I. Tee: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item, PPPP. Bid Item 1-F18, 2-F18 —6" D.I. Cross: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. QQQQ. Bid Item 1-F19, 2-F19 — 6" Gate Valve & Box: 1. 2. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 26 of 40 This Item shall be measured by Each valve. This Item shall include, but is not limited to the following work: a. Furnish and install valve specified. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to staples Street (Bond 2012) — Project No. E12099 01 29 01-26 Rev 01-13-2016 b. Furnish and install hardware adaptor and gaskets necessary. c. Furnish and install valve boxes with covers. Top of valve boxes shall match finished grade. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRRR. Bid Item 1-F20, 2-F20 — 8" Gate Valve & Box: 1. This Item shall be measured by Each valve. 2. This Item shall include, but is not limited to the following work: a. Furnish and install valve specified. b. Furnish and install hardware adaptor and gaskets necessary. c. Furnish and install valve boxes with covers. Top of valve boxes shall match finished grade. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. SSSS. Bid Item 1-F21, 2-F21 — 6"x4" D. I. Reducer: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Furnish and install ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MT. Bid Item 1-F22, 2-F22 — 8"x6" D. I. Reducer: 1. This Item shall be measured by Each ductile iron fitting. 2. This Item shall include, but is not limited to the following work: a. Installation of ductile iron fitting. b. Embedment. c. Furnish and Install Polyethylene Wrap. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UUUU. Bid Item 1-F23, 2-F23 — OSHA Trench Safety Plan: 1. This Item shall be measured by the Linear Foot of trench regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Subsection 2B3 "Trench Excavation". ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 27 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-27 Rev 01-13-2016 b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VVVV. Bid Item 1-F24, 2-F24 — New Fire Hydrant: 1. This Item shall be measured by Each assembly. 2. This Item shall include, but is not limited to the following work: a. Supplying and installing all fittings, tees, bends, adapters and pipe required on plans, including excavation and backfilling. b. Supply and installing the fire hydrant, gate valve and box. c. Grading and cleaning up the affected area. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WWWW. Bid Item 1-F25, 2-F25 — Grout Fill Existing Water Line: 1. This Item shall be measured by the Linear Foot. 2. This Item shall include, but is not limited to the following work: a. Furnish and install Grout. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XXXX. Bid Item 1-F26, 2-F26— Remove and Replace Fire Hydrant: 1. This Item shall be measured by Each assembly listed in the proposal and illustrated on the plans. 2. This Item shall include, but is not limited to the following work: a. Removal of Existing Fire Hydrant, piping, and fittings b. Backfill and Excavation as required c. Returning Fire Hydrant to City (owner) d. Grading and cleaning up the affected area. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YYYY. Bid Item 1427, 2-F27—Service Reconnect: 1. This Item will be measured by Each individual service of each type installed and shall include all pipe, fittings, etc., as required to complete the service from the new water line to the meter. 2. This Item shall include, but is not limited to the following work: a. Installation of new Corp Stop. b. All other parts and pieces required. c. Replacement of waterline. d. Tie in to existing service. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 28 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-28 Rev 01-13-2016 e. Removal of all existing materials abandoned by this activity. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZZZ. Bid Item 1-F28, 2-F28 —Allowance for Unanticipated Water Improvements: 1. This Item shall be measured by the Lump Sum. 2. This Item shall include, but is not limited to the following work: a. Any Water Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. AAAAA. Bid Item 1-61, 2-61 — 12" CIPP: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. Supplying and installing 12" CIPP. b. Excavation required to perform work. c. Furnishing and installing bedding and backfill. d. Furnishing and installing protective measures for utilities with minimal clearance. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBBBB. Bid Item 1-62, 2-62 — 6" VCP to 8" HDPE Pipe Bursting: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. 8" HDPE Pipe installed by Pipe Bursting; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Excavation required to perform work. c. Furnishing and installing concrete, reinforcement, and jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCCCC. Bid Item 1-63, 2-G3 — 4' Fiberglass Manhole: 1. 2. ADDENDUM No. 1 ATTACHMENT No. 5 Page 29 of 40 This Item shall be measured by Each Manhole. This Item shall include, but is not limited to the following work: a. Furnish and install manhole. b. Excavation required to construct manhole. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-29 Rev 01-13-2016 c. Replacement of any pipe destroyed or removed in manhole construction. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDDDD. Bid Item 1-64, 2-64 — Manhole Rehab: 1. This Item shall be measured by Each Manhole. 2. This Item shall include, but is not limited to the following work: a. Furnish and install manhole sleeve. b. Excavation required to construct manhole. c. Replacement of any pipe destroyed or removed in manhole rehab. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEEEE. Bid Item 1-65, 2-G5 — Post CCTV: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. CCTV of pipes. b. Analyzing and reporting the condition of the pipes. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFFFF. Bid Item 1-G6, 2-G6 — Control of W.W. Flow: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Control of Wastewater flow. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGGGG. Bid Item 1-G7, 2-G7 —Service Reconnect: 1. This Item will be measured by each individual service of Each type installed and shall include all pipe, fittings, etc., as required to complete the service from the new wastewater main line to the existing service. 2. This Item shall include, but is not limited to the following work: a. Furnish and install all pipe and fittings necessary to reconnect service to wastewater main. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item, HHHHH. Bid Item 1-68, 2-68 —Allowance for Unanticipated Wastewater Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: ADDENDUM No. 1 ATTACHMENT No- 5 PAGE 30 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-30 Rev 01.13.2016 a. Any Wastewater Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. 11111 Bid Item 1-H1, 2-H1 — 2" Schedule 80 PVC Conduit: 1. This item shall be measured by Linear Foot. 2. This item shall include but is not limited to the following work: a. PVC Pipe installed by open cut trench excavation; including removing all material encountered and disposing of all unsuitable and/or excess material. Grading and cleaning up of pipe trench and affected area. b. Trenching required to perform work. c. Furnishing and installing jointing materials. d. Furnishing and installing bedding and backfill. e. Furnishing and installing protective measures for utilities with minimal clearance. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. J11JJ. Bid Item 1-H2, 2-H2 - Ground Box (Type -D): 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Furnishing and installing Ground box. b. Furnishing and installing bedding and backfill. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKKKK. Bid Item 1-H3, 2-H3 - 4"x22.5° PVC Bend: 1. This Item shall be measured by Each. 2. This Item shall include, but is not limited to the following work: a. Installation of Bend. b. Excavation required to perform work. c. Furnishing and installing jointing materials. d. Furnishing and installing bedding and backfill. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLLLL. Bid Item 1-H4, 2-H4 — Back Plate (12 IN) (3 SEC): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install 3 section back plate. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 31 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01 - 31 Rev 01-13-2016 b. Materials, labor, and equipment. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMMMM. Bid Item 1-H5, 2-H5 — Back Plate (12 IN) (5 SEC): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install 5 section back plate. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNNNN. Bid Item 1-H6, 2-H6—Conduit (PVC) (SCH. 40) (2 IN): 1. This iters shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Trenching required to perform work. b. Furnishing and installing jointing materials. c. Installing backfill. d. Furnish and install conduit. e. Equipment for trenching or boring. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 00000. Bid Item 1-H7, 2-H7 — Conduit (PVC) (SCH. 40) (2 IN) BORE: 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Trenching and boring required to perform work. b. Furnishing and installing jointing materials. c. Installing backfill. d. Furnish and install conduit. e. Equipment for trenching or boring. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PPPPP. Bid Item 1-H8, 2-H8 — Conduit (PVC) (SCH. 40) (4 IN): 1. 2. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 32 of 40 This item shall be measured by Linear Foot. This item shall include, but is not limited to the following work: a. Trenching required to perform work. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-32 Rev 01-13-2016 b. Furnishing and installing jointing materials. c. Installing backfill. d. Furnish and install conduit. e. Equipment for trenching or boring. f. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. QQQQQ. Bid Item 1-H9, 2-H9 — Coordination of Traffic Signal System: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Provide coordination and configuration to traffic control system. b. Labor and testing equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRRRR. Bid Item 1-H10, 2-H10 — Electric Conductor (No. 6) Insulated: 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductor. b. Materials, labor, and pulling equipment. 3. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. SSSSS. Bid Item 1-H11, 2-H11 — Electric RIC Service TY D (120/240) 060 (NS) SS (N) SP (0): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: 3. Coordination with electric utility, materials, labor, and equipment for installation of electric service. 4. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TTTTT. Bid Item 1-H12, 2-H12 — Drill Shaft FND For Pedestrian Pole (24 IN Drill): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install drilled shaft. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 33 of 40 b. Drilling rig, labor, and equipment. c. Concrete, rebar, casing, forms. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01- 33 Rev 01-13-2016 UUUUU. Bid Item 1-H13, 2-H13 — Drill Shaft FND for Traffic Signal (36 IN Drill): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install drilled shaft. b. Drilling rig, labor, and equipment. c. Concrete, rebar, casing, forms. d. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. VVVVV. Bid Item 1-H14, 2-H14 — ILSN (LED) (6 5): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install ILSN sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WWWWW. Bid Item 1-H15, 2-H15 — Pedestrian Audible Center Controller: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Pedestrian Audible controller. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. XXXXX. Bid Item 1-H16, 2-H16 — Pedestrian Audible Push Button Assembly, With R 10 3B Sign: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install push button assembly with sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. YYYYY. Bid Item 1-H17, 2-H17 — Pedestrian Countdown Head Assembly: 1. 2. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 34 of 40 This item shall be measured by Each. This item shall include, but is not limited to the following work: a. Furnish and install countdown head assembly. b. Materials, labor, and equipment. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-34 Rev 01-13-2016 c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ZZZZZ. Bid Item 1-H18, 2-H18 — Pedestrian Pole Assembly: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Pedestrian pole assembly. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. AAAAAA. Bid Item 1-H19, 2-H19 — R10-12 Sign: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install R10-12 sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. BBBBBB. Bid Item 1-H20, 2-H20 — R10 -3B Sign: 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install R3 -8B sign. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. CCCCCC. Bid Item 1-H21, 2-H21 — Radar Vehicle Sensing Device (RVSD): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install RVSD with Mount. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. DDDDDD. Bid Item 1-H22, 2-H22 — Remove Traffic Signal Poles: 1. 2. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 35 of 40 This item shall be measured by Each. This item shall include, but is not limited to the following work: a. Remove existing traffic signal equipment. b. Materials, Tabor, and equipment to remove and transport. Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-35 Rev 01-13-2016 c. Demolish foundations to 2" below grade. d. Deliver salvaged equipment to Owner at and Owner designated site. e. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. EEEEEE.Bid Item 1-H23, 2-H23 —Traffic Controller Unit and Cabinet: 1. This item shall be measured by Each, 2. This item shall include, but is not limited to the following work: a. Furnish and install traffic controller unit and cabinet, foundation, and pedestal. b. Materials, labor, and equipment for installation, testing, and commissioning. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. FFFFFF. Bid Item 1-1124, 2-H24 — Traffic Signal Cable (TY A) (14 AWG) (16 Conductor): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductors. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. GGGGGG. Bid Item 1-H25, 2-H25 — Traffic Signal Cable (TY A) (14 AWG) (4 Conductor): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductor. b. Materials, labor, and pulling equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. HHHHHH. Bid Item 1-H26, 2-H26—TrafficSignal Cable (TY A) (14AWG) (7 Conductor): 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install conductor. b. Materials, labor, and pulling equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 111111. Bid Item 1-H27, 2-H27 — Traffic Signal Pole AM (S) 1 ARM (44 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 36 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012} — Project No. E12099 0129 01 36 Rev 01-13-2016 a. Furnish and install Traffic signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. JJJJJJ. Bid Item 1-H28, 2-H28 —Traffic Signal Pole AM (S) 1 ARM (40 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Traffic signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. KKKKKK. Bid Item 1-H29, 2-H29 —Traffic Signal Pole AM (5) 1 ARM (32 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Traffic Signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. LLLLLL. Bid Item 1-H30, 2-H30 —Traffic Signal Pole AM (5) 1 ARM (20 FT): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install Traffic Signal arm. b. Materials, labor, and equipment. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. MMMMMM. Bid Item 1-H31, 2-H31 —Traffic Signal Radar Sensing Cable: 1. This item shall be measured by Linear Foot. 2. This item shall include, but is not limited to the following work: a. Furnish and install Radar Sensing Cable. b. Materials, labor, and equipment to install. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. NNNNNN. Bid Item 1-H32, 2-H32 — UPS (3.0 KVA) (TWR): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 37 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-37 Rev 01-13-2016 a. Furnish and install UPS. b. Materials, labor, and equipment for installation and testing. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 000000. Bid Item 1-H33, 2-H33 — Vehicle Signal SEC (12 IN) LED (GRN ARW): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. PPPPPP. Bid Item 1-H34, 2-H34—Vehicle Signal SEC (12 IN) LED (GRN): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. QQQQQQ. Bid Item 1-H35, 2-H35 —Vehicle Signal SEC (12 IN) LED (RED): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. RRRRRR. Bid Item 1-H36, 2-H36 — Vehicle Signal SEC (12 IN) LED (VEL ARW): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. 555555. Bid Item 1-H37, 2-H37 — Vehicle Signal SEC (12 IN) LED (VEL): 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: ADDENDUM No. 1 ATTCHMENT No. 5 PAGE 38 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. 812099 01 29 01-38 Rev 01-13-2016 a. Furnish and install signal a traffic arms. b. Materials, labor, and equipment to mount on pole. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. TTTTTT. Bid Item 1-H38, 2-H38 — Ground Box With Apron: 1. This item shall be measured by Each. 2. This item shall include but is not limited to the following work: a. Furnishing and installing Ground box with Apron. b. Furnishing and installing bedding and backfill. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. UUUUUU. Bid Item 1-H39, 2-H39 — Allowance for Unanticipated Electrical and Signalization Improvements: 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Any Electrical and Signalization Improvements not covered by a bid item. b. Any quantity over run of other bid items. 3. Prices must be negotiated for each new bid item. VVVVVV. Bid Item 1-11, 2-11—Trench Backfill & Compaction: 1. This item shall be measured by Linear Feet. 2. This item shall include but is not limited to the following work: a. Furnishing and installing bedding and backfill. b. Materials, labor, and coordination as required. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. WWWWWW. Bid Item 1-12, 2-12—OSHA Trench Safety: 1. This Item shall be measured by the Linear Foot of trench regardless of depth. 2. This Item shall include, but is not limited to the following work: a. Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Subsection 2B3 "Trench Excavation". b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under this bid item. ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 39 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-39 Rev 01-13-2016 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES — (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION ADDENDUM No. 1 ATTACHMENT No. 5 PAGE 40 of 40 Measurement and Basis for Payment Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 01 29 01-40 Rev 0143-2016 DIVISION 2 - SITEWORK SECTION 2J - LAWNS AND PLANTINGS 2J6 t t I SODDING WORK 2J6.1 GENERAL: This specification shall be additional information for placing sod. Construction activities defined elsewhere shall govern work where applicable. 2J6.2 SUMMARY: This section includes provisions for the following items: Topsoil placement and procedure Sodding 236.2.1 Related Sections: The following sections contain requirements that relate to this section. 2J6.2.1.1 Topsoil stockpiling may be provided when conditions allow for re -use of existing topsoil. 2.16.2.1.2 Excavation, filling, and rough grading required to establish elevations shall be done in accordance with plans and other specifications. 2J6.3 SUBMITTALS: 2J6.3.1 General: Submit the following: 2J6.3.2 Plant and Material Certifications: 2.16.3.2.1 Certificates of inspection as required by governmental authorities. 2J6.3.2.2 Manufacturer's or vendor's certified analysis for soil amendments and fertilizer materials. 2.16.3.2.3 Label data substantiating that plants, trees, shrubs and planting materials comply with specified requirements. 2.16.3.3 Seed vendor's certified statement for each grass seed mixture required, stating botanical and common name, percentages by weight, and percentages of purity, germination, and weed seed for each grass seed species. 2J6.3.4 Maintenance instruction: Typewritten instructions recommending procedures to be established by Owner for maintenance of landscape work for one full year. Submit prior to expiration of required maintenance period(s). 2J6.4 QUALITY ASSURANCE: 2J6.4.1 Subcontract landscape work to a single firm specializing in landscape work. 2J6.4.2 Source Quality Control: 2.16.4.3 General: Ship landscape materials with certificates of inspection required by governing authorities. Comply with regulations applicable to landscape materials. 2J6.4.4 Do not make substitutions. If specified landscape material is not obtainable, submit proof of non- availability to Architect, together with proposal for use of equivalent material. 216 Sodding Page I of 3 ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 1 of 3 2J6.4.5 Analysis and standards: Package standard products with manufacturer's certified analysis. For other materials, provide analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, wherever applicable. 2J6.5 PRODUCTS: 2J6.5.1 Topsoil: Provide new sandy loam topsoil, dark brown in color, surface soil, reasonably free of subsoil, clay lumps, brush, weeds and other litter, and free of roots, stumps, stones larger than 2 inches in any dimension, and other extraneous or toxic matter harmful to plant growth. 2J6.5.1.1 Obtain Sandy Loam from local sources. Obtain sandy loan only from naturally, well -drained sites where topsoil occurs in a depth of not less than 4 inches, do not obtain from bogs or marshes. 2J6.5.2 Fertilizer. Grass and Starter Fertilizer: Granular non -burning product composed of not less than 50°•0 organic slow acting, guaranteed analysis, professional fertilizer containing 20% nitrogen, 26°,0 phosphoric acid, and 6% potash by weight or similar composition. 2J6.6 GRASS MATERIALS: 236.6.1 Grass Seed: Provide fresh, clean, new -crop seed complying with tolerance for purity and germination established by Official Seed Analysts of North America. Provide seed mixture composed of grass species, proportions and minimum percentages of purity, germination, and maximum percentage of weed seed, as specified. Schedule of grass seed requirements is attached at end of this section. 2J6.6.2 Sod: Provide strongly rooted sod, not less than 2 years old, free of weeds and undesirable native grasses, and machine out to pad thickness of 3/4 inch (plus or minus 1.'4 inch), excluding top growth and thatch. Provide only sod capable of vigorous growth and development when planted (viable, not dormant). 236.6.2.1 Provide sod of uniform pad sizes with maximum 5 percent deviation in either length or width. Broken pads or pads with uneven ends will not be acceptable. Sod pads incapable of supporting their own weight when suspended vertically with a firm grasp on upper I0°0 of pad with be rejected. 2J6.6.2.2 Provide sod composed principally of following: Bermuda grass (Cynodon dactylon). "Tifway 419" 2J6.7 EXECUTION: 2J6.7.1 Preparation: 2J6.7.2 Before placing clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2J6.7.3 Spread top soil to minimum depth required to meet lines, grades, and elevations shown, after light rolling and natural settlement. 2J6.7.4 Fine grade lawn areas to smooth, even surface with loose, uniformly fine texture. Roll, rake, and drag lawn areas, remove ridges and fill depressions, as required to meet finish grades. 2J6.8 PREPARATION FOR PLANTING LAWNS: 2J6.8.1 Loosen subgrade of lawn areas by discing or tiling to a minimum depth of 2 inches and a maximum depth of 4 inches. Remove stones measuring over 1 1.'2" in any dimension. Remove sticks, roots, rubbish, and other extraneous matter. Limit preparation to areas which will be planted promptly after preparation. 2J6 Sodding Page 2 of 3 ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 2 of 3 2J6.8.I.1 Spread top soil to minimum depth required to meet lines, grades, and elevations shown, after light rolling and natural settlement. Add specified soil amendments and mix thoroughly into upper 2 inches of topsoil. 216.8.1.2 Place approximately 1 2 of total amount of top soil required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil. Add specified soil amendments and mix thoroughly into upper 4 inches of topsoil. 2J6.8.2 Preparation of unchanged grades: Where lawns are to be planted in areas that have not been altered or disturbed by excavating, grading, or stripping operations, prepare soil for lawn planting as follows: Till to a depth of not Tess than 4 inches. Apply soil amendments and initial fertilizers as specified. Remove high areas and fill in depressions. Till soil to a homogeneous mixture of fine texture, free of lumps, clods, stones, roots and other extraneous matter. 2J6.8.2.1 Prior to preparation of unchanged areas, remove existing grass, vegetation and turf. Dispose of such material outside of Owner's property. Do not turn existing vegetation over into soil being prepared for lawns. 2J6.8.2.2 Allow for sod thickness in areas to be sodded. 2J6.8.2.3 Apply specified commercial fertilizer at 2 pounds per 100 sq. ft. upon completed soil mixture. Delay application of fertilizer if lawn planting will not follow within a few days. 2J6.8.3 Fine grade lawn areas to smooth, even surface with loose, uniformly fine texture. Roll, rake, and drag lawn areas, remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas which can be planted immediately after grading. 2J6.8.4 Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. 2J6.9 SODDING FIELDS: 2J6.9.1 Lay sod within 24 hours from time of stripping. Do not plant dormant sod or if ground is frozen. 2J6.9.2 Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod strips; do not overlap. Stagger strips to offset joints in adjacent courses. Tamp and roll lightly to ensure contact with subgrade. Work sifted sand into minor cracks between pieces of sod; remove excess to avoid smothering of adjacent grass. 2J6.9.3 Water sod thoroughly with a fine spray immediately after planting. 2J6.10 CLEANUP AND PROTECTION: 2J6.10.1 During sodding work, keep pavements clean and work area in an orderly condition. 2J6.10.2 Protect sodding work and materials from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Repair damaged landscape work as directed. 2J6.10.3 Remove excess unused topsoil form the site unless otherwise indicated. 2J6 Sodding Page 3 of 3 ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 3 of 3 1! ni U :; Nil 1 li I il ! 1 EWItkiikWii4X1,1,..1=4- /114000;111',:11.44211 lk) 41111WAlij i iiiir1,444 1 1 if I I . 4 J-14-ris..,,...., tii 1..7 -rr 'IC— r".'4 14,It 1 I I rrli ,.,. • 111':: " lai. - W" ill Az, a, wi, 14. n ji th -N 4 r i , ' 4 la J - . I • 4 J r i ''', (: 4 I N. .- :;;;114 f[1111I Jif. - : -LT 1 ' .54 -.4 I - N'''••'i, ;::i'ill. . I /410 1 1 ., / .--421 i I/I . , All• itif 11 1 'I ! :II;k.:!? 1 plii . 'r E ,, ' - - 1 • .• „ , ! ,J ! 1, 41 lirpirtii!.• . 1 _ Ii10,44111yt1 W10141ffiltli 141d ;3111 '''1•1444iiii Vg101101 Aliatil _ -•.!.... 1 tos , 10„.110.4! - i t 1-. " ,fitai alti I: hi! / li LT Agii.c.:14api: ' fi:,9g/ER ,,Ii,10i.4 OlotAu il 4 • 6 e " -.I 1A1 1 !I 11 4 I 1 . '-' . I - . • ' Vi 11 :4a ii ''' i • I ... :.; , . , .„ 1 , c .1 1“1.1"P -14 -FIIIIir* r:ILL-ii-. Irg.,I.4-451,1 Mt 1111111111111112E111114 B x E2 gt 1. .2 V. J 11113111110! AMIE - El! IL ,Y40q.4ili'D: 4 7-. .11.;,, il ir 00 1 •s I11i .;it !.' 1:- = i 1 •: ' •I 0reL1 rr 1P ., 1,1 ,0; _ ' V, . 2- 11i4 . 1 241110 . r ! , iigv:4 1 111 T...L . .. i 11 1 I i 011110 NEREIM-inEMEIN • 31101310' IRE211..11+45111-1,-t . I 7k i% .$ .. if, I.. 1.3a .. 1111111111111152,1111111111 1.- 42111/1 4101111. MI511111E111 RIRIE L el 11 1 ••• .1, .0. MAR. •••••.1 as• i W M..ft Loewe, ••••••• io. ••• . ,,,, 5 M i 1 4.9 . e 1 5 g BRA MCISICIRrftilr. IIROPC 2010 elp. cm. OFIM CORPUS CHP 11XAS noc...ern.c soma's dfl,a p,„,_,-; - 'lir. LIZF' 4 ,4 I URBAN ENGINEERING U EETLIIMIED IRIANSTTES "ar.:21...” r a A 0 0 to rn 0 z PPf iVET Mig ANHO -gNAg kVi_a SgeFIF r� • dd. 4.1ma 1._o r 4. nU 10.d KOSTORYZ ROAD 1AW1J91 PKWY. TO STAPLES ST. MOM SOW COMPETE PAYMENT 9ECi141e.9 • St. WY or CORPUS CHRIST! T(YAS DiCadLLT.0 MACES IE N. 1 01.11-1 ,02.111 Nat X I.___ KOSTOKYZ ROAD OIAWIH1 PAW. TO STAPLES $T. taro 2010 ASPHALT PAVEMENT SECTIONS clrY or CORPUS CHRISTI' TEXAS obrlarrc Sanas ��YN a a ■t KOSTORYZ ROAD INCAMER PICKY._ TO STAPLES ST. MOM 2012) MEET ANO STORIrWYATEA PLAN AIS PROFLE (4 cry or C�1YIf?rS CHR+Sfi ITYA1 1AN KOSTORYL ROAD DRAWER F!(WY. TO STAPLES ST. MOO NOM STREET MO STORIAWATER PLAN AND PROFLE (5) y, crrr or CORPUS CHRSrr TEXAS URBAN ENOINEEDING •Vallitl• .0 WI 1.1..rmns 1 KOSTORYZ ROAD °RAYNE!' nom 70 STAPLES — 2072) 'MEET APO STORMINATIER PLAN AIM PROFILE (6) er-70; WV or CARPUS CNRISD rotas URBAN ENOINEERINO • Vi is 1 KOSUORYZ ROAD BRAVOES PKWY. TO STAPLES ST. Code Tom MEET NS) BTORLIWATER PTAH AJC PROFILE (7) OTTor CORPUS CHRISTI TEXAS L.c.,tatfo4 1044111 " DANIIRBAININ Fume) x x z x KOSTORYZ MAO BRAVOES PKWY. TO STAPLES ST. ECM 20121 STREET AND STOFEAWATER PLAN AND PROFLE (el CITY OP CORPUS CHRISTI TEXAS .•a ...;, ;EI! 1 A 1 1 a 1 a 1 I • I 1 �; , 1 1 Is tea }. -p . 2 }C 6N 1 E 7 Karam I 1 I a I I a 1 7. 1 , I 1 (§ ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 8 of 10 PROFLE VIEW 1 -r o I �1 ! 1 ! 1 � s II I I ! L. x z x KOSTORYZ MAO BRAVOES PKWY. TO STAPLES ST. ECM 20121 STREET AND STOFEAWATER PLAN AND PROFLE (el CITY OP CORPUS CHRISTI TEXAS .'" .11,•••=. 1 1 KOSTORYZ ROAD BROADER PKWY. TO STAPLES ST. 19013 2012) SWEET AND STORMWATEFI PLAN AP 3 PROFLE (9) CITY or CORPUS C5,1 MOS (IC 3C.pat PLE =BAN ENONEERING 0 z 'x 1 $ v � m Y n n � v 5 b -4 Sg 15 tls ru9 KIST RIGHT Or *AY MY- {X NAT 1 G mfa m o z a y m C o 4 z 2 O O 1„ 8 2 2 8 wesf aa+r a War F n 11 2 A - NOIJD]S OTOli 1V3IdA1 17fl111.91O) I $ x". $ a 4 $ S a 4 4 s a 4 S B E a 14E, S 4 4 4 a 4 s 2 • E 9 1.41 t-11 11 9j !! Iork 111 t Ef • tlili i1ili !! 1lE ili I-1 i1 11 l'1 1 1 —;.} 211 —G} I11E 1'111 1 —E,} i}} 1 KOSTORYZ ROAD DRAWER PKWY, TO STAPLES ST. WPC 10121 TRAFFIC CONTROL. PLAN SECTIONS AND DSENSIONAL TABLES CITY Or CORPUS CHRIST TEXAS [rCacnwc SOW= 1EIAH gE N g EEEEFEiEgHEEHHEEU,EEEEI gmk : NHF,A0AHHHHHEEHF,Em ,',,J,ET.,i',E.T.! BASE BID (PART 1) — CONTINI A 1 N' Wr F 5' hk t gE N!;,,,,44,irir,tr NAA 2AN"E""EPE5.15 ;:. g .. 5 ,ApAg5555510515A 5,858,EFNEENAP.A, 5 - .055,522.52,,E5 !!!tUt'`Ti Ni RA O =A -74:2'2Th_.4 A.A5 AEAANE [ - AAA 3eA i a . PA, , t 4 t Et! 8 i_ P t NY il, g rir: 11rNt g 5 ,.0 ,„-,E---.,§,n,-.„-5---,wm-Mg.1 4 'i 'Ai -1-11-- A! 1 b c P E AAA gg[g[NgAgngAg-gE[Agn[EA.AE[ANOANEAkAg 5NENANAP1; P,NAPNENE, glINPiNgAig°AA [ ... - f REINFORCED CONCRETE 4 N ' g g A ' A [t[A,A1[5 g ,r-h7rEttt 4.-4a22. E ttENN E NIPtiii! ; gg n'N-4-4-v4;4, --f,ttur E°A1E" gq gg "gPiMNE.HViiiEN g—EA 1. ,“ ,-.rr 44!1, !!! igg A 1;7,-N 4_44,t„.t4 tirn pi" ti°15A 'A. i .,, 8 1 E E 1 4 . iii ;Fp AA " E p E s = N a g 3 : , r'—“. , „--,--!.,7.7.-. . ,4 E .• 555 7 8855588E8888EEE8255888778878588gg58PAgg ETAPAPEd EAPPAPAPAA ANANANAPPAPPPg 1 AO 1 0 0 gg A 2•88.,3 . NN55AP-55g-5 8 555.E8g[; 55 _ 15-,..5 - 5=5[5[ . . -E8 5.55-.N55N , pg 11 gc 2 3 -iz zo P;. q N, ,,,,,,,,,,,--,wW., W , ,, 56855,55m5,8A5,..c.8,85. A"g Ag iN - 4."!Ng0g45 NN 1hri 4g.7-5 h 1g.[2 ! N1E'A1 !I e N54'AL8!g A':4P1AENAFNE1N41°571:A1I7t; , ' ;AO ig ET-WA11 A5! 882 A Ig ill;F!4- i krr44QZ.rvr rF ,r M4r,5.r54,. '4 [ F. !:P if 0...4 BASE BID (P 5' t,PEtt,i,EttP,P.it,,,,t7,7,7,7, i A III. ttt ,,ttitiG5i,,,,,Gttt7t,,,,,,,,t1 ,F,t, t,t,I ".--4-4-411,4I1F11W8 > 3555s" --f Ili 1'4 —4-14 WlinNi ---U - -I - „ x; m -1 PEO55UMECHNUMVCOPC.iimm0 muff - HE,-J,TLifir_ r 2) — ASPHALT . P i ' qrm,irmm,tr.r,w,gmfEElmwm qFf,i1V,12292112.--po====,<,-,7 111.iiiiE1-4:Ftl' E 1 ggggg I E EN — N E t i2g2g2,55,151 AiiiUt . _ 'ttNtr 444,tt- A,. lgii 5!Eg -- W1 [gg 1 g.0 3, .1r, , E 4 A A N, 11 - ,.. Ei t c 48 [gp 51 ,,, F r. 1 , 51 t , i A R 8 . 335333 . . ; 4 [ ' '-' s585588s5588555555555555555583 5 11111! 1 85 . Ig 1 03-,1-16 1,, UPDAlED 131JANTITIES I REV!, N NO. DATE En DESCF'PT.N REVISION NO. DP, BY pEs,RiplioN 8'4 SHEET 4 of 150 RECORD DRAWING NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ' • 400. CORPUS CHRISTI TEXAS ENGINEERING SERVICES URBAN ENGINEERINGVe:4e11 ESTIMATED QUANTITIES ..F'114';',.i:,iZ'' 4i : o0m Oh m��o 1 D z E79 m 8o 0 v m 0 O z 0 EAST RIGHT OF WAY ti WEST RIGHT OF WAY EAST RIGHT OF WAY r m G) m z 0 T WEST RIGHT OF WAY 03 31 16 MEP MODIFIED NOTE 3 DATE DESCRIPTION REVISION NO. DATE 00 or, KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CONCRETE PAVEMENT SECTIONS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • If URBAN l� ENGINEERING • r Z m 0 v m 0 0 z v > > GI, D w n z grr. Z Z Z o O f EAST RIGHT OF WAY (,00 oz-T) avow z ao so WEST RIGHT OF WAY Ohm (31 O D C zJ �Z .78 ^oom D z m 0 m 0 0 z D 0 r m G) m z v 0 EAST RIGHT OF WAY 0 0 N (s3i3vn) avo3 WEST RIGHT OF WAY 03-21 6 MER MODIFIED NOTE 2 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ASPHALT PAVEMENT SECTIONS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • If URBAN l� ENGINEERING • MER ADDED NOTE 10 SUPPORT SS MAIN DATE DESCRIPTION REVISION NO. DATE DESCRIPTION r � o 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (1) 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING sERYICE tiURBAN ENGINEERING - - om m o Qa I I I I I uE*..., 1 I 1 1 I 1 1 1 p I 1 1 1 I I I 1 I 1 I 1 1 I I A II l � c=z TIti za o M�9 li [l [Xs 1 1 1 I 1 1 1 1 1 �w[u[N* 1 1 1 m I 1 1 1 1 1 1 1 1 R Mho ) nbis 1 I 1 1 I 1 1 1 1 1 1 I II ' SS8y� -b l Y Ei n .22 py J Q f 7 — J I : -1 ISO Y i' : a - 1 1 1 IL — 1 1 1 I __ __ _-I_r 1 1 1 1 1 1 Iri. L $e 4 1 I 1 P zlw _ JP S 1 m Alinn. Ri 72,301;1xn r l = - II k A NER (NORTH) 2P 3 ET eg ;/fa o H I ! I II i'8' I . IF/lsub o 1 I ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 4 of 10 \ I ,i was =`d I ` 1 I I d 11 I I I o TC 5400 t ' 11 /1.2/ 02.20 25 MER ADDED NOTE 10 SUPPORT SS MAIN DATE DESCRIPTION REVISION NO. DATE DESCRIPTION r � o 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (1) 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING sERYICE tiURBAN ENGINEERING 63 = = w,.,-sw.„.w...w.w.,—..w...,12m..,-2.222'....P.2...-..-.R‘..,.. 4DD,',,.3.0..�..a..m 00, P P°. z P°. z P°. z °°. z ER ais ON 0 L 3µ9c 333HS o ° MBIA 3lld®ad OT Jo G 39Vd STREET AND STORMWATER PLAN AND PROFILE CO KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) s, L '0N IN ] W HD VIIV . oN T W(1GN3OOV '''' '.1„:_\a. .3133-13 a .LLV 10311.00 10N 9310 .aa.w.. s bZ a Aili3.4 .431101 NO/0.M° MON rsa oda .7171 Mb azY a. a, m d 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES —. w—.—w—.—.—.—.—a—a—w—„—.—.—.— a—w ,1�„_x PP -0,00, PLOD PS P 66262 LC Or.1.11 - L1.06 V1S — - -- - 9zc m a u3� L8 p_ El s s= as -: s: 62CI°x 06.24 2-2.2 —y --, °: M31/� Ndld -(.a�ry• u-r_o w epg ,�� URBAN l� ENGINEERING D•7 -4-7s PP J MN 3 V dib \ u ioeaaa .ocx Z Mme a ” -. •� 1 1711 no. 3PvxMp PxLL5a4'3W�fW a [ ( 7u a tisg-lei -(.BI ,Ti aril xc}u / 1 AtV .a. 00 £Z OO+bZ 00+£ 3.x.1– 1 a .6,6 V's OO+ZZ �t OO+LZ a 00 0 ' :.. —. .,,,.g 2211. .,, .-2221, ,a..—•a • s-xn 2-212 .,,� ... ,,.,� ,. —.q.��,... aw oim s _. ... ,.� 11:22 2 2 22 - _ .. .. Pi me s' I.. aLL '...'-'6„:,.0 ( ei O i L 7u Do tram, arts „max3•64.33 Y. ' uiui, 1 d'''' a_.��o a/s l o.o 1 6/ e�-so3l00 - .i3� I 0"1001030IHS aL �Y iii ,a vna e / / `f4,011,°�i,�, / 00 0091,1, ON bar' ,n 1,.Z �o,a..,.° , x01&30 x �o ,onuo,"�o 100!Dan a2,s ,a+ Site ertitel Control I ...., 0.0. JOB NO. 4270000.00 . A.02uSr RTA TE ear ananon I °Id - • .../ - . 2 . P. L IP Xilin DEPTII RHO Lacknor, Site Itlorizontal Control i I I "Ill I 1=Mo I 137/475.si I'Vjnl o„ ="P"" I I INLET TS so, 17.I.1.5 1 Ris210.30 EU, a.)-1S11 if AnG :11.1' R:3 I „ „ -0 „L__ .L,..,,,, ,2 .— '— R IC URBAN ENGINEERING 4 il l'j V g .4- — -n+DO 30 AT 1 ,„,„1._ 00 . 20 2 T ' -2 rda'PlE"CP 1'12 1To4212.23 . I AMA. s BO RCA • 0.11S ,:•?. .. S02.0 X dO RCP • 0.07S I 1..• I IT IATTT LI NM I I -.- Loeur MO E 111 EXISTING 1, RCP Ar IRLET-181' PRASE 1 I 1 ' FILET le STA 17 rdhiAlOY02' j n-O-1.1.1..1 rl-0,-2.1-... A I. H 1 I 2 '7 2 - 1 I dALE• 1-.4o. Horelz e GROP,HIVALE 34 34 g.. 04 80 S00Z - 2 PRIOPOSE0 re LE1-1 R 0 W N. - - 22 _ _ 222 222 IR 2 2 ---- 30 P.R2 FIBER DPRIC 23.2 2 ...12 FIBER OP IC PO P. L. 2 30 28 IS YR UC MOE 28 DESCR ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (6) A 2, CNI LV:RS., co 24 CO OW Amy 5010. X de RCP • 0.07S 24 434.4. XaO.Ra, P OA 1% FUTLPE ocroalon OF LATERAL AT STORAvy 1.3.2 PRASE 2 wt.!. 2 'Tor octEL•T wmT ATnT oucT sem PROR TO OPOSPHO OR 00HOTRUCTRIO MAXIICCEST 0002011.12TE Willi ETIONSEFL 22 ' FL-1,1 0 Id• 18 8 ADDENDUM No. 1 16 ATTACHMENT No. 7 16 PAGE 6 of 10 14 PROFILE VIEW 4 SC LE: 1210. HORIZ. _1 2 .60 2 .60 2 .60 2 .60 2260 1 .4 VERW 3 .66 Z2 '362=o n712262.2638 88222 " 26 2222282 - 22 22 622 to 2226 .6. 8.. 26 - 262 m m Tr'30 4d �o I a • I • a P 8 a a vn ,c 3 o Y s„s a i F... h Ps , lel re -31 15 MI! ' II a P P` s13 13 g 0 _tea_ m 95 ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 7 of 10 PT s- 11111 MEN • - Ld F111 1 FILE VIEW gal � =a Tcf,[I +1 • 03-31 6 MER MODIFIED NOTE DATE DESCRIPTION REVISION NO. DATE DESCRIPTION X r2 � o m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (7) 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING • MEN MODIFIED NOTE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (8) 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN l� ENGINEERING -.p 'r� . T 5+0 — I l — — MAT011et r — 3 "II%; I I -:' =S I Iwl c�® C. CC aI 1 • a I8 o$ p 5€ _ PP ,I.I la u1:, Ib a ..i R 1a .�� �zs r ,s • �40+L7O _ _ S. k, Eil '15 �a I a, zs 111111 /1116 Illi N1 1 w;,l a p w J i' I� ��ppnn ADDENDUM No. ATTACHMENT Nt PAGE 8 of 10 III lI 1 �I -D FILE VIEW L I s,c - ss „30 MA T*, j40.1? w m w o v MEN MODIFIED NOTE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (8) 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN l� ENGINEERING -.p 'r� . T 5+0 — I l — — kuI -:' =S c�® C. CC I si o$ p 5€ _ PP u1:, Ib a ..i .--I 1a .�� r - • �40+L7O _ _ MEN MODIFIED NOTE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (8) 49CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN l� ENGINEERING o 15 mMATCN�E 0_-'' m. 5d 40+00 ° °_z,s° !m�.�40+ g "1k ciI DoT >a I 01 ���e =RRi mxe ga I a 1 gl 14 1,vIi: i°o-i, 9 I 1 .." lib"x i iP kkkk FE I 1 ISI •p ��� / e : FE IN r� 5 „/�� E. a .. aV 13RR.5 8 yam I .B g E , , ' _„z° Z :. I I I Ij _ >a r. .. I' ADDENDUM No. 1 ATTACHMENT No. 7 PAGE 9 of 10 PROFILE VIE G� Q4 QS _ . . 0 `;IP+Yup a25' ag5 e 111, 0 M M5 o El PE ISI p po. o ,p po. a., p. of i�iop e EE7 40 or 150 WANING NO. STR 878 KOSTORYZ ROAD BRAWNER BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG SEROCES ', `.m Nej% ""° :r . ` URBAN ENGINEERING STREET AND STORMWATER PLAN AND PROFILE (9) ., ,. Po.F„,aH=o .EZ WEST RIGHT OF WAY l 3SVHd - NOI103S OVOii WEST RIGHT OF WAY N011311aSN00 l 3SVHd 282 EAST RIGHT OF WAY 03-31-18 NODDIED NOTE EPTE DESCRIPTION REVISION NO. DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN SECTIONS AND DIMENSIONAL TABLES CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCES • URBAN ENGINEERING • 1 12 A m C z Li m m .O 91OZ A'Vfd83_1 a ro rn %Az o 8 a RR ................. ....... ... .,-mmS9i;1;;;moem�m�. «�oemtRMTC2nSIIIK4aUTE.2T ACZL-S��9au:uN�8.1Nt. G:CNtI8mm:gmu. 3ma3oE3n6p 3o2 o3'��3o9?:3a'��'9'��3'���30 I»"_9AFm,I«AGmI»��RRtpFm,»�Gu I!E�� AAo8lii:iGmi€W i�!gmg�m 77d! !€�F!!€o.!€om�!!!€u�€— ! !`!!!!!� ipv�= � €gym G9��G"C HHIoTA Sz m! 111AAAp1A111Nm iRRG�000 110,am"v 1�42441124444222222 � _0000000 44 U.'5 11 L;EVP 5H11 EFEEEFEE:FGFFG.vu-z 11 "!8!G0 !!!!!!! iiin/1111$11Ma NM; 999yyy0,0 294.....tGGG m� �gy�m9Q iitii.....GLLLLL...SgSS ei...VGGGGGJb�., L8888 ;8emtlaU:CN"-'omm�mm.l..,-m88985:44228 ..................... WMFj888F88'11 s$i5i$ $$ 1111„ gpomm000ngogog oongignf8888 88888 UNURFAHRuutiiigiimuulgulf 8R88RRRiR!!!RI Sbb6RNW " In m O U7 m Eq 0 0o a X Z REN51011 N0. OME go DESCRIPTION FE"SON NO. DOE OESCXIPII00 5 8 9- � m � g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TIME SHEET AND PLAN INDEX CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES II URBAN 00'00VILZ1 ON eor 3'n i I TC 0m 0 9 1 0 AdVnelE13d (Z 1. OZ ONO: CSE;CR:;2;i1CIU.,,AMACISIOTOCSSAT,TASOR,1011A,ARXRSO,JsRON.2E.O,C.A.S.REAAAFAFE-FA ETA RES—EAVE.E, ,N,SSE YIP m m E 2 REVISI N NO. SUE BY DESCRIPTION REVISION NO. BY DESCRIPTION "s1 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TITLE SHEET AND PLAN INDEX * COT OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES Ili URBAN ENGINEERING agEFggEigag "gmug^ggggr.g. DATE DESCRIPTION REVISION NO. DPIE DESERIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BON) 2012) GENERAL NOTES 0CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES (� E URBAN l�i ENGINEERING • NO 5,300 00188, 888 80 10801888, 13818800 01 11,18 3N1 Sl g A gg g g g- gg ,g2 g -g -Tg g;g2;g2;g2;g2 ggggggigi ;Hog; liggggg g2;g2g2g2g2;g2; UM1111 g2;;;; ggg24 7„as5757 Mn APPROXIMATE TOTAL 311103HOS ON11531 z g ElE11,10T92ao z€1,1,1 I ! ! ! g 1 g ; I g BY DESCRIPTION REVISION NO. BY DESCRIPTION g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) LEGEND, DETAIL SYMBOLS, AND TESTING SCHEDULE 0 CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG SEROCES • tiURBAN ENGINEERING ;212;;;;;gggagagg "ggIg6417=66. PEF 0' yy _ =aa� EF 5575 9gMETTE E33WAEa5P. a) GEM TEE 37ss33T3s7777777777;3 EEEaAA ___ _ - ' °z0 5E EE zn. q i.___37�:�" - C333_ -@R W33_3agof .,g.. S Rk EE .."'3 A s � E - , ,z - 8^ss ey 0' yy _ =aa� i+EEEE"F5 maa a. a- R t a �aaa° _. E��_ E33WAEa5P. a) gad e F ' 8 94 3Gs>> EEEaAA ___ _ - ' °z0 5E EE zn. q i.___37�:�" - C333_ -@R W33_3agof .,g.. S Rk EE .."'3 A s � E - , ,z - 8^ss aw 3 �,9 z� ; ro 3(n --ve iaJ c � s s em m "-toz° s zR=R € ss E ,,, ,FF -v 4zzz € 63^o,^`B , !A _ Gs3T3 TE 733sT777s33 04_444 T3s33737737777733557 444 - EA m,e = ey 0' yy _ =aa� i+EEEE"F5 maa a. a- R t a �aaa° _. E��_ E33WAEa5P. a) gad e F ' 8 94 3Gs>> Ems 77777,, 7,na7',,u ?a P�a„a3K_75 3EE 575 CK.. 9:TE TTwZ� xcsc 94 sAP TEE EV ` nF BBE =L ?a F g3A1' s as ; 7 VEqg 04_444 444 - EA m,e = Gs3737s3T33T3333TT333Ts37777 FYER7"� 53 s333E5E9777,977433 ,E.E. neo '�-FFERg��5 (PART 1) - CONTINUOUSLY REINFORCED CONCRETE E'sF 3EE Es35rg F?"c PEE,E xcsc 94 ma �=��.a E 5„ evv<s66s SCSGt�0U ?a F g3A1' s as ; 11000 _ 04_444 444 __: -E i = 5E2 FYER7"� 53 s333E5E9777,977433 ,E.E. neo '�-FFERg��5 P 5 m�5.,xw�€xaa�P.,zaa�a7a��.,a ca"r.a .7,Z. aaass, ,,- wceva ma �=��.a ER' 'EE U _0 s as ; 11000 _ 04_444 444 __: -E i I; FYER7"� ,E.E. neo '�-FFERg��5 E E RR F;: <,nn< <33 gga .6.; Y E3333 8� £ St' '-k 7- € 1 _ S. s 0 9g w 3.. vffi€s 6 77577 777v T tl ca"r.a .7,Z. aaass, ,,- r. s'.3Es3 € - U _0 _ 4 33 �£ E __: -E Eo. neo 9 <,nn< tl 11YHdSV - (Z iUVd) 419 3SV DESCRITION REVISION NO. OVIE DESMIPEION ac oE 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ESTIMATED QUANTITIES CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES LEURBAN ENGINEERING ca"r.a .7,Z. aaass, ,,- r. -'' € - U 5 T757TTT ET55nET7777 11YHdSV - (Z iUVd) 419 3SV DESCRITION REVISION NO. OVIE DESMIPEION ac oE 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ESTIMATED QUANTITIES CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES LEURBAN ENGINEERING Ca' LOD DESCRIZION DESCRIPIION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) PROJECT LAYOUT CONTROL CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES URBAN ENGINEERING €A AA - _ o cnpm o s - 03^ �� £A 44 o3R� R� a8Rm A A€€ - Aw "off nN 3 A'a a y N$oN Ng ➢o 09 as - c m O O � , m r 1, oz m 08 m3 zNUB PLANVIEW so ,00 so,00 Sao 1 0+50 Irq • DAYTONA DRIVE QRAWN � ER SOU 1111111 OLSEN DRIV • /. WYNWOOD DRIVE A WNE ii n > u, T' IIII E' - II o m . I- CORTAS • pi s jORLANDO DR PHASE 1 - - It D Ism- Im N - TRFFT i1 ' TA 44+ r 5 i • --/ 1 4 A No RTONS TRffT - . �I ,ft : F., :,, ii i,`- O mornmanmsm --- R. E 6 of aE7 150 WANING H STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST.CITY (BOND 2012) OF CORPUS CHRISTI "' TEXAS ENG/NEER/NG SEROCEs ,o , ,,"'I a=y.. (((��� I■ ` (� E URBAN ENGINEERING ` SEQUENCE OF CONSTRUCTION PLAN AND NOTES P F=eeH=. eriZ z 0 s �j.we, xi ,. W 1111 wFST,44' BRAWNER PAR KWAMai ft ft illY M% I BRAWNER ®, L„ — I\41.11111 PARK 1 II 2 ftft NOM 9 2 ft MOM IIIIIIar• 9 DAYTONA DRIVE m qRo IInu -.= iNE FI Bii END Cq 0. lq o• dr, — -- , A9 ni m e— _- -, ORLANDO STRE l'S iD7 DAYTONA DRIVE 8 - It.Y - -Z7 y 111 E - 0[ 0 ;EET a' r := - 4 w % 0 illy . W O. f'11 H 1 In ... .... . PIP1. R. SHE S0 oenunuc Ho STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) _ CITY OF CHRISTI CORPUSTEXAS #31 ENGINEERING SERVICES �� '+u..BAN t%.ri a.�.. o `P. URINEERING ENG STORMWATER BASEMAP .. s,a „a, a woa�m" —NOR 1 ON ST: 'MI -..."F4 wiri w3T --__ ) � TRS ofteNO/ito__ . BRA WNCR PARKWAY BRAWNFR rriall ® *:1 Ay MIN 111 Oft 11111. aill • DRIVIIIIII III MI LI IIIIIr. ocq _? • CO"TAS REET "—I--KOSTORYZ ROAD 1Ii 1 M ND n D • rCn) 111111 O p j M •: A . pNd1'� o IA --33 01 cn 1�OR1ON TREE -____L NpRT o >O mm 71 o� I- 1111 SA IDE ORO DRIVE pN 'T ,qII� � , SSTgp P V RFs TRFF� - , Ilm M RIN 77O ,- •s 111: s A m RECO. SHEET a of 150 unuc Ho STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) _ CITY OF I CORPUS CHRISTI TEXAS ENGINEERING SERVICES �� ' t%.. '+u.. P. a.�.. o (� I■I` l� ` URBAN ENGINEERING WATER BASEMAP .ro.Fa, ,....?woE�,a�m" •'TON M=0.I STREET a NORrp N SrR� wFSr e, All ,N10:? ill "`sr��� ')3 MI M_ m Ma EN 9gROS• 1,wP CASA DE OR( DAYTONA DRIVE o__ =e _ CASA DE ORO DRI' ND qO. _ _ ■ dr pr., d _= ■ KOSTORYZ ROA[ WI 111 E 1111N MI * 0 NORTON I lyl ddd77 1 STREET a o 7 = sTWilil ��SS�RFFT ki w PC ° 4 m J _ � V R O 11!: RECO. ET 150 oenunuc Ho STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. 2012) _ CITY OF I(BOND CORPUS CHRISTI TEXAS ENGINEERING SERVICES ,. t%.. '+u.. . ���i�T..P.. o ■` URBAN ENGINEERING WASTEWATER BASEMAP . 16,g „a, u • • ,9N SIRE41, n W gift/ STOA A T BRAWLER IOW; IIPDRIItjIj iii o O .111 1 4 —1 1 DAYTONA DRIVE WYNWOOD DRIVE I NM •9 ,y e' =• v =m 3A E m� ND OA D. -i I -� .111t IIN _- ,T, 0 0 A m. Ny,ZiO - ORLANDO STIR. ij aN�4m KOSTORYZ ROA[ DAYTONA DRIVE -O M MOND DRIVE 111. N SERE ■- 19O BII \ Ir.= 0,), r7� ‘9.,FF m 1111 riMw 01111). --- RECO. o ET ounuc Ho 50 STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF I CORPUS CHRISTI TEXAS ENGINEERING SERYICES ,o , a.a,"�m°"w"n' �.P.. ((((����(� I■I` ` URBAN ENGINEERING'+,;,"'dr, GAS BASEMAP .ro.,a, wwore.Z7, ORTON STREET 0 '� 11111 No 0 SrR, ftir ... .." IIIII MAI amas.SEN alY all ... • 11, WFST BRAWNER r cn D �` g O PARKWAY \ BRAWNER - 0 0 ______„ PARKWA- e - O 7, m< Moo DRIVE q•% BIIII ill £ __ ii. s. o S1 B . ,y 4. _ - - - - - ' CO TA STREET , w 1 O 0 m ' ORLANDO STRE pQNy-,ZiO �LS - DAYTONA DRIVE 0 1 1 LE KOSTC -� 1 __NORTON STREET 0 \ J > x _- 0 m - -- O ,,,,,,,_40 topipiik iii' p Tim ,__ .. 1 7 Tq�CFs v� v4 STR�cFT 0 A 0 m iiii �--- ..... MEM=51M .... RECO. ET 11 a 50 owunuc Ho STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012)CORPUS CITY OF CHRISTI #3ITEXAS ENGINEERING sERYAEs ,. %,`,4. u.. Hyl a.a,"�m°"w"n'3�.P.. URBAN#"'®' li ENGINEERING ` MIS BASEMAP .ro.Fa, wworewwo�w ORTON STR 0 D EET �� 7 NORTilli in,PARKWAen All WEST -,ARD BRAWNER Y BRAWNER o! ONSrRasais., �' E PARKWAY \a xi O 1 O 7, < illiMM Mal SEN DRIVE *II ft al CASA DE OR( _ DAYTONA DRIVE %.,,. ... ' CORIA STREETppp, i S1 ! o' ND AI 61 . -71 N., III 1 1 i27 D R 0 i —17 ORLANDO STRE ���S OQNy-V8 x KOSTC DAYTONA DRIVE E - - 9 - 111 E _ LOORTON STREET n \ J 1 -i - i D Fn. m ! Iffi ZIo si 411111111111 ° H,/ A m OS._. PE ISI H 0. D DESCENT.PIP E��ON �0. �,E ��� ��� RECO. EET 12 pl 0 owunuc Ho STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. 2012)CORPUS _ CITY OF CHRISTI #3ITEXAS ENGINEERING SERVICES ,. , ay'+u.. a.a�m"n.P.. ( I■I` l� ` URBAN ENGINEERING(BOND AT&T FIBER BASEMAP .. s,a a a wo PROPOSED ROADWAY SECTION @ STA 0+50 6'^ EXISTING ROADWAY SECTION @ STA 0+50 0 -o 0 111 cs) Q 0 o > co m C)0 z 0 EXISTING ROADWAY SECTION @ STA 4+00 ISCPSI N NO. BY DESCRIPTION REVISION NO. BY DESCRIPTION g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) EXISTING AND PROPOSED SECTIONS (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES IC fURBAN ENGINEERING "mrovar" 33 0 -o 0 cn 111o 53 0 o 111 0 0 z01 m z 0 D C) 0 z (1) 'a 5:1 0 0 rn o 33 0 rn 00 z m .U) z 0 o CD 0 z cn ISCPSI N NO. BY DESCRIPTION REVISION NO. BY DESCRIPTION .2, .2.. KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) EXISTING AND PROPOSED SECTIONS (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES IC fURBAN ENGINEERING "rrnrovar" PROPOSED ROADWAY SECTION @ STA 22+75 BASELINE mz0 0 > 0) 0 z cn 0▪ 1 -o 53 0 -o 0 (1) 111 33 0 8 CD 6 rri 0 0 z0 0 BASELINE CENTERLINE m .) z 0 (1) m0 z (i) REPS! N NO. BY DESCRIPTION REVISION NO. BY DESCRIPCION g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) EXISTING AND PROPOSED SECTIONS (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES IC fURBAN ENGINEERING -27AALF;AaRAFA:7,':AEAAa' "rm'Arovar" �NZ 0=0 o m C7 D OOo r _ D z AA m 0 0 (1) v m n 0 z E - EAST RIGHT OF WAY AST RIGHT OF WAY 0 0 N WEST RIGHT OF WAY 0 00 0 r m G) m z 0 WEST RIGHT OF WAY DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CONCRETE PAVEMENT SECTIONS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING r z m 0 v m 0 0 z EAST RIGHT OF WAY (,00 oz-T) avoa z ao so WEST RIGHT OF WAY 01 r z m 0 0) m 0 0 z 0 r m G) m z T 0 EAST RIGHT OF WAY (s3i3vn) avo3 zn3oisoa WEST RIGHT OF WAY DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ASPHALT PAVEMENT SECTIONS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING WE! ov .nl ervwara ro ormr vwimre w vor Imcrrecr rewire w awo°ee reeulrlrq vran Ire uee. TABLE NO.2 TRA SLAB THICKNESS RE AND BAR SIZE STEI TABLE NO �O O 1. mm m m m m m m m m m °, p, .n V. m N >�• m m m 4 A m m TIE BAR5 AT LONGITUDINAL CONTRACTION JOINT (SECTION Z -Z) NSVERSE STEEL AND TIE BARS m N o P P F, m .1 LONGITUDINAL STEEL g e, W W y N ADDITIONAL STEEL BARS AT TRANSVERSE CONSTRUCTION JOINT T (SECTION 4-4) gm m m TIE BARS AT LONGITUDINAL CONSTRUCTION JOIN (SECTION Y -Y) N ,,, u, a N a W- S',-j ll ■■■10■IM��i E'.''', s 1 I■■E■■■E\ �e n a n MERMEN.. _ n !!!!■ n m ^c m■■■ i■■IG7■■■m■■■■■■■=n o o ?n i■■E■■■E■■mm'a■ rz2 7> 73 IMMEIMEMEMEEMEM s.' F 1 - c C c2C2 c c TRANS LD BEEIN SAME PLRNE AS S. ITUDINAL BARS FOAa0.0E R ;ITUDINAL CONTRACTI i_�. SF m� am F. '3g _aim - - ha=- -_.. m -2 2 gA - _ mA A m y o gagn VT amp°,Fmion was LY REINFORCED E PAVEMENT EL BAR PLACEMENT 0 13 INCHES P11)-13 z oEm y— - ,E., H°. °,E RE„r°H H°. a.., °E �,�aH `a RECORD DRAWING Na EI 17 ,r 150 STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF `.{ CORPUS CHRISTI $z TEXAS ENGINEERING SERVICES - _ °➢ _ _ u5; '�' o I URBAN ` ENGINEERING TXDOT STD CONC. PAVEMENT - CRCP(1)-13 (1 OF 2) Ei:74""01 WMA01a""7i” z we— —s,oz ' ,'ry "=umk .0 rw-w +alx> woani zxiwmr=„oaru e,a w.0 o,�cxeia) { 8L8 915 01) 8 113333 . o.,.,. 4080 539 01 4000 ONIISIX3 (319]5 01 109 ) 3319 9074 ..- ,..oldu,„„I 4,41100.;, - °°`....,. 10,0 110130 16100 311 3583ASNtl81 N0I1V80011N00 dal 40 S31dV0X3 '030011V 36 7110 1N3W3810038 51X1 9N1133W NO11000014600 TXDOT STD CONC. PAVEMENT - CRCP(1)-13 (2 OF 2) KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) £1,-(1)d380 43HDNI £1 04 1 • 1 1N3130tl1d 409 13315 93901 360 163093904 311:13N00 491 090 930999345 18 901140al '63361063 3X1 0S 03908449 SY 583%0%1.3 3603 1301301X911 AB 03X51 14090009 30 1Ylim 31380607 1NI151z3 3X1 30 00109360 3X1 339 51X1 N1 010,31:::00::::11:7 H1010 ,J -Z1. N3A10AANV /1 09 X1 1 31 '13-2 ONV NI a3]IIds 51 133156 10N10011.01 9X1 05 990/19301 dol 3H1 3309915 7107r77:211:17013010-30991S X10631 1i -Z A6 01018 li� 433M03NI321 AlSIl0I1NI1N00 . My pN1MM0+•dm ...el Z/1 0350403 uqq HRM .ter L d0 E 133X5 /A 9099 1331571070::l „9£'6109 1f000S 41430 1911604 J �- 30M0 Max 4039 96115103 110130 1N1Of ONIN301M 1YN1001ION01 '59915 '60915 %]131 .0 N H1 5531 X04 9608 311 Sb 351 03%]1X1 ONtl 303 5390 311 9w 350 96]]945 2 SiYg 311 3]tld5'2 (31005 01 10N 1 0310 NVId :V „g 92 1311 NI 031310365 531 110-1704 AX0d3 ONV 11180 NOI1d0 0 510319180033 3X1 5133M 531.0 311 0310030-A%043 3, AO 'MOM H10N3615 ON. 3X1 1YH1 31081509030 0NIN30IM 360330'1 N3H1351331d53r031tl11001I0NOl 0310031015 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES 696 S. A% 61)0 ]lfl0397.1111[30d1 '9%043 3X1 30 H100815 0000 3X1 10X1 311.31560130 tltlg 603 .63 9 tl03 5Z 01 ] SSYIJ III 3491 N1I0 10030 ON9 11130 .d e-1. v 16100 100100110N01 80g3 _� 1 v 1N3W3A9d 400] 30 3003 53011.15 4 58tlg 311 v 13319 ON 173046138 lmani IONOl . _. v y28m '��199J[ldd9 16109 901101010903 3583956931 v v v 09 ZI b 01 £ 0'9 90 0'01 V1 101831 Nw 96111.35 J ]00 3 1 0390138 30 Ol Ba00 31330600 v v OS 5'Z1 4 01 f SZ'9 9n S'Zl 3d 193W3Atld 03504084 3003 1031300d 06115103 .,Ol NIW 09 E1 b 01 2 09'9 9b 0'Zl q 19303000 0969 Al 3993 ..0£'6109 4383 M3N 4383 06115703 OS 5'2l 6 01 F g/.9 90 5'11 R91 II4 q OS 41 b 01 f o'L 9. 0'I1 OS Si 0 01 £ 9'1 9. 9'0) 3 01 nl 8 8"v .z s 48 ,�� URBAN l� ENGINEERING ^ 91 4 01 f o'9 9u ral o"8 NOtlO4ddtl 300188 0OS 1I0130 1N IOf lVNI001IONOl 3383 119130 1NIOr NOISNVdX3 3SO3ASNV81 06 41 b 01 f 5.9 90 5'6 E8' '03301043 391 10 03173010 99 0S 91 0 01 £ 0'6 90 0'6 � v17 30 1110 1N IOf 3X1 30 NO109) •15X08 311 100H11M 10]10) '666 0 01 1733 MA:100 '0 583991 OM1 E1 05 p5 61 b 01 £ 5.6 9u 5'8 g Maa' 1159 3099003607 (1N3WAOl830N1)]YY1H 0300033013 0311.6038411 16109 19N1001I0NOl 3363 11YHdStl 'NIW .Z/1 9tl 15 O$ OZ b 01 f 0'01 9% 0'B .➢ %///////%A 1p iiie� oa %//////H/////% %///. v v 90900449 v 300109v OS 41 b OL f 0'L Sn S'L :ao _:n j�s]1am4.11 — v v 05 51 b 01 f 5'L Sx 0'L 3 1• v v 1 1•NII VN%I1 ('NII 1'HII 3215 ('N I1 0, .1N101. 5 o Z v 1 310931 z 0910085 9 0NI0Vd5 808 1 : R° • fz 10 z) 01100 00,0 �9 .631.44419 sN„3) 3X1 30 3015 31rs 39NO 3s 11995 3310890 '161 Of A 3015 JI3 Ytl 3 38]X0] 30 30314 3107 191 NO 0350 39 5000611600 ANY 01 5890 311 004 1X3131 03911 51061111 I9 0319040X6 '5119130 30980HJNtl 603 .L/I 0 133 0413003 0800NV15 8318000 31300902 335 01 02 30 583991 OM1 0 (zl 310N 335) 1 H1d30 100 095 2/1J 519100 19109 NOISN9d%3 ��%( (%-% NOI13351 1NIOf N0] 70)X15607 3543051081 ltl 5000 13315 1960I1I000 6109 6S 19100 a0 3003 ltl ONI01d5 15813 SB09 13315 0970036 ONV 3ZI5 895 010 553N117IH1 8V1S 7n� :o :' 'g N0%008/NO3 030V5 933NION3 3X1 18 03A05ddV SV 31353NO3 310 MO1 0 a3laave 1.-.--'=—±--' ` 1i oI 7133981 313X7607 804 1331S 1SNIOOIION01 9l'0N 31891 301.14-61-151.7 lEYAS DEPARTMENT OF �P, COMPOUND SEALING COMPOUND hi off; Vjo„ z ®—P" SAW `UT ,,z 7J —PCs I SAWED LONGITUDINAL �I ;;4 LONGITUDINAL OR JOINT CONSTRUCTION COMPOUND TRANSVERSE JOINT o If URBAN l� ENGINEERING 'a? a m6_ "sa -_ eco _ --u SAWED LONGITUDINAL LONGITUDINAL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS =� im,/m ,� a,s ORT ` ,,/4 %, ,/z-, s/a'azBACKER ,tom 0 lid 1NoUNADTAss -RIs ROD a, M� EMIL MEM 'IOC BACKER Roo-a _ P —f- sawcu aulvaseN,-As OR e cuiaTRANSVERSE 1 SAWED TRANSVERSE FORMED TV03 CONTRACTION JOINT EXPANSION JOINT [OUIVAL[NT Ds oza SAWED FORMED CONTRACTION JOINT FORMED EXPANSION JOINT TRANSVERSE JOINT SEALS METHOD A: PREFORMED COMPRESSION SEALS (PCS) (CLASS 6 PREFORMED JOINT SEALANT) GENERAL NOTES FOR METHOD `A METHOD B: JOINT SEALING COMPOUND GENERAL NOTES FOR METHOD "N DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TXDOT STD CONC. PAVING - JS -94 I. ualiZDRZE'MVEB27sTD ' THE PLAN' E'T"E' mETH°D ' ' 2. CATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE oPRLANs3. EFORMED COMPRESSON SEAL MPJJUFACTURES RECOMMENDATION. 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD '.., OR METHOD '.13'. MAY BE USED, 2. THE L OCAlION OF JOINTS SHALL Of AS SHOWN ELSEWHERE IN THE PLANS, THE ENGINEER SHALL SE LE C, A TARGET PLACEMENT lHICKNESS FOR WILL NORMALLv BE THE MIDPOINT OE THE, 4 THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER- cONSTRucTION PND THE Two SAWED JOINTS NPL PND TRANSVERSE8. RANGE.ICKNE55 THE JOINT RESoENR0TOZ MZEALAN-1 SHALL BE SAWED UNLESS OTHER- INAL AND TRANSVERSE ,lima DeparGmrR of Torpu4fbn ces gp Man.. DM" RECOMMENDED EQUIPMENT AND INSTALLA,ION PROCEDURES TO RE USED. 6 lHE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS WHEN CRUSHED LIMES-IONE IS USED AS THE COARSE AGGREGATE. CONSRVCTION AND THE TWO SAWED JOINTS THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE IlEM 438 SUBMITA STATEMENT FROM THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TOEALANT MANUFACTURER SHOWING RE USED. 6. THE SAW CUl FOR lHE LONGITUDINAL JOINT SHALL BE ONE FOUR, THE SLAB THICKNESS WHEN CRUSHED LIMESTONE IS USED AS THE COARSE AGGREGATE, CONCRETE PAVING DETAILS JOINT SEALS JS-94 oT.DD, .,.o,� !VIM NOIIOJSa31NI NJS19 RLl Y'oEg LEuQ SETE DESCRIPTION REVISION NO. OPIE DESCRIPTION 00 m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) INTERSECTION JOINT LAYOUT •CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES •f URBAN l� ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TORO, AND BASELINE (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� E URBAN l� ENGINEERING • -27 O 0 2 T ▪ NAME : PENA DANIEL 2�_ LINEA ESTATES La zO 22 DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION A � � N 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TORO, AND BASELINE (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES • If URBAN l� ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � w KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TOFO, AND BASEUNE (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES tiURBAN ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION z KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TOFO, AND BASELINE (4) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES If URBAN l� ENGINEERING / DEN 68 00 AT IE ANN 1' . ADDRESS2 1428 CASA DE ORO DR ar'� w� u of ORO DR ,�DE ORO DP ADDRESS .58 TOASTS. oRo .oEORO oR 1 1.1.1LE 0.19 CORPUS CHRIST I 348. ' 1 tEINE.SICEILL oaK N.LLTawL C. LIN. a,ESaEawLIN. zL,5a,z LE.L CASA LINDA 2 „ 1.�i LINDA aE.E LIC,. LIN. LL,aaw, 'o.R L EC,- LIN. LL„aw, 1I 2 I 3 I 4 5 6 7 ; tam asSaff 8 s NOTES NOTE 1: ALL UTILITIES DEPICTED AT OUALRY LEVEL B (OLE) UNLESS INDICATED BY DOTTED LINE CODE (.....) AND LABELED 'OLC' OR 'OLD". NOTE 2: ALL "COVER' NOTES ARE FROM TOP OF GROUND l0 TOP OF PIPE. NOTE 3: 'QUALITY LEVEL A SUE BATA' BY OTHERS MP. MOLE T _w ABBREVATIONS SYMBOLS 4 KAstonyz Road ., . n3 NLN E ET d..SO §14, §T@— NL® §TN T NT® b.� EL® E N TT - ;@'°°' s; NTS E EL® N E ,� ET® E ETN 414 EL® §� a;• DA. E E 8118 E Kan E ES ; , ;\\}\, \ {}) { > } { \ }.\� } (\- 1 | ' I 1 \ , , , ! : gm �_. T © �_ mq ©� � ,--� ^� } }}}))} - ^ --- p _____ - - (; f—. 7� - 1 '''' y• , _ , _ _p,, § RECORD EE1 25 T 50 2No STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. mm _) / 2` CITY OF' ,� s TEXASENGINEERING s URBANm_�,zm_R ,� AND _u(5) : SEROCES °C`ZF i DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TORO, AND BASELINE (6) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCES • tiURBAN ENGINEERING 1-4 DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TOFO, AND BASELINE (7) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING • IJ1 DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION m 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TOF0, AND BASELINE (8) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING R. 1-4 DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TOPO, AND BASELINE (9) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING )so❑®H0DOMD4) OoR®o0Y EPEE DESCRIPTION REVISION NO. EPEE DESCRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SUBSURFACE UTILITY SURVEY, TOPO, AND BASELINE (10) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES tiURBAN ENGINEERING e MINIM IIS =■=_E_=P_ 11111 $Ao=2r-2 IIIIIIIIIIIIIIIIIIIIIIIIIIIII • .F,UUUU -T :� i o1 mxTmA m 1111111111111111111110 a£ 1111111111 i o x�oA�� oho m��=�o ib1 iOeiii�ii�oOeiieOeaaa�i��iA=o. .► 1111111111 T�. � u i T o�mmxo�g��111111111111111111PA im $ S ^ 814:: � 1■■■■ l�urJ• q. Boo ogr " IIUIIIII11IIIIIII11IIIIII11111 ' E m aum i ■111. Da■ r41 R�A������ ,mr>Amom fx ■ ■ ■ ■ MMONIMMINUM INTI IM %- IIIIMM 'a g. c)■= ii m. fm= o9 Op' wirrir waft iir--..., zMa u �:: g�mmmL= �0i Iii mq= IP € >P kw LI:: p: imam£= m 101/ -iT■� Irl :: :: _r, Q AC= f _ d T PP - • leew40v ir "tits !ILTWff "fig T �ar .:• Il co alum Ewe iroi z • mmi IiiIJflHfljiI' T 1.1 -- mm'mml ■m ■■ mm' 1 -- -- --, -. -- . u� 9I c ' Mg.:M :�„ Min ■M ■N ■1� MW mom; mm mm- mm _ _ Md m ■1 m- ' ,i1_I .0=.__.__ == =NE-. �= =_ ! M =,�a1 d lir wagrd T N I[iE-EEEmEiI•Ii!! � =bed t -ITY ii)41 it 410%Miliniiiiiiffiiiiiiiiiiiiiiiiiiiiiffilgi iii w4EEIREINEWEINIZERICEIMPIPINIZMININNECIPIPPEIMPIMPOE/ 111111111iiOIOI IIIIMENIMMINIEMEMNIENNINERININOI MINIIIIIIIIIIIIMINNIMEN111111■111111= IMillmitimillimmONWillmmgmnotionItilid aiiiillllliiiiiiallaaaoaaal 4'• 4filiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiM --e,iliiiiiiiiiiiiiiiiiiiiiiiiiMiliEMININ --- ■■ —■■ E„„o R. EE7 50 owunuc Ho STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST.CITY (BOND 2012) OF CORPUS CHRISTI TEXAS ENG,NEEpm SEROCES . .... '�.:.. �� = `P •" l!...... 1 ENGINEERING DRAINAGE MAP aur DATE DESCRIPTION REVISION NO. DATE DESCRIPTION rs � � N 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (1) 0CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING • v m . a1 1 I I pp, sl✓r. f 1 1 11 1 1 1 1 11 11 1 1 1 11 1 1 1 1 1 1 1 I I 1 1. 1 � 'J al �o %` I '� r' u- io e aE�sME iL1 p� 1 m 11 1 1 11 1 1 1 ..CA "3030 E_ 1 1 1 1 1 1 1 1 1 1 1 1 !7, 3 I b' „g �.:„ ro 1 1 1 1 1 1 — 1SOUTH) Bi = -t k` : a- 1 11 1 1+ 1 . 1 1 1 1 1 L 1 _I $ LII.,_ LT 1r.- • 1 m �xn2u S 3 I'I € TS l I 1 11' =' �z. NER (NORTH) o-si m cF I 3 ¢ al I 1 1 I 1 1 T & ci%wos 1 m • i 11 90 11 / H• ;7. I 4 I I L. o-•,‘".. a .33 I C MA 5+00 r t �a..1'[b?s w DATE DESCRIPTION REVISION NO. DATE DESCRIPTION rs � � N 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (1) 0CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION `h' 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCEs • If URBAN l� ENGINEERING • a m m a my ;?au=ra I i• t s ui �� Q � a I SII I 1I , R $$ gg pgg9�8ll ihil 21 PR 61 ms�yw 11 it 2 1 ,1 fVn Src „, 1 °' EP 15r. PI vm 1 NNN 91 re.1D 25 , rc-yrts II 7111o 111 of I rid.. it II SII ° 111 161- II „ t II m _, -71' SEN , DRIVE rc-xim a.s OD ,/n rc-so v 5 • AII g I a � � 11 I. I 611 1I €� I I I I I,/n ,z ' STA 7 7D 2050 r1 i"a 2 a . _ i «• A STREET u 1,29 P®� Pu wa E.•1 STA B 45 T "5 , - i I -N ,/n IC -vs sD Ii I I j\ orn a< m j I1 I MATE •I••I =I DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION `h' 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCEs • If URBAN l� ENGINEERING • s • ;?au=ra I i• t s ui bdo „"3A9.. a� Q � a I SII I 1I R $$ gg pgg9�8ll ihil 21 ms�yw 11 it 2 �188v I 1 °' EP 15r. NNN NC Z II 7111o 111 of I rid.. it II SII ° 111 161- II „ DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION `h' 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCEs • If URBAN l� ENGINEERING • 0 11 P m rTi MA M4 T 30 CO __ 1 • lam_ 0 IIII 1 p i1 i" m lig o nDX MO FUldikSE II A !Iv Io DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (3) 0CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN L ENGINEERING r m m Biu T 1/111 C 31 Boo NORTON he aim 6r ID NIE nmoo DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � N KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (4) 0CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (5) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERY10E If URBAN l� ENGINEERING In TaiiikE 20 10 IV: 795 (-(L--. I i I Ii"., N41 I � Ir. I tl B E V L. 130 3 d I / r 4. L E E I EI ew II N ps n 00 I E l 'I 1 11 II o rrn T * II 111 I I � S w m a2.1, w" o v a DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (5) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERY10E If URBAN l� ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 8 2. KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (6) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING i I _II 1� PPI moi is ` moo r' + 1 1 IIII fiOO B�w� g N T fioo _ - IP 1 a -I m. , MAT 16 21 Soil xvY 73 SC .I d 25-100 J - :iv of x fi _ nD aG _I . e 1- g S • » I 3 I I " I II r 1 Ili! li T: i1 SD 2,00 1/PIRE]0 30 $tl tl I II I I Ia Aa aI I II' I� I " I I 0 a< m b g DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 8 2. KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (6) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING i I _II 1� PPI moi is ` moo r' + 1 1 IIII fiOO B�w� g N T fioo _ - IP 1 a -I m. , i 16 21 Soil xvY 73 SC .I d .� of J - :iv of x fi _ nD aG _I . DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 8 2. KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (6) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING — — aD,-> Z fill a m m P� fi' Ili II i1I m v a g t -- Ill ,, To 9 y 3' i • 1.1 L " 4 F7 A OPSINN I 1a DHH —1€" � , I IIIA l"r 5tt • i a a a ;3 09990 I J I a a WV is a ✓o ins a 111 1 !.. m$_::; p£F I a 31 15 :'' t' , o I1- 95 � ; P• • '"`F I L/I E xi 0 rrn am TChLVILE 3 +• i 1 i — — aD,-> Z fill maq mL.--. A&6h , rmoo �,1p l .� I I I D_ 11 rri 0 P� fi' Ili II i1I _ _ El s..., I 0r g t -- Ill ,, r ok J 9 8 .i 6 L " 4 F7 A OPSINN DHH —1€" � , I IIIA l"r 5tt • EPEE DESCRIPTION REVISION NO. EPEE DESCRIPSION 5 � � m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (7) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE • If URBAN l� ENGINEERING • EPEE DESCRIPTION REVISION NO. DARE DESCRIPSION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (8) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN l� ENGINEERING e�ku k•o .. e e Ia5*Q)0 I j I E. III + � _ —11 -70 rod o- e MATCHL a 'I q E 1 ea3 ao, Ip 35+�0 .° _ 3"', �51 I 1 I 1 *'I' MI 4 t 1 11 111 �,.; P 55 70 to 11 I 1 aL — 7071102:1:: , 11.1 37, 00 nI (1 E111 a ) i' pp M x 1 57P 70 0 11 I 1' 1 bl a< I MAT CHaVE 40 I ) EPEE DESCRIPTION REVISION NO. DARE DESCRIPSION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (8) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN l� ENGINEERING e�ku k•o • e e Ia5*Q)0 I j I E. III + � _ —11 -70 rod o- e E03 a 'I q 11 N j7j�s CC gra 1 ea3 ao, Ip X7,,0 .° _ ' t a -` EPEE DESCRIPTION REVISION NO. DARE DESCRIPSION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STREET AND STORMWATER PLAN AND PROFILE (8) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SEROCE If URBAN l� ENGINEERING m o1 MATO m. 40+00 L::: • T' N gI =� sa I a PI 1 $$ B A� gi o� �� , IT 111: var i°o-3 • • A o it $$dill p£F 1 I\\I 1 a a m � a;: p, i Cp}y d - 1 J I Port a. :< I. Ii Iii I - T I71 rTi lei tC.31 B5m.� �S a • 6 0. . A- 5-, s,00 e. o.k m o m o RE sH o. o DESCRIPTIONKOSTORYZ E��ON 0. �, DE „,,o RECO. E7 40 a 150 WANING NO. STR 878 ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF ' CORPUS CHRISTI " TEXAS ENG/NEER/NG SEROCEs ,. �`". a.a �m°°"w"n'irm�y.. li URsaN ENGINEERING�� ` STREET AND STORMWATER PLAN AND PROFILE (9) P �=e�eH=�o� '^�*.i.4,i•=�^ g CD OD _ ; � . j -`� I3 - : t F t ,i § 33 i ;/ 0 \ V�`/ / N -- ?"7; ' ) Pte/ w § = �� ® . , . ,4. \ -J 1 § ` ( • q ^ , - § ( 7\ § 1911— '4( 7.g\-®yy\ z I; a _ , � S}/ .. |§ LT' og LI R4 /S § PR PMb, , ° § 1 . 1 ^\ \ | — !A s . :® 9 : ,/ g CD OD \/ CD DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION \j\ TORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LAT_a (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • • 5 -`� = / L t F t . -- ?"7; ' Pte/ w § = . , , . , . ,4. \ 1,'"•--1 V § ` | q - -, K , '4( 7.g\-®yy\ z 7 _ LT' /S § / | s , !A s . :® 9 : ,/ \/ CD DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION \j\ TORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LAT_a (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • • N 0 io 07 V W fA DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � N 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LATERALS (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING Ug 9 P9 5 aae tlen rg:I f : g ggm 9E w m o N w A-y 'Tsa, Ceb16m: 4[/ ti $ la >e 77, 7 - ag �i .:� m o v e P' o amN impii E r rN a o W8.z PE= . o D �. 9 a ri . ,...-?-„, ng . , ,w g,. mY g g 8 �3 .m. 0; �4 au £ DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � N 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LATERALS (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING Ug 9 5 aae tlen w m o N w A-y 'Tsa, Ceb16m: 4[/ ti $ la 7 m o v e m o rN Dm ➢� W8.z PE= 9 �. r_.--.,1 . ,...-?-„, ng . , ,w g,. , ,,, g g g 8 DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � N 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LATERALS (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING .3A 71d0I-1 .0b=„, A 2. 0 0 a ro _ 1 a I"'u ?'' ?a 9a ago -7'11 'By II ' II 1 o 1 � II ug r....,,,,'. '"i X�B &B : -C aaaa {a4' �pM JEs k•. 2 g!88-0 us A a: 7= as € i 4A -3-. i s GRi sT Bm '6, �G„� SigG = — I I G II I I II - P.°I m #1?I1 M L m o e m m o a a ro DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LATERALS (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING _ a I"'u us A a: 7= as € i 4A -3-. i s GRi '6, mT — M L m o e m m o a 4 go �� a 2a k y:altu rT ox 7m u. W -. _u_, III C G 1 L_ DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER LATERALS (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING „ 5 co 0 x 0 c ,'• 700 q: 1— m -1 l' XI -I r71 (/) m 0 —1 0 z ° (OS 1331.) 3101-INVH .3. 3.,1, R5ISI N NO. BY DESCRI5IOR REVISION NO. BY DESCRIPSION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER TIE-IN DETAILS CITY OF CORPUS CHRISTI TEXAS ENG/NEEP/NG SEROCE5 IC iURBAN ENGINEERING } ` } se SECTION DIMENSIONS MIENI In 0000 m2! ��..�— _. ��� ,,, .. BOX DATA Fiji I P I _ REINFORCING ,I nrrt, Ox 1 LIfi { S2G SGG 2GG 3Gg 332 A, by A, A, A, hs s+ A, 0.7 0.0e 0. S 0. re 0.,9 0.,9 0,9 0.,9 !!!!!{ -.E":%.. [::l:: [[![!r ZZ:::: / , ` \ , q -� v \ /fes «».2; �' \;7 %-51 )I 2 \/ /a X171 NER OPTION "A' CORNER OPTION 'B' i�_ \m£\ - A , d ,; -- � - \\ a . ` ° § § 1 @ \ �\ r T3sRN DaparlamA Tramps) Faltlye SINGLE BOX CULVE PRECAST 8'-0" SPAN SCP -8 }% r !\ } 2 re 9 §| /q / (:, : a i ( , .' z « z .0 a t• 1 ._ |d!}Q ( ; !\} \ ..»[ §/ \ : 2 ƒ�: ■ , . ! . % ;}, ` \ . �� , _ DESCRIPTION -' ( § RECORD 0 DRAWING Na STR 878 KOSTORYZ � __R�w=��Sa (BOND 2012) a s > s TEXAS ENGINEERING SERVICES ) . u�N` ENGINEERING e STD «m_� no as -ESPAN R SCP-8 ee .. wi..r a�.1a armo ror am Ie�o+n . a• -o• ®s Tmw a.s 77ncr.Zr ortm,r V11 or 'box !ono. ew v;ar , es I BOX DATA ((��' SECTION DIMENSIONS N REINFORCING l InV/++l Q Lifli NN 0N., 0 o"" ........ kN o"oma-u,, 8.0 U;N� o"oU-",. e e u- am .e e" .. ou m ; !'.1 4 .. mom.- uT . e v e„ N o o. 8 N. - . m m v. - ... PI a-_ .P ;1.- e L n n L L e L L L L a I e L e e a a L e n L n o n a >t m a ., e s .. PP PPP,'PPeeeeem TPPPP-, .... m �g O re . RE _'or c-3 sa" n .�• 37. ■ _O er 3�0 VER OPTION •A' COMER OPTION -6- FILL HEIGHT 2 FT AND GREATER I .,, .a% �_ o RLA_ P. � a. __ 1 rs �flo z sffiVf Texas lesoshesaof Transp , SINGLE BOX CULVE PRECAST 5'-0" SPAN SCP -5 - - S ".m nggj m col X80 r 75 ,1 ., qm wm y $ `■ e N 3 b3R3 NEON ""o. .E REVISION "o. EPEE of �.�o" `a F 46 a 11 RECORD DRAWING NO. 50 STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) �•{ CITY OF CORPUS CHRISTI �Rz TEXAS ENGINEERING SERVICES .an ��9z ,.. NN o ��■■ I URBAN ` ENGINEERING ` TXDOT STD STORMWATER DETAILS - 5' SPAN RCB SCP -5 °71HL°'B51"01 WMA01i.„7.." d a 5 . � z N Bon RS y[. o. '11FrL c A mlel O N`6 `\(\, i mm 1Z RN -I Ii 3 ' IW ,•p z -L • i m .�\ —�o q . r`.;; i re s o_ ;P5 II .. `$ m ) d %C'r�C.-.`,' off' 2 ,( 8 / `., ,Si CPr. - i hen closure 0_1 SLABS LESS TN) ..amu°. �� : L.:9.1$a 1[ T $° o 8a & e.9 zE 6 cmy, c. two wr 0 w p mm �■ Ll\\\\ 4 g" 1 ,non , _ J, o3m m 0° 1.8 a 1 S �. q E y " o-© 'a° gg gg • 1 OF SKEWED ENDS QO —8 m O8. �� Q cG " !-i ' 0 .'9•§,i'l MI o n O r!:1 aa 1 a'. m .d' 17'.71I . I p ^off;,:, 3 >°8m _ aim �398'Lm^ 8� �8°'.n nR ,3Sd O©®0 0 0 ; 3a9 ' 2' _ si go _ o� ' om;- 2g: g g:5 .o §#- "8 �R '8g #=— : 98' Ro:g ''2 O O us _ _ 90 vn 8og$° o. 8"828 e O O s3 .. eggs 08 - =�o�n5 � gBgo ' '32 0 0 ga g' ' ;; -°R e� g� 9 0 0 m 8 � -4° ;no $- gm 74- Texas l f, d Transportotko BOX CULVERTS PRECAST MISCELLANEOUS DETAILS SCP -MD @' S °m - 2 3 - - R ° g ,=g e gP�pgo 3oa 'o•. 6 -n g' ,`.S°. � �-"8.. 3 ' 3' m A m ' . A Yg 33 S w "gm ° gSo - -o '2 qo -n = - '"�', ^ og.�� mn o3 R' =8 A.ogSm " o.R3 o3m,-- i .` •=Rg ° -�g3 . gmg g3' S.7 - 8gaw e ,o. . is o7 17 = R 'gg'; a "^Sd n �9p`e o . - gg.•0- - g SE.3 0°: .4989g�'' 03. °- �a Ag 5 !, R S - - S.<; s v o - 8` 9 Ro. '' - s am o S F93 m - gis, 3° . 3 = o . �6 o-- A..4 » ' - 0099" 30 logo � -°€ng air- $ gR �m . - 8 a 9°.3 - ° . ° g Rgo o. % geg �d '8 ooh e8 aA g3$ o %, f,1 :ooh• _, -� 5"eS �^ Rog 4g': gg8.' o9 ' '83. ,E- H Ho. <, RE,,oH Ho a.,E DE �� �ON RECO. 0 DRAWING Ha STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES ,n Nz , o • URBAN ` ENGINEERING TXDOT STD STORMWATER DETAILS - BOX DETS SCP-MD DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION o o � � m 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) BUS STOP DETAILS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING • FILE : /MProje 's45Ms/1004 REVISED sro s ewg 4-2004 06/05 RS. ADDENDUM NO. 1 PPM INLET AND SIDEWALK MANHOLE RING AND COVER STANDARD STORM WATER DETAILS of 2 CITY OF Oi CORPUS CHRISTI TEXAS E., = STORM WATER DEPARTMENT Deportment of Engineering Services 6.i EILE: % Pr°iery ,1 /2004 REVISED STO SID/4102...0 4-2004 ASA ' i a A Ag p.. $ . °°k Rn g a x °* A :a° i@ a AA% ix o & a° 68 sE "Ao $ g€ a o 8 °" Ago&o LI 00 0 " :48g AUL WICK fGPEAWER hTHAN ABOVE PIPE) UNPAVED AREAS PAVED AREAS m3 A. u,'y '° M' 52 2 4 ��A g a g g 2 0 `"S2R6 oA' 5 mA cmc Nm0 a.. ERS mEp BnY A 06/05 DATE ADDENDUM NO. 1 TYPE A, 8 & C MANHOLES/ TRENCH NACKFlLL/PAVEMENT REPAIR/ROADWAY RING & COVER R.S STANDARD STORM WATER DETAILS 2 OF 2 CITY OF a CORPUS CHRISTI TEXAS WI STORM WATER DEPARTMENT Department of Engineering Services 11 (71.14 SatAtql1 w Zf OF TFt41 or 3 .:08. E. F. TAEJO i I'''..-,,,,.4 /,- 40807 W 8 .: i r'1f 1 1 IFF 2=471 S4.4. 0+06.17 a111 •1 7 1 Ell Mil BRAWNER (SOUTH) (MERGE LAKE) =7 CO M V°g'77,7 - -- -- -- • 22W: , • .2. / Emim 7.cp ,UTH & KOSTORYZ EASTERN CORNE i 4 Et it 1 il t, 9 ;2q 1 0 1 63 11 i 15 91 • h . ..... r., , (XI) i r, i ie, h :. Pg ; ..rciP N .;•.' R.,,,s, r., NO. DATE En DE„,,,,, REVISION NO. DP, BY 1E111'11 -'' .4 9 SHEEI 51 a 150 RECORD VRAIHING STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ...':';r4,;.: CITY OF , , ,.. CORPUS CHRISTI -A1.--.- -- TEXAS NG/NEEP/NG SEROCES ,...,........,....". = li USII3AN ENGINEERING • ADA RAMP DETAILS (1) s, 2427 24 E 'Pi g gi g to .1 1 2F, I lig NOSTOR, re°. ALIGNMENT. STA. 2+71 23E i nil olt 7 I"?, . q 4. 0A 8 P .0 ,y- ,0 _ ,,c,.(-) ,D3 CO M > * z rn m z 0 m —i x 9. 7 0 N rn cn —i rn m z 0 0 mz rn xi cr, 0 2 !TIL )1> , 7 11 --------- Lig 1 --------- — 11,7„,.........„...yk ------ 7 -• _ '-, r,, , s• , • -2. ''''''‘ — .‘,..„. \ : N. . 1\‘ ' ' 1 X 1 1 Iv El x 8 33 ...... -........ I., / , ' / /ii / ~`' ~^� J ' , ~.~�. / / �= ' '' ' / / / ' '' / ' ' xy / / / ,~^ I<OSTORYZ ROAD ,orymEry-r. • _ _ . if1FR -P g 4 A 1 , '''' 0 ' co ' : .!. KOSTORYZ ROAD CD 0 rn -' E 0 s,, z .. REVISI N NO DATE , ,x„,,,,,, REVISION NO DP, BY DESCRIFIION -Li 4 9 "EEI 52~'50 RECORO DRAWING NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF (91 CORPUS CHRISTI TEXAS NG/NEER/NG SEROCES I.1•91. ":vvrrar °' = , 15 s URBAN ENGINEERING ADA RAMP DETAILS (2) ;EFaR.FiaLiZE, .T.' 1.' , __ AILM ...1 M M Z 0 0 M M ' D3 , CD 11 '4, \ lit . s,AL,IGNsIA_,E5Nil,3 , ' \ 0 w, \ 9, • 4 u ' , E h I 0 ' 2 E 0 A 1 431) 8 pEvis 1 N No, E,,,TE , DE„,,oN REVISION NO, DP, BY DESCRIPIION -'' 14 9 suE753 a 150 RECORD VRAIHING STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) „'-'4'W)% CITY OF CORPUS CHRISTI TEXAS NG/NEER/NG SEROCES .........1.„..: . SS. 1 , I ;, URI3AN liGINEERING s EN ADA RAMP DETAILS (3) uos-rop, reo. ALIGNMEN, , - I P 1 11 h , 01 EN7Evrf,'' ii 1 ta 114, 4) ; - ----4- - --- 1 , ,0044.7/ „oo , r - _- 1 / KOSTORYZ R i / ...V/, / r‘ — : 1 ( J co i z 11 o 1- 2 1 NORTON & KOSTORYZ EASTERN CORNER 1 5, f ' 20-1213 AO I i , ,- ._• , --- 7 p f / Nf7s N NO DATE En DESORPTION pEmmoN No op, sy ,Esp,,,p;; -'' .4 SHEEI 54 a 150 RECORD VRAIHING STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. ,,e& CORPUCITY OFCHRISTI S --v> TEXAS ENG/NEER/NG SEROCES .........:*:: "mmar'' ! i ' if URBAN ENGINEERING • ADA RAMP DETAILS (4) ;FliFF1:7,':eriZi°, rr )STORYZ W rri UMAMU LIM il Z 0 0 il Z X g XI •< N rn m Cl) 33 P T- .6 KOSTORVZ ROAD STA 34+73 , 28 66 (RT) E rCOkWHSMBUEC&TVbAaRyI EM0 UST CR. IEEFlIFaICnI EHrLY. 1.111tEUISRTEIOVVIZZINg.S SHALL SE MEASURED ALONG ME F.E ZrA111 2931TEW1 Sr0LeE ATRAVUZIE.). 5. SLOPES usre, 0.PE MAXIMUM ALLMED. r.' BEVIS! N NO BATE BY DESCRIPTION '''S.N . .." '''' DESCRIPIION -'' ....' SHEEI 55 a 150 RECORD VRAIHING STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) .-4'4,.:,, CITY OF " ,.• CORPUS CHRISTI TEXAS ENGINEERING SERVICES , ^ • li URBAN ENGINEERING ADA RAMP DETAILS (5) z 0) 0 0 0 z x 0 E, z 5.°0 11) F0 ROSSI N NO. SS DESCRIOION REVISION NO. EV DESCRIFTION o r.71 g g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) MISC. DETAILS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES ILEURBAN ENGINEERING —mgwvar- DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING r D Z m r L csv DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � m 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING • T H DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION g 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (3) CITY OF e CORPUS CHRISTI TEXAS ENGINEERING SERVICES tiURBAN ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) STORMWATER POLLUTION PREVENTION PLAN (4) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING • 17 1 , , Fr,FNn PLAN VIEW ' 'CRAP 0 L' --1---- STA 44 5 ,E- H Ho. DATE DESCRIPTION ...N��. D,E �� '�'ON o RECORD EDI 61 of 0 VREMNG NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG sErrvicEs - A - ((�� I■ l • • ` (� I` URB AN ENGINEERING STORMWATER POLLUTION PREVENTION PLAN (5)P �e�eH .Fi',Zi.° co ,,.t.-, mn 5° m, -r1,- m Z n '9VA 'AAA A' n 2 -I PI m T FM -4,F F 44,F A A m `A9A, .4 , 2 2 -,9 •• I 1 al i ro P, - 5 A. OFS4 29 4 g , Z - COD D Z • Ill • _ 5 m n z 4 ,T , q .§. 5.°S l' rn1, m_ri mr 2rT; 'm 2.22 Z x:ssr Xlpixss s . - g g 1 1 ' ,, AA . . A3 ' 2 s 2 4ra i x s Xra A'X'A x- g • .. ;', X 4 11 1.14 g 4, Alli -1 -AS 5 ' s-1 22 4 Pis ; 15 4A ,A, .X" '44 Al, li 6 8 88 A: NEg, N NO !DATE BY DESCRIPTION REVISION NO DP, BY ."'''''. -'' SHEEI 62 a 150 RECORD VRAIHING STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012)CORPUS L xr,44, CITY OF CHRISTI TEXAS ENG/NEEP/NG SEROCES F,AX 1, s X' ri I s ' i U RBAN lENGINEERING STORMWATER POLLUTION PREVENTION PLAN - DETAILS iii4Fa44.FiFFiF,EFFE ti m m o m m o BRAW o 3 ( • • ) L =ssi a= /r o io ¢1.9 tli /ice Y € e B ¢II II ns : ■o6oY E II a1 .11 r =m < TTI 0. f o 8 8 I TCHL ti m m o m m o BRAW 3 ( • • ) F., a o io tli € e B ¢II ns : 0. f o I TCHL E 5+00 EPEE DESCRIPTION REVISION NO. EPEE DESCRIPSION ss w 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • If URBAN l� ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES • If URBAN l� ENGINEERING • m m o T+ 5+00 11 OLSEN DRIVI SrN DRIVE I A r 2 T. JgB oA fro _ n g€ I' I, a3,v I 1 8 A RCOR4q'ISTREET E-. r .?/ ;. PLAN VIEW ._ _E ° I ..--''1 ‘I'' h m I . SA ,1 II T g mg ' rn MATCH DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES • If URBAN l� ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION L 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES tiURBAN ENGINEERING MATCH -NE `ii 1 7 III 711 11111 I i'omea� m"' Fl2Rm g 16 m'4� g:8m g�g4 3 m`y m Rge g Eog g 11 t 1 LAN VIEW 1 m mg 'rn < 199 MATCNL/1E ZPyl DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION L 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES tiURBAN ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (4) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES If URBAN l� ENGINEERING MATCIL?E Go 1 T '. II� gR / I "gg ' Pfro H€g ® P II 1 mT E m g Eo1 9 Bg€iIII � I Ar D 0< 4 E i 4°�f ''' H 33 O o 1 ■� NORTON STREET m < / DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION � � m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WASTEWATER PLAN AND PROFILE (4) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERYL ES If URBAN l� ENGINEERING ISCPSI N NO. BY DESCRIPTION REVISION NO. BY DESCRIPTION g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (1) 0 CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG SEROCES • IC fURBAN ENGINEERING • "z=rovar" 7 . a . ''- . il . r 1 e ...k.. ; g - A ' - IIPPF / 1 2 E5 111 4oz R ; ISCPSI N NO. BY DESCRIPTION REVISION NO. BY DESCRIPTION g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (1) 0 CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG SEROCES • IC fURBAN ENGINEERING • "z=rovar" ''- . 7° . r 1 e ...k.. ; g - A / 2 ISCPSI N NO. BY DESCRIPTION REVISION NO. BY DESCRIPTION g- KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (1) 0 CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG SEROCES • IC fURBAN ENGINEERING • "z=rovar" MATCI1.1hE 5+00 SEN DRIVE P S EE E. ICE F. Rz CORIA! STREET MATCILNE 10+00 OLSEN DRIVE b e 2 DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION m 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (2) 0 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING s DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (3) 0 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • tiURBAN ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (4) 0 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES If URBAN l� ENGINEERING • DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (5) 0 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES tiURBAN ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (6) 0 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES tiURBAN ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIPTION 0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) WATER AND MIS PLAN AND PROFILE (7) 0 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES tiURBAN ENGINEERING "66 `Is 8 • 6 6 6I 6 -- 66 . 8 g , • .....1./ 1 66",1 IV -• ; ! - 1 . AM A m 6 = . . 6 . R 1 ET I'• 9 g g $ 1 1 12 ' II ' LI - .. '60 N It Z I6 2 . 2 `II • i- ' •, -. 7, -2 6 : '''' 6. ,77 alal 1177, ,LP PLAN VIEW -- ,.. - : ' I' 1 , I 1 a '-i-, I I 3 6 I ' > i. I I r.' a = 1 , 3 g 1 0. 1 ...• T. , , 86_6 gs 66 6 h ,,L;-- - 4 I buil o _.........a. -11 - g '6 '6I -1 Z 2 P 'i il 2: v ; ,. gm Vi. ri!'• I 67 66 .. us,E,.., T, ,.f. 6 6 6 6 6 6 2 2 2 0+50 0+00 t_ '7'1 . AR 66A6 >66 6 Tv 6 n i . I ...... g , I- ] , 0+0 ; ,:, r. ,E-N NO SSE NV DESCRIPS OR R VISION NO DP, RV HSCRIPSION .4 "..". SHEEI 74 a 150 RECORD WANING NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) e CITY OF CORPUS CHRISTI ENGINEERING SERVICES ,!:::,,,,*: , @ , i''' • li URBAN ENGINEERING WATER AND MIS PLAN ANDTEXAS PROFILE (8) �� n +(�p T s .1 'g m v 4 sN 1 0 :y ,Ig0€1_ 1 0 8 v BQ:�3C3o=R o : '"F El g SECTION •= ®® 3 _p. 08 = RA ¢ goy Iglg e ?��,. — 0 „Z �. o �� aF �F s E s8 dem rgi 8 r8 :� �� , 1 ,. of l a cm _ I360 I ON I 1, 4' 0a s\ ' m� 7 la ',g 7I e C 0400 50 - j' 1 Om II I mm as e x as n ®® Emo --- RECORD 0 WANING NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST.CITY (BOND 2012) OF CORPUS CHRISTI "' TEXAS ENciNEEaiNc sErrvicEs 'o , I ".a,�m°°i�"�y (((��� I■ ` (� [ VRBAN ` ENGINEERING WATER AND MIS PLAN AND PROFILE (9) P eeH=o� e,.° 2 m SI w - .2 PI P. F. P. ti ,63 a a 9 R a9 8 2 as DATE DESCRIPTION REVISION NO. DATE BY DESCRIP ION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI WATER STANDARD DETAILS WATER DISTRIBUTION SYSTEM GENERAL NOTES & BACKFILL AND EMBEDMENT DETAILS I OF 4 CITY of CORPUS CHRISTI TEXAS Deportment f Capital Programs S N a k P a ��m F �r8 R�g b g € R II g I o R $` H 8 a a G. g�RA $CH R Ra ga aggA Rfs' ga 0 $m & ReAaRs A n ,G Rim m ppa g� R$ T as � 3✓= y �R a <R R 8q ff s 0 5 211 €o '8888 9' vs $ £�2 m3'9 t ,63 a a 9 R a9 8 2 as DATE DESCRIPTION REVISION NO. DATE BY DESCRIP ION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI WATER STANDARD DETAILS WATER DISTRIBUTION SYSTEM GENERAL NOTES & BACKFILL AND EMBEDMENT DETAILS I OF 4 CITY of CORPUS CHRISTI TEXAS Deportment f Capital Programs S EWE DESCRIPTO, REMON HO. DATE By KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI WATER STANDARD DETAILS FRE HYDRANT, VALVE BOX AND LID 2 OF 4 CITY of CORPUS CHRISTI TEXAS Deportment of Capital Programs DATE DESCRIPTION REHHON NO. OATE By KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) Cm OF CORPUS CHRISTI WATER STANDARD DETAILS ADJUSTMENTS. CASING DETAILS. RISER DETAILS & TYR. VALVE LAYOUT 3 OF 4 CITY of CORPUS CHRISTI TEXAS Deportment of Capital Programs 2 JLe b4 DAT DESCR Flo KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CID' OF CORPUS CHRISTI WATER STANDARD DETAILS MAIN TO SERVICE DETAILS AND OTHERS 4 OF CITY of CORPUS CHRISTI TEXAS Deportment of Capital Programs z.� m°ice a 3 1 As $o Q g o a 8 a ea Anil i &� hi il 1:r €„ F 741a N. 11 8 8 8 8 8e rens.5 icEr3050own,mm) DATE DESCRIPRAN KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SANITARY SEWER STANDARD DETAILS I OF 5 CITY OF CORPUS CHRISTI TEXAS Kg WASTEWATER DEPARTMENT Deportment o/ Engineering Services o 2. P 5 0 2 a 0 AYOM A1/7/117 77V 0 4 4 0/00 CAIL ROO 014 WET X 100 001 217 (110) DESCRIPIKKI 140. DATE ti m m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SANITARY SEWER STANDARD DETAILS 2 OF 5 CITY OF Gtr j CORPUS CHRISTI g TEXAS WASTEWATER DEPARTMENT Department of Engineering Services 1'0 CAB /ELSON FO z TAC CHAP 217 (VED) I- N x0. OAF OESCINOTPN KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SANITARY SEWER STANDARD DETAILS 3 OF 5 CITY OF A+y CORPUS SRIST TEXAS WASTEWATER DEPARTMENT Deportment of Engineering Services a E g°I N s $ 20. rn RR MIN CATE DESCRIMON WOE Co Co to KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SANITARY SEWER STANDARD DETAILS CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Deportment of Engineering Services gdA • S a Fg s s rat > �� B��Rg�� " �R9b JI �R� 4g !MN �g 8 8 Qy I M�a"4a 1 R a °sc� 1 33 C y 3 la ao WTI t 0 oa cArti a4cKF7u IN3W3AVd 11.1dSV NOj ESR VARIES 2 OS. M.. WET30,«�00?,,, moo ONIt 5 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SANITARY SEWER STANDARD DETAILS 5 OF 5 CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Deportment of Engineering Services 2 a a —' �:e z cm tus cal DATE DESCRIPTION DATE DESCRIPT ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CRY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 1 OF 3 CITY of CORPUS CHRISTI TEXAS o Deportment f Capitol Programs B 4 age 4 1 rm 6 8 DATE omcmimoN oxit By oEscm KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) _ arr or CORPUS CHR.,CITY of CORPUS CHRISTI DRIVEWAY STANDARD DETAILS TEXAS 2 OF 3 Deportment of Capitol Programs a ,ae a 9.51 A msm — STANDARD DRIVEWAY DIMENSION o . nPE (R.) (R.)_ (R.) 5 10-30 in '"84,9'86 & DATE DESCRIPTION REVISION NO. DATE DESCRIP ION 'Io KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRIST DRIVEWAY STANDARD DETAILS 3 OF CITY of CORPUS CHRISTI TEXAS Department of Capital Programs a 2 HUN ryory 1 TYPE 2 I PARALLEL CURB RAMP WIIH SIDEWALK ADJACENT TO CURB X04 µ4k TYPE 7 PERPENDICULAR CURB RAMP v&F/ /t� \ II d ! «/ \\ « \ ({ o --1 A s ; � `2 :/ !` z---- ? & . \ ! v° Q \ 5,-- ` ƒ = { , % # _ §{ }a . , ?\7 / ®\/ ! d, - �,:..\« / \ \ \ ( % `\ % « y : \\ �) ��I/ ® ~ \ ƒi ( UI $ �' ! 11717-1 MOW/ I• SMOOTH SAW, BrINCEN. TYPE 2I FLUSH CURB RAMP AT MEDIAD "k; aJ %,"-.0010` OM TYPE ]0I CURB RAMP MID—BLOCK ) ` \ } \ . : a� -.. _._ .. _, ;_ | 0 ROAD __R PKWY. TO STAPLES ST. ©s 2012) CITY oE' iiiim m� u CHRISTI t-:z * % _ ® ; . _n / _ dYVd HdAO 1V SR /?3 8301/3H 0 F, O 2 0 2 O Cf � e KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) IA CORPUS CHRISTI TEXAS en[ al Engineering Serr;ces 06, S• SIOLIVA SCRIPTI0 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI PEDESTR CURH RAMP STANDARDS 3._ CITY OF CORPUS CHRISTI TEXAS .. gent of Eng'ineenng Services OE 73 73 2-u c -),o cJ >nn >737373 > 730 73-4 73> —773 7377 73 zu u•-1 VNOLLOalla dWVN oano C'57? uh; z73 uo E -r1 nu 7773 z> uco on M 77 Z dINVel sano 131 VVd 73 33 Z13 3073 >73 00 73 RI RI 0,1 ZZ (I) 1-0 0, 0-4 73 Zm m > 730 73 7 73 eano dV1C13101,13d2i3d co co KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY CL, Ail CORPUS CHRISTI TEXAS Engineerrng Services 1 mD 111 0 m F REVISPN NO. Err DESCRIPTPN REVISION NM KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) crrr OF CORPUS CHRISTI CURB, GUTTER AND SIDEWALK STANDARD DETAILS CITY of CORPUS CHRISTI TEXAS Deportment of Capitol Programs STA. 0* mil a OLSEN = DRIVE 701-1111M11 Q0 6 mpj .�p�1 � _ G!, Oet P9q q j6g9,�y Q b Th g MATCHLIM STA. 10+00 6 _ _MATCHLINEJ STA. 5+00 II DATE DESCRIPTION REVISION NO. DATE DESCRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN — PHASE 1 (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES tiURBAN ENGINEERING 1 MA TCHL STA. 1O '0 r r MA TCHL STA. 15+0 DATE DESCRIPTION REVISION NO. DPIE DESCRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 1 (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� f URBAN l� ENGINEERING • MA TCHLINE STA. 25- 0 7 MATCHTIN STA. 25+00i DATE DESCRIPTION REVISION NO. DPIE DESCRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 1 (3) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES (� f URBAN l� ENGINEERING MATCHLINE STA. 30+00 DATE DESCRIPTION REVISION NO. DPIE DESCRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 1 (4) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES (� f URBAN l� ENGINEERING DATE DESCRIPTION REVISION NO. DPIE DESCRIFTION 55. KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 1 (5) CITY OF 1 CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� f URBAN l� ENGINEERING • TYPICAL SIDE STREET a TYPICAL SIDE STREET 8 .01£ 102 DATE DESCRIPTION REVISION NO. DPIE DESDRIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN SCHEMATIC PHASE 1 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� f URBAN l� ENGINEERING • MATCHLII+E STA. 5+00 STA. 0+0 OLSEN DRIVE = 30 .47 CORTA a STREET > 32 3 MA TCHLIN STA. 10+00 Th a _ MATCHLINEJ STA. 5+00 EPEE DESCRIPTION REVISION NO. EPEE DESCRIFEION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 2 (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES (� f URBAN l� ENGINEERING MATCHLNV STA. 10+06 MATC/-TL/M STA. 20+00 r MATCHL/AA litSTA. 15+00 i DATE DESCRIPTION REVISION NO. DPIE DESSITIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 2 (2) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� f URBAN l� ENGINEERING • MATCI-LINE STA. 25+00 7 T T �' ��}AqTCHL ZJ� . 30+01 MATCHLH STA. 25+00 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 2 (3) CITY OF 1 CORPUS CHRISTI TEXAS ENGINEERING SERVICES • URBAN ENGINEERING d tglp Q MATClLIIVE STA. 30+00 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION � v KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 2 (4) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES URBAN ENGINEERING EPEE DESCRIPTION REVISION NO. EPEE DESCRIFEION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN - PHASE 2 (5) li9 CITY OF 1 CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� f URBAN l� ENGINEERING • 0,4 H TYPICAL SIDE STREET EPEE DESCRIPTION REVISION NO. EPEE DESCRIFEION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN SCHEMATIC PHASE 2 CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • (� f URBAN l� ENGINEERING • WEST RIGHT OF WAY 1Vaid3A a3S0dOdd 2,1 l 3SVHd — NOLL03S OVOH WEST RIGHT OF WAY NOI10fkllSN00 EAST RIGHT OF WAY DATE DESCRIPTION REVISION NO. DPIE DESSITIFTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC CONTROL PLAN SECTIONS AND DIMENSIONAL TABLES CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICE • (� f URBAN l� ENGINEERING • 4 Pg9KK'A STA. 0+00 49-4lY pAgKE9 MATCHLINEJ STA. 5+00 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SIGNAGE AND STRIPING PLAN (1) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES ifURBAN ENGINEERING NORTON STREET MATCHLIAE STA. 20+00 MATCHLIN STA. 10+00L r MATCHLh STA. 15+00 2 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SIGNAGE AND STRIPING PLAN (2) CITY OF 1 CORPUS CHRISTI TEXAS ENGINEERING SERVICES • URBAN ENGINEERING • MATCHLII STA. 25+Od 7 3 MA TCHLI STA. 30+00 I MATCHL STA. 25+00 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION m � m KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SIGNAGE AND STRIPING PLAN (3) CITY OF 1 CORPUS CHRISTI TEXAS ENGINEERING SERVICES URBAN ENGINEERING Ile 515 MATCFILINE STA. 30.00 ORLANDO DRIVE MATC/4JAE STA. 35+061 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION m � � KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SIGNAGE AND STRIPING PLAN (4) CITY OF CORPUS CHRISTI TEXAS ENG/NEER/NG SERVICES • URBAN ENGINEERING • Oe srga RFs AS)*. STA. +52.5 PRO CT END DATE DESCRIPTION REVISION NO. DATE DESCRIPTION a � o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) SIGNAGE AND STRIPING PLAN (5) CITY OF .i CORPUS CHRISTI TEXAS A. ENGINEERING SERVICES URBAN ENGINEERING ° aag.4 uR 9 a` ge d2 ' ms^ ' �E or 1111111�? da= i .1. d2 -- 4$T - , 0 1-2 ,`�^_•_ , �g d- z y No more than 2 sign posts should be located 1 , within a i ft. circle. • �zr✓ Not Acceptab It 3:cas,ee i$4�s€ 5-1 ' a �. 5 3 Ww -bg - a =^fi ? $$ moo^ x0 N m §e� o ; M g N K _',.1 -. X a < d 5 ,. ,o x� a5 s v 9 T [ O m t -a' g 9 $' sg a aiJ as z s �X N I., , i x - = : ?. ,. Fi ' o xi m § �■ ,a •B ', n9mo ? 3:104..-- @S ar ea9 C D K I! 1 . 44 3033 ��. «"R 9 i'V N D -aZ O m B ! GUTTER OR RAISED ISLAN '''("r— HIGNRAY 14" INTERSEDIION AHEAD ft = �a . as 9i RS d� m8 a -.-I •g §- , � -i,lisp xm—. s4 33p ri ggM iiia i ��' 3s a ii S z :II 9a • � N z d%-d o%8 f0 ag a�9 dy$ i; - s j !y^ 311110 a a3 —111 o ra ,-. z o e Teras Department ofrangodationTr Tr, IO worrons SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMD(GEN)-08 eS 9 E = 3 al aa;'a agI »g 5.5.8 u Sae .e aFo 1 1 8 y g' _ R i !rig; ;„” - as _ 886 3 k gg '1 =P aga e ''99 i= = ne 3 93e I d i9� a LI i F. ,d 0 xy NE•7 NO.� ATE RE,,,,,,RE,,,,,, °o p,, °� �„�°° k'' m E X .a. o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI @TEXAS ENC/NEEP/M SERY/MS -_ '_ v.,, 1 URBAN ` ENGINEERING TXDOT STD SIGN - SMD (GEN) - 08•P _o,u „aH , 2 ' na: , a i i 7J r... IIM il" z c I c, r , y.. r ol a rn v, . a ' i ... 11 f . › 0 , z , • m m ...1 al -2 i",g 9 M 8 m "a: - - z Ra-., 7- A all z al i— .. N:i 5 5 _ § _g -g - . _ . . ,g. a a 4 4 2 _ = I, g ii m . m m z -1 I. 4 . . 8 4 m ' § 5 5 _ aa 11 2gg ' 2f; _ f.: ri. - , = - ;_.834 Texas Depart ea of Transponbflon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 - ; 33 2 3 = §.' ; — = 2 4 5g g ' Ngli i '44 V4 r,'''3 2 , Do — 5, , - g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF I CORPUS CHRISTI TEXAS ENGINEERING SERVICES A ,, a , , '.' l • i URBAN ENGINEERING TXDOT STD SIGN - SMD (SLIP -0 - 08 2 ""L''''' irlur ,I'ViT.7.1friElr°:;.,T.,::':"Alrl.. Veigig.rrAY°11rIZIFS.ti'VE:. PM: a -- , , ..-i i' Ir _ _ _,-,F;IL, _ _.,_: 5,L ---L*--- a - -- -- ,1 ! . . - , _, d — , 14 Lr_i_. 1 1 ,. II : • 6 7 f .7. ;,- ',L__ _1 ..{ i r . _th 111 111 . L :41,7,___; L___1,1-- 1 u , 1 i 1 MillAl lik i == 91 1A01/1j11- — 4 A A 33' — z - 6151:' 1111, 5. v. .4 A " .- ?i - . > r - - a 0 I' ...-- H 6 -4_ - • , _ ' , a x 5 f 11111 . 4 aLlil a ' a_ ?, g i 4' a \ illi g i---- ' g ijr:Alla a . 1 i g i g El gil NI , ,.-. , . , !i. wanine.. . Reauiaftr. Texas Tronsporh SIGN MOUNTING DETAIL SMALL ROADSIDE SIGN TRIANGULAR SLIPBASE SY SMD(SLIP-2) 9 9 g 1 1. _ -.,. .5.55Ew g g _ 5 g 5 1 1 , A ,. . cc rc, A w 1 = g , — g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF I CORPUS CHRISTI TEXAS oNEEPSER ENm OCES A a = URI3AN ti ENGINEERING TXDOT STD SIGN - SMD (SLIP -2) - 08 2 n1 , -: _ a . - r P 0 el. ro ... Jj aiP i IN .7.-. ' z" I al _. . 11111 11111 7 &-a. a& it- ci 11 11' Ih 1111 II 1 , .q NO.. r 11 , ... i; a .k IN-.. .. 111111111 2-, , k t •IIII t 1 6_1 w 1 i 1 il il , .1' a i 9. — i n g CC] a K II = .N. 'i IIIIIII M ; 4....- al!; t- illi - Eli— = - t Wm!, Pep lartory . .. 1.01....T.MSDIValhWieTWAWOrh SIGN MOUNTING DETAIL SMALL ROADSIDE SIGN TRIANGULAR SLIPBASE SY SMD(SLIP-3). 2 n . ; 1 R li ; 8 e4,g. 4599 8 8 22-- - 3.3 8 27 . - r. 2 5, a , I # - ,. ; = - g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF I CORPUS CHRISTI TEXAS ENGINEERING SERVICES A a = '.' URBAN ti ENGINEERING • TXDOT STD SIGN - SMD (SLIP -3) - 08 ri NO110352131N1 OdVONV15 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LAI rg a m �cn KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CROSSWALK PAVEMENT MARKING DETAILS CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES • URBAN ENGINEERING • 2 , _ . , . a Z42 ..;. u .. , 2 t 7, 75 5 - - - a m C55 A40. M = 5 5, 5, A > E ; M E M a - i . 2 22 2 93 ,2 2c22 .3' 23 5 2'3 223 - 2' 232 22 - 222 2 22222, 5 sg g 2 . g g 2 1111 g , !I ,S2 g '23 R g" il 15 M M 2 ggeel sg 1—gl 8 < gg e . ; ° 4111 � o ft. Edge LIne LANE LANES 'OADWAY T SHOULDERS 2, 3; gcoci ° E. 3; L;VIV7008g v; 13; vg ; g 31, 1 „ v. ..;• ;; ,v. 32° rg' 77 g EC ; 2 , ;272 .3 77 ps .3 ; 2 s 5 ,522 22 , 2 , ..H., i 2 22 222 M — - ' ,,,,, ,, NO EPEE 20;32,22,03 REVISION NO EPEE ;SCRIPS. k.' M 222 .2 — _ g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) (el CORPUS )F-IRISTI TEXAS ENG/NEER/NG SEROCES , a = , i s s URI3AN ,1110ft ENGINEERING . TXDOT STD PAVEMENT MARKINGS PM(1)-12 REFLECTORIZED PROFILE PATTERN DETAIL usuo REFLECTIVE PROFILE PAKUEM MARKINGS E .1T EDGE NNE PR MOURNE OPTIONAL .ST Ha LINE OR CENTERLINE �a�us REFLECTIVE RAISED PA` FOR VEHICLE POSITIOL ,roeII-a-A PP, TAT HE PETAL 0 I o o I— ,o ,o ,o I CENTERLINE FOR ALL TWO LANE ROADWAYS ,roe I, SEE PET, V go. ,r> CENTERLINE & LANE LINES — ^^ FOR FOUR LANE TWO—WAY HIGHWAYS A, AA.' 411111111L II A A IE ® 8111. 1-1" / I Type A DETAIL "A" DETAIL "13' DETAIL "C" u gu l 31 A m A Dt.A 0 1 0 11 11 n e © -- _ D = o ma - _ y s3 5 's m z q p,3a N n„6 n no. „220n no. on, �� ����� O A F V o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF I CORPUS CHRISTI TEXAS ENG/NEER/NG sErrvicEs -_ =�-, o- 2 1 URBAN ` ENGINEERING s TXDOT STD PAVEMENT MARKINGS PM(2)-12 r�:w.m�eR. a t R �REE. .. IONS-wA, NOO �STLZE I) e 0 k 0 MINOR CROSS s REE, m z _110 ;33" 33 ~ ''e 11. e ee ./"f El ,, A _1 z =4 z y 33 c 33 33 e. _ x a 1 o n s o o o o 1,, a '� z —1 z owA %� 0 3 NON_ _ a o oo NAzEO, 0 o_ 0 ON R 0 A -� = 3z r —= C D o 33a 0 00 ee e 0 AJOR CROSS s,REE, x 11,111 0 ll_ 110- _1> - w 3 ill 0 =A h0N60 3°333° as Deportment mof Transportation PAVEMENT MARKINGS FOR TWO—WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM(3)-12 — - _— ONLY Q = ONLY REVISI DATE REVISION NO. �� DP, DE I�ION , ,1) , A 31 g m o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS ENciNEEaiNc SEROcEs -_ =S o, 5 s URBAN ` ENGINEERING TXDOT STD PAVEMENT MARKINGS PM(3)-12 ' :-. -Z: .!., •i 'i:, ':;";T:41'ai:FFAYEFF°E4::.7:32.!1°71.123:FENT.:427"I'r°4 - Ref !active Sal, • Povement Marker , f 4" ar 6. Black Shadow Line (Must . I SI ,g• 10' i PO' 1 '5' 1 '5' ' 5 1 00 some veigtn as adjoining .i te mOrldno/— 1 1 0 r I 1 ..r 1 o SHADOW LANE LINE DESIGN Reflective /-31ack Controst Line* Pavement Marker —\ / , r I \lo 7. or I:O. f 1 1-• 4. or 6. White Lone Llne 1 1 0 1 1:1 I POJ -.. _ CONTRAST LANE LINE DESIGN CONTRAST LINE DIMENSIONS 1 i i 2 iNERAL NOTES ContrOet Ong Sf!aclo=larkin CONTRAST PAVEMEI CP 12 - 11P 9 1rE1119 of 150 RECORD DRAWING NW STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST.,, (BOND 2012) CITY OF ° .1 CORPUS CHRISTI TEXAS ENGINEERING SERVICES i-.., URBAN if ENGINEERING TXDOT STD PAVB/ENT MAINGS RK CPMG:1-14 ;EFaR.Fi7,'"ei,ini'' , q ' ..,. E '43 . 2 • '. = .S' .9 3 :::• 8' °,.,. ; ° E ' 0 < -F,-• 8' :" .2 '' 3 : ria'al, 3 '..-i< ' ' "0 ' 9 o .. . 3 g ::a ; , ° 0 . E. 2 `'` i ri •_. ",,' .11 ' I '3'2 : ' E i ".: ' TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES TRAFFIC ENGINEERING STANDARD SHEETS THE DOCUMENTS BELOW CAN BE FOUND ON-LINE httpffiNvActxdagov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANI STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) Only pre-guallfled products snail b used. The •Compllont Traffic Control Devices List. (CWZTCD) describes ora -aura and their s and may be found on-line ct the web adc below or by contacting: Texas Department of Transportation Traffic Operations Division - TE Phone (5121 416-3118 Workers on foot who ore exposed to traffic or to construc within the right-of-woy shall weor high-visibility safety the ' of SEA "American National Stondard for Apparel"labeled as ANSI DI -2 107-2004 standard performance fo risk exposure. Gloss 3 gormenis should be considered for volume work areas or night time work. NORKER SAFETY APPAREL NOTES: ,,.8 8 ' - T. 6,54P, i' 'F• ii -. E _ AND CONSTRUCTION ERAL NOTES EOUIREIENTS C(1)-13 0 g I _ q rj -'' Lii ',1 1?; : — g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST (BOND 2012) CORPUS CHRISTI 1(& CITY OF TEXAS ENGINEERING SERVICES 1 - A vo a- '' 0 2 2 • UENGINEERING LE s TXDOT STD BARRICADE BCM -13 ;271„i7";,.74sili.i7iT, 1 4 ;i754171Krigoanrr.Ziirai:7:+1784F;raa:7;Fir:u711cYn:n17:Firi?X'r q FREI .if Iri iR -9 . '1 ;. -- .. :-.6 f1M21.- ' f 2 - . g'''' . nitif a a _ i i • - ! ' 2 P sheets for exact locorlon on0 spooky of Vona COMING DOWNSTREAM OF THE CSJ LIMITT ROAD no. ** G20-53 „s„, WORK WORE Ann. V.MILE 0.' fle0-13 ** NITHIN CSJ LIMITS > frO4 Borrhatoor i ' 1 S 2 - .bI; Pg -5 '2 b Rjhip: y A v th. g , Em " Fs i'' !._ - a g ^ LAYOUT OF SIGNING F '!" i ° "'" a -- 1a - .1 .' il 8 , .---:28g. g „_,..-1:-..gas I' - 8 . ' .- 'a .2 f .n.10 v I : i • g X 74, i = . i Xx Xx' IilLI'42' ° 1WrNI ,q !;•Fl". --ed, 5 q' . O0 H, IOTES THE CSJ LIMITS :ED rout V nno,n,nn 4 § 0.0 0 la. g ,,,g, . 88 g,15;, --az gat gl: ";5 g • g a • il ag . — g . p,,:i EMI - ea, "iG 2 1 , 1 i , . g ' i o ..' ' 1 9. 2 . X 0 X=2 71 n 2 §I, ,11 11 ',. q_r: 1 °•:: aE ii :5 ' &I, %.1. /8 &-:§ 2222 -.9, .. 222 7".7,, - 22222 a i ...1. 91 t ',1 t W ' co m .a ' , st ' 1 ; F,' r• . ' 1! '1° .31 t 'al t F g 2 ,.78 •,----, . 0 I - 8 ,,, • - ii ; 1 ; li i aDD° CD 2 % ri ' i .4, g ii ;1.: ,, • .1 ' ' i 112-. i e- = I° . .I: . t.: :,°, "..., 8 i ' r,-; 2 D i ,.., . ' - - • Z- g i'l O. 1 1 i i ,i ' ;'. " k E -±- a ,=‘" z.,82, 1 - --,,a.-. 4 ' I :,ta ., 8 i 1 Ia- i i g g:1 •g-aggss.gagg. 11. g c n . i ,a, 'iii. HE co: a _.'', n §8. fa: ,i2.s 1. A - 2 a a,. - g' KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CORPUS CHRISTI €4 CITY OF TEXAS ENGINEERING SERVICES aaa5 ''''''14 a- ,-, a ,-, • ti URBAN ENGINEERING TXDOT STD BARRICADE BC(2)-13 2 q - Z § . -• a . ..§. n F74, n 0 E • I 1 .!4' —4-- TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits sholl be reculottry, estebIlshee In exec -dove veth the .ProeedLres for Establ ;shine Speed Zones,. ana approved by the 7e005 Transportation Commission. 05 133 City Ordinance lawn within incoroorote0 City Limits. Reduced speeds should only be posted in the vicinity 1 1 1 i 0 % 1b U1 ['LW? .1V-Cens 16 0 iERAL NOTES tgl!Ign'e're".' ''r 5e0 0)0, ' °' c°n'tru't' iegulatory yore zone speed limit signs shall be pieced cn supports ot o 7 foot mininum nounting height. ir020:o:0ed,1,.275.4,:1,r:fiitlru.::r,oted for we direction of travel and are normally posted ,requeney of work zone speed limit Signs should be: SO woh ond greater 0.2 to 2 miles 35mph and less 0.2 to I mile iegulatory speed limit signs shall hove block legend and border pl o white refle:tive mckground (See 'Reflective Sheetingon 80141 ,aoricatton, erectIon and maintenance of the•ADVANCE SPEED L11000 (030-5)013*. •WORNIONUIG20-5oP1 plague ond the •SPEE0 LIAlli.1112-1,signs Shall not be paid for Jirectly. but Shall be considered Subsidiary to Item 502. 4°200r47;".?r0g12,1')." rectriques the* nay help reduCe traffic speeds include but Ore not limited to: 1. Low enforcement. 3. flogger stationed next to sign. :. Portable changeable message sign I50551. 2. LOw-pOwer WrCeel radar transmitter. Speed monitor trailers or signs. ipeede shorn on details above ore for illustration only. fork Zone Speed Limits Should only be posted os apprOsed for each Prole., ,or more SpeCifiC guidanCe Concerning the type of work, work zone mnditions and factors impacting allowable regulatory construction speed nlne reduCtiOn see fsflOf form .1204 , the 00200 1-530110) system. f. 1 1 1 i'• 1 1 1 1: - CD 40 ? § x g 1 9 Daffle Oen.. 000)0032* .04 /E AND CONSTRUCT ION ZONE SPEED LIMIT BC(3) -13 • ,a001 E . . q ..1, ,e ,0 0 0 .0 1- 1 g .g. . - g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CORPUS CHRISTI (E4 CITY OF TEXAS ENGINEERING SERVICES -,9- A a .,.- ti UNMAN • ENGINEERING • TXDOT STD BARRICADE BC(3)-13 1 a an: F--..—,1 / , , , gq.! - . a 1.= a a 1-- ; 'fl i iL—Lgj ' . age ATTACHMENT FOR SIGN SUPPORTS 'PAH 'Am /rain. grove sign Sp[or, Move sign<, 1;-,, moRK r: \ , , y-1. supports Nati \ / E etend gore tgan ock ad He sign '.,/ substrate. liggi ELEVATION doe.. sotol or Reinter -cod Plastic ;:raied SpuCre fetal tubing In order tO extend post d the splice is mode using Pow Dolts. tw SIOI Wit. PC... SDI. roast to Imo. entirely Oeh. near the loam of the support. Splice insert lengths Pees naninal post size. center. an tha epl ice ma g least the sone AA. PHAYIA, TYPICAL MINIMUM CLEARANCES FOR LONG T WOAD ROA: RORK AHEAD AHEAD g6' Or 7.0' min. GR - BARRICADE 0 I , yg, 1—".-1 !IT a0: a e- ; IVA, 1 i g22 ..2 a a 2 5 ra' 2 g2 a gl 822' 5 2 § e ' - . - a •a -:„ ;a a g.:1....ile. i t „k a . 1 1 , . *-- Ft . - —la— ENt .Igg ' ?•,=, , . g kg ag.-§•K g a - !..• ;• MO" gag igg iv, [if, gsg sr 4, ;II 5 ' - Mdil2iMilip- = g " 15-1ei . - g' ' 5 i " ga . . ii! ' - ,..! - ", ; I 2 - 1 - g 1 g, ; aa ,...i a • , i - ' g - g, ,- 91P ! HO .r egg... ;,-' -• e"s -'; gE 1 : 51 'Vag- -•-• g.' ," ; !!:; - , g . f a g8 . 2; .4 1 - ' " i '. a g . _. ; -s. ; ; g g ii 2,5' 1.. i gig2a i gE g ga- is gai :. i ' -= =-1 ',-,. i 5 ii, 2 -i '" "A . -, - 2 ,!•!: _ :•0 s 5 ggi f. ii •" s i b t:g g8I18121-ig2ig.n.MF,I i- - - ..g.•=a- ige, 1 f' , .• . , a g ,-; '' . ' 5 5 ' 5; ; • . 4. ; - . _ iiia a •a' '" a - ! MP*". Pam Owe.. Tem Deparftent aportation BARRICADE AND CONSTRUCT ION TEMPORARY SIGN NOTES BC(4)-I3 9-01 I '.S.1 1 ao '2 ail [Nil! ! ! V 2 i i i ! g'i ..,-, g ',.ga ,.. i .,..zial . 1 4 4 a I a. 2 g gs ; g;,•-, =- - g-g,!g i , 2 - ; -; g E - :i!'' 9 1, ; z, 3:$‘v, 1 . a . a - 1 .1 - 4 - ta. aa : a a a -g ‘a' 1 ga; re,— g. 1 g 52 9. g 2 !• a = a 5 - • 5 ., i " 1 - ' a• • g a- 2 a•'•, 8," -.= i1 1 [ 1 555 , il i DE„,.,,,oN NovisioN No DP, BY H SCR IFI ION , ,1) ,,,, , — g' KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES ,!.47-, a- ti URBAN • s ENGINEERING TXDOT STD BARRICADE BC(4)-13 ;EFaR.Fi7,':eiSa°, i DA1Ez FILE: 'f. itIS ip "---....,...........„ gg 1,M,1 ti ;%.4 . i i IIiff. - • § 1 „ 1 •.\,,, an as 4 tia „ .1 it _ A : gig., r = ii' 9 r.;• 7g D g 11E § I 4 i......... 111,, - - m • _ i• ..... , . . 9 -. , _ › --: g: ,•g_ o n an _ In: 'f'aGr BC11, 2,01 trope roam. 111‘: FFB• ' , r alga -I c 0 - . ..„ Illkihk hi 0 gs our 4 tg.,61 ri lf, C sr -0 -4 n o as , ti. ; 5 g.g' CR=R; Al 2 IL, . ''• - i,i ID g ._._ p. GROUND MOUNTED SI( pg the scrufocturer•s Instoiiot, w. 4 .,„ -$ .-....t. .....1 ati.2tif a •MMIZIOCU siR=25 1115" CO 4 1\-05VIIF slas.. C . = - 5. ftlitk Z ..- a• A "a '' !,2' g7, Y . " • *-- 0, •& ZIZ. BARRICADE AND CONSTRUCT ION TYP I CAL SIGN SUPPORT BC IS)- 1 3 oc-,orp nc0011.1x.qw• l`c., 1.04d, OTHER DES! GNS MORE DETAILS OF APPROVED LONGFINTERMEOIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CRETC0 LIST. SEE RCM FOR WEBSITE LOCATION. GENERAL NOTES 1. Notla may be wed In the oseembly of rood. eicn WOW'S but 3/0I bOItS wIth mFta liBI A 3 1/2. sore4 FL,FE a for I inal mooed. ion. 7:,f,7,11E7'.'eb'e;Pre:Ihbo.1:1=1:Tot:on rou°1007rS'en:IcItr".Z"Irbrlir'.."1*'51 This mIII be "Pere, Sub9101Ory tO TF°1026' e. WEDGE ANCHORS Z,=1.,"11,:r.r1140' r$`07 if approved by tr. Engineer. ISee vet oddrees for •Ilrofflo Engineer lop Strl10.11 Sheete. On BCC, gq g 6^ Nil_ 1 0. * . ,======..99rmegne- =cm .1 it', 15 ;;• -a: .. grIii - 1,- s 10 agp : h , XI. a g _ m _, • i 2 g , - g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CORPUS CHRISTI (E4 CITY OF TEXAS ENoNEEPo,c SEROCES h ,,Y, a- , , '.' • ti U RBAN • ENGINEERING TXDOT STD BARRICADE BC(5)-13 2 g I _g2- 4 k 7 .,2 • . 2.. ' 8 2.9.. ^ ;.9 a rl -88 .2 998 s 9 . q ' . ' - 11 lAilli ' ._ g R. ., M 4 ' g ' i 1 §4-88r82 R IA - 1 8 - ; A . . - 6 ' . 6 " 2 2: ia 2:14 ; ,g ' ' 7: - 1 o- _ a - - a. E - — il9 if i f g a -a; ail , 2 a agg g '.9 2 , 2 . -000900 . ,2g .-1 s xil % 17-3 2 ; - r r 0 g .I 9919.6' 4 0 i , -,1 m . '- - '; '.,I; ''' ' 3 g 82 r2 . • F:TIA 9 -2 . '- i a . = & a a . 2 g. g 100000 il§ ,g„ -. 0 -. 9 Z q .-:, U T, °' -,g . . 5 69 9 .A , i n: 11 2 vl 9 -r.. ' 0 54.0 rr,r, 988 - 1 - -..2E'2' P4.1.'^ 2 "255 ''%U .99 2 c" Z,' rn a 8, -, a i 2 a s - i 2 _ '' a I X1 . 2 - 9 5.t. - g-.2 0AI 8 2 . ATI6 i s- Po 3, 2 .7,. NJ a 1=3 ; a e -8 a a 9 -o o ..... .2 q' 2 , s -.: a El x '4 i: 9 C -0 X' - 712 c.' cia in i- 'ol i • . ; 8 A in P Era. -I- c-, -. — 0` V. -9=029 2 4` -• N .] 1 m U g g. g' KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CORPUS CHRISTI (E4 CITY OF TEXAS ENGINEERING SERVICES -,9- ,s, v, a if URBAN ENGINEERING • TXDOT STD BARRICADE BC(6)-13 ;21,.Fi7,,7..i, 1 ; i'n?1 rikaii7H:FirAr.';7>MIna:Trari:Faa(aFFS4;ior*7:EF WARNING L !OR'S ,...,,,,,,,,,.,,, .et the reodirerents or toe TnALT26. 0 2. gaming lights snail SOT Pe insiolleO on barrio., •th Pon net be us. with Sig. ortnufacturht wim TYPe goof CR ...t'l0 '.'"'ng ' 4. TypS-C . Tspe 0 360 O.. Stea, Birtn Lights ore Inter. to Pe us. I devices. Their use shall . as irrhooteg on this s.../ar other sheet o 6. .n tersi hy Eng neer. the . OC 00 1 certify . warning lights meet the requiretents of the latest ITS Pur. 7. Shen usel to .6ineate arras. Tyge-C mg Tyge 0 Ste., 11. Lights ..ul O. The tocolien of warning lights ma iorning ref 1.fors on Proms shot I Pe e Light NARNING LIGHTS MOUNTED ON PLASTIC DRUMS -Yee C Warning or .....etit...... On 8 i• rro• , tiaShIng worni. lights ore in.6e0 toyarn CriverS that ttoy ore bus al.. to t. travel way. 2. Type A rm. flashing werning lights ere not intergeg for Pal lortiOn Cr or. to identify Ore desir. vehicle patn. 7. rate of flashing . eddit a. Tyre C . 0 Steonly•krn worn!. lights ore IntencleP to be uwa in a seri C S. Crig on other .1 lor conditions. if ' 1 5. Type A!. l'yPe'CIng'Typee0 warning lights .11 be instal I. a? localism 1: 7'^',","'• "-"",r.b.•.:*IP":1°,..— ''','.1.°''''. -- denticol to . 8A8:11'x01 7E:17. ..11:TEI7ON PLASTIC DRUM AS A SUER M the CIITCD. Warning reflector may . ro. i.• 8.6.'"""rent'i.tronefAlrot'li''.'Lhav'1176'f'lecintia,"PrinFcal.he:77,:e7.0AL'r,07... or schdrettAust .. a yellow • rt,s0te substItes rust hove a is n Mtn 0 6.r r'''''" '''''''' " 'f " ''''" 6. Th= 'o': the warning reflector facing .grooming troffio stnoii .. s SO SaisCre indleS OW S.2.TyPe 8 Or Type C. 7. Shen us. neer Notway traffic, .. sides of . warning reflector shall 6. no warirog reflector s.uld Se mounted on the side ef t. nmolle nearest 9. Ille man irum shocing for worning ref iectors strdid be identical to the cos 171ill 3il-4'011241P8 !gi ;pint ;E'S,92.g22, co % o3 g . - "gg. ;-- ' E I= 1:51 ; g - 53 i i -=. ' 3 • t/1 3 - 8 "8 ' ' - gr. ; 2 • k 51 r, la I, ro ; . : 33 F n -•1 :2: -.I _ n . ._ \> iii. 111kA g, - - Ualij ;asU; _. ; llii gr Er& \ \ ii: ;4: pa ag gal - .. ,!?. :4 tli ! 488 18 : :5; 1 'k i i! " I 88 - - 7. 17 a. a .,. g. F, g (=oh § . l!frii g:a201 : -,.' • ii • . E - . , - 2 a ; '.7. RRIER AND ATTENUAT END TREATMENTS FOR CTB•S USED IN RORK ZONES . res,A,otHarA reocir on C184 ;,,k grit. 7,6;:f1121.2 List for., roisAend ELINEATION OF EIO TREATMENT, YtecIfiet I 167-11 rtecTrne'20'1 A.. the reline, rarufooturer's nes 'ROEILE CONCRETE BARRIER ILPI 8 ; i i . a a 2 ; i 1E ,02; • 94- ;li ig-g •. "1 _., ' XI til 12'1: li, 1\ g 1;1 2 3r224 ACK-MOUNTED ATTENUATORS .3 . 9 , 5 88 rl °;" " PlWiNWW g • • g • • 0,g•Aw 2'd 2 - 88. - - -' gl R e• - + 8 gal.F.:a i i E :202.472 "92 g-e,s g sga A g ; a . Hil_ 1' x _ 88 • . - 2 i . V,4 4 eq : 2: 2 2a • $ -• " s IX i WI 9 _ , "-- ••• Z •'. a . .1.. ; . E g i El= ••: i 5 • ... k „ 22 ?. ;I. . 8 = 1.• ro• , -.4 * co le= • ?..f ! p . . R . - •-,-a: i - i air' i ,,,,,,,„ , , . • • • , g •• •• • -' g g 21 i: - 38" i!! 80, ! ,ly i 4 T III 0 -•-:0'. . 4 ' a , gigg. ,Ei 8 7 , -s, „ " 1 •.1° 12 4e, VD CONSTRUCT ION L, REFLECTORS, TS & ATTENUATOR (7) - 1 3 1 3 a ' 1;!1; ,„„ H2ii Mr' pm p,2 1 1 i • • '.' • .. .• • °. .. • !al t''8 2 " 3 0„,s,„0 0„E , 0E000,00,, ,Evs. NO DP, BY H 5 C P PlION g , g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) O CORPUS CHRISTI 1€0 CITY OF TEXAS ENGINEERING SERVICES 05 a- , jai UNMAN s ENGINEERING TXDOT STD BARRICADE BC(7)-13 ;Ea7,4,i2i1ZE, 2 .. s . g i P-q1P47HZMI.FiRiliT:Snia:F. Pn: / 8 1 22225 2 I : 2 r fli P.: 2 - Pei A la e. 25 25 r.7, 1 14A 1 41! Eir aq i 4 : °I - '* a.e. , - i'I A 2 g. i * E a 55 a i2 ! 3 a I a al a 2 Nk N. ) A 2 N _ ,.—:---,1 2; i• • .4 & a , ' 1 .i . i 1 ..er S 1 ; *4 .. . 3 a 1 • a Ai s 2 ti q I,/ \ I I I 111 hill: g / 99 99 999/ e 4 5i 2 * 2 ... , 1 a 22 a t • - .. E ;., t #7 4 t a - a q P i 1 _ i 4 R I . , .. 2 Al, - 4- g, 2 w p; ' a . 3 --- .. ' g - .,. ' lI ir 1 —• . o . q = a I , ' 1 ., g Is ° = ' _ INSTRUCTION DEVICES 13 a z i R T. g ; g 1 a i a i 1 a a. 4 1 1 . I 1 it. ,6., I lili' 2 d g a3 REvisi N No. DATE e p„„,,,, REvisioN No 3,E „„,,,oN .,.' 7 SHEEIl 27 150 RECORODRAWING NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES 7' , is URBAN HIllgft ENGINEERING s TXDOT STD BARRICADE BC(8)-13 ;EFaR.FiaLiZE, 1 ; ii.. WE, PONWMZEaFFIrRiWie74542: . I .. t x - . 7. illl 1 Arr - B A A... .2. : 3 RggMq ll 47 Y 8 pg i 2 , , N - p .71Vaigir1312:1,3FIWa! 2- a 5. . - , g i 2 --r, liRe - • 44i. A" 48 - , 1:21 '1 e•'In ,441 2 -h- • - . op , . _ , .7, i % ;111P1 Z1.1 f r.5145iiiiii 2 qi g1;2_ 111911.1ag-° i' IP 1. i 1 2 A ti, g.ge... g RiOgi 44i : agli- ,i. ,o. . 1 I ,g g i 2 ill „... , 2 3 1 - ... 0 _: iil-f ;i! „s i- il ig .- 111;111 All iliql; 1; igii 2 ' a !iil' -1 .,,,,g ' iilgla WO ! (4 ail .. i g 5 5 - - 1 . ..2 ,.% ' ;-,.:Zifs .- ! ,. ;7! fl ; 0 !I ', r, il 4 1 0 U 4R i 11 'I 2a 4 , 4 i • i 1 .. - - a a 0 .2 •i 3:W k, pin -' - _ 'JH Hill § :wr - e ;.,,,"i!I RI .,. , . a ,,.. ' u. , . .„ a i -i i . . 8E i . - , j 8 : R — 1 21 2 5 R 1 ' riliPling 2 a 2 E g i CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS ,E'i7+72.7rX7,L7.77= a T SUGGESTED MAXIMUM SPACING Of s,A.-Jssgsga,..ls .11 Ir, .. '... ' . " I. Ifrfl oas !I CADE AND CONSTRUCT I 01, 'HANNEL IZI NG DEVICES BC (9) -13 g sik , g tI : a; e.a ' ! c i - I 21 . ga,-1=T,StitIVIW,....az ...:q.,!R.:q.,..u:9i•*281 : 1 ' ' -' - ' !!;:t CCME:sq.a,, • g . . ta- - 10! g W 1 . it,"8gL18,98g82,' "V, 1 hi i . !Id , g g. - g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) @ CITY OF CORPUS CHRISTI TEXAS ENGINEERING SERVICES ,,,!'s: a- , .&. • UNMAN • ti ENGINEERING TXDOT STD BARRICADE BC(9)-13 ;EiTiag-FIZEZE' 1 ; i 1 DAM 'gfk.',::i7iKEFSIFF,Fia7an4Fa:GN7,1.? ilLE• g4' 1 1 k I e L a L2 2- ia I ' IllWilil fltlql V , l!il 9;1 ni '''' P 1• 1 1 T — N , ,- i 0 0 0 cmnr.itIng devices Kral lei ro /oaf!, Iron :oval 10X.'' FOR MATERIAL STOCKPILES '='o• - g . r. i _ . 82. f ,.= . , 7 I l'a iiia1 ,...21 ligia-1 w 14. pill,g 2 ., 2., Pa —, I' S R 14-4' g i gie,g,le-- 1 ;!ile gni- 1 gl! la! 21 3 / q T 1 0 , CONES 10 4: 1 ill 1 251 i I: b n ; 1 Z InJj 1 F;41-1 g sE a a _< , g111110.1E:P. 5 _ fl /1111 / ggg 41I i ,..r. ,, ... 1 kiHH• n C9: -.„, .9. .A. '''- ESO'rrin *ITHIN THE PROJECT LIMITS Nee gi qi 9, g 2141114111-Pi2 (D CONSTRUCT 10h !INC DEV ICES (10) -13 imumh I I I 4 R 11 11 9 11 1 r § 95 i w....kgvgg,- ,a747, ,I.g.i. ... , 2 9 g , — g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) @ CITY OF CORPUS CH C/-IR/ST/ TEXAS ENGINEERING SERVICES .,1-'7, -,,,, a- , , ,-, • UNMAN • ti ENGINEERING TXDOT STD BARRICADE BC(10)-13 a D.Ex nin Fi.,1:74'!:7,r,i',GRFF'';:oEiZTE7:Fai'efillianii.?:-'7. i E ; ,.. " i 1 2 v. II f - i k q 59 g 11 t1: R 2: t g? -6 i la il; It 9 li 4 4 ii . - it RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 11 STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE Temoorory F I ex lb I e- Re f 1 sot I ve RoodwOy Marker TOOS WV. MC VIE* SIDE 1 4.!1/4• Adhesive tterlyl:V7gm 1/4. and less Mon I, cr ARTMENTAL MATERIAL SPECIFICATIONS 4LORXERS 11:1ErLECTORIZEDI 41:) CONSTRUCT 10) T MARKINGS ( 1 I ) - I 3 mmimimmim p. .. g g. — g' KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CORPUS CHRISTI 1(& CITY OF TEXAS ENGINEERING SERVICES i' A a g A ti URBAN • ENGINEERING • TXDOT STD BARRICADE BC(11)-13 ''.;. i i . , ., 1 , ,-. 0 FILV 7 i ! .1111 .., _ .. a a g i h " i 1 1 1 1 1 1 1 1 1 1 \ 1 1 / g §' 1 a .31; 2 g I i 1.4 1 3 i - 04 !, ' tit 1 i x ,i 1 ,,,, g •7' 22 i°, 11 i xi,1 1 1 1 4 4 Ai g • i !. 1 ,r4 k i 2 f i t.,..i 1 i N , 1. A , f A 5 2 ;'• L 1: 1 1 •7. w 7 g."2, _.' . •.,.' n o 1 \• 1 2 1 1 4 4 •7' g 7 ig ,1 .,-. \ _ 7 n o 1 11 ; ,7., 4 .T. 'A i rg i ' ig • h 11 i. • ; :2 n— i .4" • i-ei g .1 • I 1 . ° 1 f`4,:i ; Vs • : 1:-.2 I F. i i x 4 ' 7- ' A ' 0;,1 af 1 ..7. -73. tr ° :;..fi o . 0 3 a .7; ° •-,' : o . n m z , m n 2 CI 72 —: —. m agiggi!:;•• , co .- ,6, 1 1 i CENTER 10. LANE - LINELINE OR ROKEN INES AUXILIARY OR LANEDROP LINE 4.%:, REMOVABLE MARKINGS *ITN RAISED PAvEMENT MARKERS .01430 Mverent writers tre t.t981:1 VI: "Worn= 1 7.721::=1 oral of raised pavement markers tope. i ;le T1 G f"' 8 8 rq A rW, 1 3 2 z .- -. 8 ' '4 a 111 111 ,n --. > z o n x o x '8 r•I i 4! i .8 8 -. '? 9 i I 3 - . i 9 '..".\i ° °I A 9 0 01- ° ° * oc..... ....r° . '°°7•:.. , 41) CONSTRUCT ION RK ING PAT TERNS (12) -I 3 g _ I L: 41 : I c .. .1., _ .4 R o° 4 3 o . ; 0 i ,. 3... NE,N.N NO DOTE , DESCR,ON R,ISION NO DP, , NENNN,,, 2 ,i'.•:s 9 SHEE1 131 150 RECORO DRAWING NO. STR 878 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) . CITY OF CPUORS CHRISTI TEXAS ENGINEERING SERVICES 22241 2 22;2 4 a :g 2, :2 , is URBAN MM. ENGINEERING , • TXDOT STD BARRICADE BC(12) —13 7,ei.4,7E, A DEVISI N NO E DESCRIPTION REVISION NO DOTE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) BRAWNER INTERSECTION DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING eY) 0 1 0 2 0 E E D SCRIP -NON DPIE DE DRIP -NON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) NORTON ST. INTERSECTION DEMOLITION PLAN CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING i --,--, i 2 I Ig I ' 11 212 I 4 4 Ati 2 3 g 3 3 3 - 0 E, ° . 1451Iffil 442 04 ‘ k kvi-.) I 1 IIIII I 1 El !HI* , A 0 2 2,2 I 0 Cil 6*....10 :1 111 . 111" i I 0 7_, 0 0 IlL. IN I .111 la 14 I I n Ita, I ,7 3 2 % 2•7 - 7 .8 2 ' 25 AD 11 !. 0 4 0 iv e s • a ° '. • a D , 0 tili I o 0 0 00 GO® o o E. 8 'A 8 A '888 ' 2 § ,y,, 5 ,ri3) iadirei 5 ( W1414 A MD 1 1 I .:i ) I 0 , h8 Will lige. 12 = = 7 `7 . 7 2 7 -0 '• P 6 174...._275, F, 4114.4 I*111111H46 114 1 2.1 I MY ell A A A Itglii*,,l' MI 0 - • . . ' 1 Pork kv g A 8. A g o P, 04 4 • 0 ,Li' gtm 1mP.1 . 1 0.__• 111 k 1 f1,1A11i% g0 taliti ill 16.222 o 1 _0 00 „„, N „ D,E DEscmp,oN „„N„ N., ,„, DESCRIPIION 2 7 H 2 2 ,9 , -, ' . KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) 6. CITY OF CORPUS CHRISTI - TEXAS 7712755,_ 4 5 a tE URBAN ENGINEERING BRAWNER INTERSECTION NEW PLAN ggg'gg ' 7,7EgFggig !T: vir DEVISI N NO E DESCRIPTION REVISION NO DOTE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) NORTON ST. INTERSECTION NEW PLAN CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING BEVIS! N NO DATE BY DESCRIPTION REVISION NO DOTE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC DETAILS BRAWNER PARKWAY CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING o -n -o ii) Z 0 , 0 -n C 0 tap 05/02/ 2 TEM ADDENDUM NO. 2 N NO DA E DESCRIPTION REVISION NO DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC DETAILS NORTON CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING KOSTORYZ-BRAWNER PARKWAY SIGNAL HEAD LAYOUT "85 5 is CONDUIT SCHEDULE BRAWNER PARKWAY SNDIS 133BIS KOSTORYZ - NORTON SIGNAL HEAD LAYOUT 2 5' 0 5 A „ v A 8 .- 2 - 0 0 e A 0 CD - 0 o 0 a A 0 o 0 0 0 0 A 0 is CONDUIT SCHEDULE BRAWNER PARKWAY SNDIS 133BIS KOSTORYZ - NORTON SIGNAL HEAD LAYOUT 2 5' 0 5 A 1 8, 5 a a: CONDUIT SCHEDULE NORTON STREET SNOIS 133BIS 05/0.2C 2 JBM ADDENDUM NO. 2 N NO DA E DESCRIPTION REVISION NO DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC DETAILS SHEET 3 CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING 7"6"67552a5V858S aa; 0 e - o o o 1 8, 5 a a: CONDUIT SCHEDULE NORTON STREET SNOIS 133BIS 05/0.2C 2 JBM ADDENDUM NO. 2 N NO DA E DESCRIPTION REVISION NO DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC DETAILS SHEET 3 CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING 7"6"67552a5V858S 1111 11111111 1111 '111111111111111 2 2 2 2 2 A 2 o H 10 f PI- I „ 0 1OnN00 31 3d1 rrrrrrrrrrrrrrrr Niur ;AA wm29,-, 1111111111111111 11111 I -I I 2 0 272 272 / 22 110 I-1- I rrrrrrrrrrrrrrrr 1111 1111111111111111 ,14A2222 22,,g1222 1111111111111111 , - 1 11 1=1.1qd 0 'II 1 110 It- 1- I I I II I III I I II I III UrA .?,ggAC-Ogitlig HHH RDAS! N NO DESCRIPTION F2212ONNO. DO, DESC2P2ON KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) BRAWNER KOSTORYZ WIRING DIAGRAM CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING ff 22f f Rfff 1111111111111111 '111111111111111 o I 111 e H0 If- PI- I „ 0 1OnN00 31 3d1 rrrrrrrrrrrrrrrr Niur IIIIIIIIIIII,III1 ;AA ..4.-Noggsv 2 2 f I rffrrrrrrrrrrrrr 2P2"P 1111111111111111 1111111111111111 1111111111111111 , - 1111=1.11:10 ,110110 It -1- I 1111111111111111 !,ggACCAkHIC 0 DEVISI N NO E DESCRIPTION REVISION NO DOTE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) NORTON KOSTORYZ WIRING DIAGRAM CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING 8r;EI :C!!! DEVISI N NO E DESCRIPTION REVISION NO DOTE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ELECTRICAL SERVICE DETAIL CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING 8 4, 8r;EI :C!!! DEVISI N NO E DESCRIPTION REVISION NC DOTE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ELECTRICAL DETAILS SERVICE SCHEMATICS CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING 8r;EI :C!!! OA NO dV XO N no REVISI N NO E DESCRIPTION REVISION NO DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) ELECTRICAL DETAILS SERVICE ENCLOSURE NOTES CITY OF CORPUS CHRISTI TEXAS Capital Programs LE URBAN ENGINEERING 5 Di> < 00.41,4 NE5NNI EVA 5 E 5. Eto595 '97 4 -_....00-- . .0..• - dd [ M • - -0°.::, ,,,°: 1 •-•,z--f.,:`,:r,r.,r:P,7,,, -4 '',..:P=F- 5 , et 3; Fa.' a a aa? g ,s,,,8,00-5, 44 ,P p4f9 fa' ;loin .NN cq. -4E5 :7; ' FI,PRPW N" g' = :2- 7AWAVAYMYAW, STRUCTURE A 11 E H 'Iv ET P 5 5., - 8 I --) gi I - 29 Tv-. ino 2 o DRAWING ISSUED AS A DESIGN STANDARD TO BE USED AS APPLICABLE TO PROJECT. 121. f.„ 88. . . , 2 <, .,kigil 2 2 .. ;g §• 4ug 92°E, •,,r4,, g g4 . r. i 3 1 - 0342N .1,1, 8 88.... li_ 88118 a n g 3 59 5',4 9°7,4 i2 -1'a SHEET 1 OF 2 . Ril 5.2 RE :TS LIST 9 4E2 2 52 ninon` of Transportation C SIGNAL STRUCTURES ' ARM ASSEMBLY WIND ZONE) WA -100(1)-99 -11 ' 2222 V2i,§ . , <4 , Nr P . .5 g . tt4N,1.Tg° sesass, _ 5, 5 gi E ro 5 0 9 g e 9 ° 5 0 5 .5N.N N. DP. DEsc,„0,, REVISI. . DPIE D.... P3 , c' o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF CORPUS CHRISTI TEXAS WM 00 .., ti URBAN ENGINEERING SINGLE MAST ARM ASSEMBLY 0 ,.. 2 D'''''''' :Ili i•Wfignirli7sWilgiTagir7:043:74aiiIi1522;r7i Fti''..a; T r 8— 8 ) g oh• r,e, n 2 • rn rT1 F , w rn co -' WI vE o -21 ,,, 5t1 . 1 n . I N \ 2 IiiFi . P 2 i ' Fi ri 1 r1 1 1 - 0, ...' Ti n -. rn7 , o, g.' „ _r _ ' &.3 i , , . , . ._ 0 PI D' _ all=11 21 P.. DRAWING ISSUED AS A DESIGN STANDARD TO BE USED AS APPLICABLE TO PROJECT. -.-i. (131 co : g co g EEE.I. ',imam` of Tronsportatim DIvINon C SIGNAL STRUCTURES r ARM ASSEMBLY I WIND ZONE) .mA-100 (2) -96 '1"1 I rr!" 0 NE ZVI nrit F: C, ; 2 , , ' o KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CORPUS CHRISTI 410 CITY OF TEXAS ci pogs CCM alb , tE URBA... ENGINEERING SINGLE MAST ARM ASSEMBLY i i i D'''''''' Ponlei i'WfgorErrlia'oh7SeViirogirt4araa57,F7i 'aii'''a:i. 3 • . n,*Sr 1 _ __ -. P si'i Ft, ........ •-•..' - , ag. 1 ' Vr1 2iiinvei .-" FAAWRIAAA. Al_ MEN 0 ik. A. """'''''.1 '' -Au MI T2T Ill . Z.,-,-s----.FE'! rox Illw ' -. . e . P! 32P .. gl ia a , ""? wi 1-,-..%- i "2 2 . 2..: A L2'i W 4 ==PP5.1. o L -,3L' 31H K _ .. r ' iesidtNi.10 .. .._° 2 • 1 'T,,i - o '-' 11.111.111.11113S ....... , ,$ a g aMaT*XXWX3,7,1 0,1 17: ' CLAMP -ON DI , * TA Nr 1 1 • iii7.7P v.-). A., . - - 4111\ - -- rigralli ° , MI _ Loar.mk DRAWING ISSUED AS A DESIGN STANDARD TO BE USED AS APPLICABLE TO PROJECT. - -.44. , gt. 3(G° or 70 Pei. > 111111, .......g,§ ' 1 y....4‘.. . ktge ' a r i .iS2 ''.. a .., 5 -3; :2 ' WV V P dB" CM V rFl - , - 1 ki i ' . i momih. 5. 1 '43 ;IMP; fl 14. s'n, T • s s i 3 3" , RENEE E; p 2 g 8 R U , ti K 9241'05+ 7 > — cc, Ea• —I§ i 0 g 1 1 6...4MLME q . S L7, :3 Ea a R R RE,,, N NO BP, BY posooipBBN o,o,oN No 000, sy oEoco,,,,,, P3 ',1 -r-,'• g KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) CITY OF ' CORPUS CHRISTI TEXAS Ag4h 1**(..1 V pfgraR CCM a/6 H i E,' _8 " ft. tE URBA.. ENGINEERING MAST ARM CONNECTIONS .!:''''.i7,7'Fil'` ; D'"`"-"' illi iWALSTE:TrirsWil:FingrErgrainZi15;FrYi F4ii; 2 8 _ 18-0 12 v 4 -O' , m .1 E 9. 9 rrT, MEI '',71•MilMinIWAsakTil ____I\__ . 1 'F' 'IMINIUW , > , a ,- . , mm: i.. w r 7 - . , , 7 g t •:. t -, - , ° 4. II . 9 V . 11 II f, 9 : g ° F. m m _. NI - N , ). If atlireeMilr-., Ng. ME: :v4iTilo,„, El ° r- miduwAams 2 wit -.0 "13 [JEW, •2"; 0 m 1. Illn rgiff2M2ffh 1 Cr° , CaNI l'OC 7. m L m \ . ; gg . \ :5 „,§ • ! iq > i gi 5 § xi g a2 01 g9 TB r> DRAWING ISSUED AS A DESIGN STANDARD TO BE USED AS APPLICABLE TO PROJECT. I> gg=a8 ° -- . 5 7 i . \ / IIK t a ,-, kvii...A.mr MI•M= fl MIME / 1 i !, .iI 1.1 pli+Toxos Department of Transportation Ogrollcro 01.10on TRAFFIC SIGNAL SUPPORT STRUCTURES MAST ARM POLE DETAILS MA -D-07 110c= II. M1+ ma, mor wee rex. MOT M101 it 44 g .. . i., .. , 0 IIIII _ . . P. ES X p, , X 2 . KOSTORYZ ROAD . BRAWNER PKWYTO STAPLES ST. (BOND 2012) e CITY OF CORPUS CHRISTI TEXAS ,3m . - tE URBAN ENGINEERING MAST ARM POLE DETAILS'7E;7E71 , ''''''''''' Fell Uliall.-17a°.'t-,13:.:17.4.117:AlraFil2f air= ii:Ti ''51:iez 0 ;PIV ritt1na IA" 2,st,' .,..,,,. T _,D,i- .T ;I° ;,.' ,; ).- ' , 'Tia o,.. . 11 •TOD 1 I ' ,...,,,,,,, , ICE e= . PO Z , n , r9 t ; V.... , ••• ",4 , K z > .--1 Z •c%, I,-/ III ,. , • T. — w - ti ... • ,, -.1M11111141. li, , ,,,.. • z • '',' Q q i 1 ' in 5 0 _ m -.......201111114..,-; 155FIIIII4t. 1, c T LI CO n a) 7. g .......wsis - 1 -,,i ...;,..v. .i. -o "'• K z m i :."4111111kOtz, K ICS ) K (.n ......,....., , r— • 4altir IC . o •. o DRAWING ISSUED AS A DESIGN STANDARD TO BE USED AS APPLICABLE TO PROJECT. n' m x o m u) x ' a) m > H n H f- n 1).-o ' I— .2 a i M Z 1 7001-mmsrepom.o5sm1505O STANDARD ASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES ARM DETAILS LUM-A-99 .. g g _ - II 7 -II.- g LI REVISION NO. DATE ET DESCRIPTOR REVIMON ND. DATE DV DESORPTION SHEET 148 01150 REM DRAWING NO. STR -878 COY PROVE, j IT099 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) • C/ TY OF CORPUS CHRISTI TEXAS Capital Programs 89385 r.2 :, •oc, II URBAN ENGINEERING LUMINAIRE SUPPORT STRUCTURE ARM DETAILS ilaSiAirgS47. , "'"'" Fell Ulia°11-17,11°L.:A-,I.F.EA8.17:ar.i'ani:17,F3 iiiri g Table, . . .. ". NDATION SELECTION TABLE FOR STANDARD MAST ARM PLUS ILSN SUPPORT ASSEMBLIES (ft) 1 FDN 3I036-1 FDN 36-8 I 003 30.2 gl! il 4 i- , .„, 6' 8 Bo Thread I< ; 1 FOUN ,a I> '7'11 2 a 35' Urn. 1110 Heigh* '7 D 11 P. • i 2 0.2- 1 , 1'.°' i ii t . gi i li t ;2 .! •'; a Fir: 2 g g -t a la_a a 'Ida - a a ' i. . . ' e - _ ,_ i E = Z g 8 ' ° = . , i • @ @ @ 0 6 0 . MilWliMiliMli, _ ° ° ' 9 DRAWING ISSUED AS A DESIGN STANDARD TO BE USED AS APPLICABLE TO PROJECT. . : MIBUgirtra':-t ” , 10.-NIZAIT '''f, -- .1 4 -- - r 9 ' — •., Witr4,1 *14.....:0.1.1 _ 1 ^ • „ n6 ,',..r'• a :. _ = .11 2 0-• — 1111111111111111111111111111111 1111111111111111111111111111111• 'OUNDATION SUMMARY TABLE303 ® T. No. DRILLED= 1.6.11® /ft. 29-A I 30-A I 36-A 1 36-B1 42-A g: '. .2 ' :5 " 1111111111111111111111111111111 1111111111111111111111111111111 ' ' ' ' 11111111111111111111111111111111 Himont of Tronsportallon IC SIGNAL 'OUNDATION TS -FD -99 4 ''' — '' ' ' 7. — g 11111111111111111111111111111111 11111111111111111111111111111111 11111111111111111111111111111111 11111111111111111111111111111111 DEMON X0. DATE ET OESCRIPTION REVIMOH ND. DATE DV DE.,T00,4 SHEET 1490) 150 RECORD DRAWING NO. STR-878 COY PROVE, j IT099 KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) C/TY OF CORPUS CHRISTI TEXAS CopioJ Progrons es URBAN ENGINEERING IN TRAFFIC SIGNAL POLE FOUNDATION Roo 892F, ;MRm 2 mt2R R2S° V8 13N18V0 7.1 REVISION NO. DATE Err OESCRIPTON RENSION NO. DATE DESCRIPTION KOSTORYZ ROAD BRAWNER PKWY. TO STAPLES ST. (BOND 2012) TRAFFIC SIGNAL CONTROLLER CABINET BASE AND PAD 0 CITY OF CORPUS CHRISTI TEXAS Capital Programs IEURBAN ENGINEERING 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 21, 2016 (Owner) and Reytec Construction Resources, Inc. (Contractor). Owner and Contractor agree as follows: is between the City of Corpus Christi ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) Project No. E12099 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi, TX 78404 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 Road #5 Corpus Christi TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 510 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 540 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. Agreement 00 52 23 - 1 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) - Project No. E12099 Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 800 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 $ 800 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, 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 $8,796,224.60 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 00 52 23 - 2 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) - Project No. [12099 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95% percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) - Project No. [12099 Rev 06-22-2016 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. 1. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 Rev 06-22-2016 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 01 00 TABLE OF CONTENTS 2. Drawings listed in the Sheet Index 3. Addenda 4. Exhibits to this Agreement: a. Contractor's Bid Form b. n/a 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) - Project No. [12099 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI h �+I'+ u Digitally signed by Rebecca Huerta Rebecca H ue rta DN: cn=Rebecca Huerta, o, ou, L email=rebeccah@cctexas.com, c=US Date: 2016.07.11 15:56:20 -05'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: • 2016.07.11 11:44:09 -05'00' Janet L. Kellogg Assistant City Attorney Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2016.07.11 13:58:24 -05'00' J.H. Edmonds, P.E. Director of Engineering Services M2016-066 AUTHORIZED BY COUNCIL 6/21/16 RH/ML ATTEST (IF CORPORATION) CONTRACTOR Digitally signed by Thomas R. Pena Thomas R. Pena DN cn=Tho Resoas urces, rPena, s, ou, Reytec Construction Resources, ou, email=rpena@reytec.net, c=US Date: 2016.07.07 12:49:14 -05'00' Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Digitally signed by RH/ML DN: en=RH/ML, o=City of Corpus Christi, ou=City Secretary's Office, email=moniquel@cctexas.com, c=US Date: 2016.07.11 16:17:51 -05'00' Reytec Construction Resources, Inc. Gregg Reyes By: Title: Digitally signed by Gregg Reyes DN: cn=Gregg Reyes o=Reytec Construction Resourcesouemail=greyes@reytec.net. c=US Date: 2016.07.07 12:48:26 -05'00' President 1901 Hollister Street Address Houston TX 77080 City State Zip 713/957-4003 Phone Fax greyes@reytec.net EMail END OF SECTION Agreement 00 52 23 - 6 Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) - Project No. E12099 Rev 06-22-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1- BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Reytec Construction Resources, Inc. (type or print name of company) on: Wednesday, April 13, 2016 at 2:00 pm., for Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) - Project No. E12099. 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 - Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012), Project No. E12099 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 B'dder acknowledges receipt of the following Addenda: Addendum No. Addendum Date 1 03/31/2016 Sig tuureeAAcknowleda e 7t' Bid Acknowledgement Form Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 1 of 1 00 30 00 1 Rev 01-13.2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 2 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 00 - 3 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 510 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 540 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 7.01 In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 00 30 00 - 4 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Reytec Cnnstriwtinn Resniimes, Inn (type o'ryyrinted ull legal name of Bidder) 7: Gregg T. Reyes sident (individual's signature) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: Texas ed or printed) (individual's signature) 76-0516513 1901 Hollister St Houston, TX 77080 Phone: 713.957.4003 Email: greyes a(�reytec.net (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 Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 Rev 01-13-2016 00 30 01 BID FORM Project Name: Kostoryz Road - Brawner Parkway to Staples Street (Bond 2012) UNIT Project Number: E12099 EXTENDED AMOUNT Owner: City of Corpus Christi 1 -Al Bidder: R. �-t c C>, s -r -to. ; rCA,1 ez- s.....c..T 3-.r OAR: $ 2,00, oaa 1-A2 Designer: Urban Engineering 1 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid - (Part -1) Continuously Reinforced Concrete Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization (4.5% of Total) LS 1 $ Zoo oov_ $ 2,00, oaa 1-A2 Clear and Grub Right of Way AC 1 $ $, co."- — $ $, 00 r,- - 1-A3 Fence Removal and Replacement IF 2000 $ 'c - $ 40, 000 1-A4 Sod/Seeding SF 31500 $ 0 L'—' $ f 8, ctoc 1-A5 Traffic Control LS 1 $ a-oo, o00 -`- $ Zoo, oa,.. 1-A6 Allowance for Detour Maintenance LS 1 $ 20,000,00 $ 20,000.00 1-A7 Detour Pavement Pactching SY 3,000 $ 2S - $ .7s---,-00,.. .- 1-A8 1-A8 Ozone Action Days DAY 1 $ .5 --up - $ six) - 1-A9 StormwaterPollution Prevention Plan & BMPs L5 1 $ 8, vow- $ S,UOc. - SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A9) 57c' `/‘"t> r Part B - STREET/PAVING (CONCRETE) IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 8" Continuously Reinforced Concrete Pavement SF 241500 $ 8 - $ !, qr 1 ziOvo 1-B2 1" Type 'D' HMAC SY 27880 $ /0 - $ 27g .8-- 1.83 6" Compacted Crushed Limestone Base SY 27880 $ /t/ - $ .No _av- 1-64 12" Compacted Subgrade 5Y 27880 $ Y - $ 6//,-rz- - 1-85 6" Monolithic Block Curb LF 8956 $ ' - $ 3rez-1-^ 1-86 Concrete Driveway SF 3711 $ 1-C--- $ .5 GG 4--- --1-87 1-87 HMAC Pavement Transitions SY 505 $ 7O - $ 3.173.0o- 1 -B8 Roadway Excavation SY 28927 $ S - $Z3/ vie - 1-B9 Curb and Gutter Removal LF 9000 $ i .'r ' $ 13 S"° -- 1-610 Sidewalk Removal SF 22500 $ O _sN $ 11, Z-1 - 1-611 Driveway Removal SF 3750 $ / - $ 3 7 -rt' - 1-B12 Unanticipated Driveway Removal SF 500 $ / - $ Jbro - 1.313 Manhole/Valve Adjustment LS 1 $ /.( oo.--- $ /.t, Doti - 1-1314 Pavement Marking (Y) (4") (SID) (DBL) LF 4700 $ 0 3° $ L'', 76,. - 1-B15 Pavement Marking (W & B) (4") (BRK) Shadow Lane Line LF 8570 $ 9 - $ 77 13 o - , 1-B16 Pavement Marking (W) (8") (SLD) LF 665 $ O $ 532 - 1-817 Pavement Marking (W) (24") (SLD) LF 2575 $ / S- $ 3'8, G 2s = 1-618 Pavement Marking (Y) (24") (SLD) IF 150 $ /S-- $ z 'Zs - 1-619 Pavement Marking (W) (12") (SLD) LF 1695 $ 8 - $ t3, -5-4. - Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 1 of 10 Pagelof 5 REV. 03-16-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B20 Pavement Marking (W) (Arrow) EA 12 $ Zoo - $ Z, 40. - 1-B21 Pavement Marking (W) (Only) EA 5 $ 30c - $ /, Stio - 1-B22 Pavement Marking (W) (Yield Triangle) EA 5 $ Zg - $ 7 do - 1-823 Temporary Pavement Marking (Y) (4") (BRK) for Phase 1 LS 1 $ _5:000 - $ s7 oo.- 1-124 Raised Pavement Marker (TY I -C) EA 175 $ 4-- $ 1'-' - 1-B25 Raised Pavement Marker (TY II -A -A) EA 285 $ 4- "- $ 1, ! y.> - 1-826 Street Sign Assembly w/9" Blades and Stop Sign EA 4 $ (2 oa - $ 3, 200 - 1-327 Temporary Yellow Raised Pavement Markers LS 1 $ 'Z,0, oo,, - $ Zy, oo.c, - r 1-1328 Speed limit Signs EA 3 $ --7d� - $ 2, i ow - 1-1329 Other Regulatory Signs EA 5 $ -70 - - $ 3, -1-1-'0 - r o- 1-130 1-1330 Allowance for Unanticipated Street Improvement LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - STREET/PAVING (CONCRETE) IMPROVEMENTS (Items 1-B1 thru 1.830) 3 7 a,o, y 37— `- Part C - RTA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Bus Stop Shelter Pad SF 910 $ /g - $ /,‘.Pvo- 1-C2 Demolition of Existing Shelter Pad SF 360 $ 2 - $ 7 zo - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-C2) $ /7 la,, - Part D- ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Sidewalk SF 53354 $ $ - $ `/ 24, k32-- 3z1-D2 1-D2 Monolithic Retaining Curb LF 1800 $ 6 - $ 117 0"o- 1-03 Accessible Ramps SF 2627 $ Z-3 - $ ‘o, erg/ - SUBTOTAL PART D - ADA IMPROVEMENTS (1-01 THRU 1-03) $ 40Y; Z.(3- — Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Connect 8'x5' Box to 10'x10' Box EA 1 $ to, Coo- $ to, oo a - 1-E2 1B-3 (Type 'B' MH with 2 Tie-ins) EA 1 $ 11, coo - $ 17 4,0 - 1-E3 8'x5' RCB LF 1722 $ 11 c - $ ! 4 q T °- - 1-E4 5'x5' RCB LF 43 $ G 70 - $ Z9 i-rY - 1-E5 60" RCP LF 1280 $ 4/70 - $ +oo/, Goo - 1 -E6 54" RCP LF 201 $ 9s ' - $ 90 Y'" 1-E7 48" RCP LF 252 $ 37. - $ qq.,oa - 1-E8 36" RCP LF 334 $ ZJC - $ 7E4190)- 1 -E9 30" RCP LF 292 $ Zoo - $ , Yos - 1-E10 24" RCP LF 76 $ J 60 - $ 12, /6 0 - 1 -Ell 18" RCP LF 503 $ 71{0 - $ -V, 712.o - 1-E12 15" RCP LF 197 $ / 30 - $ 24 6 /o - 1-E13 5' Curb Inlet EA 25 $ V o oa - $ /oo, oda - 1-E14 Type 'A' Manhole EA 5 $ (o, -(0 - $ .72,.Svb - 1-E15 Type 'B' Manhole EA 5 $ /e, ova - $ qv, 000- 1-E16 Type 'C' Manhole EA 9 $ .Z So -' - $ 3Y,'10pr 1-E17 Tie to Existing 15" RCP EA 3 $ -rbo - $ /,-T-,.. - 1-E18 Tie to Existing 24" RCP EA 4 $ 70 a - $ Z7 8 C. "- Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 2 of 10 Page2of 5 REV 03 16 2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-E19 Tie to Existing 30" RCP EA 1 $ $ov - $ Soo - 1-E20 Temporary Connection EA 7 $ 1, 0.. -- $ 7 Doo - 1-E21 OSHA Trench Safety Plan LF 4902 $ / - $ %9oL - 1-E22 OSHA Manhole/Inlet Safety Plan EA 43 $ / 4' - $ y, 7ov - 1-E23 Strom Water Pipe Removal and disposal, various sizes LS 1 $ 4-7),voo - $ -C7',"'" - 1-E24 Manhole Removal EA 13 $ 7.'o - $ j t 0.2 - 1-E25 Inlet Removal EA 22 $ 3.00 _ $ G Goy _ 1-E26 Allowance for Unanticipated Stormwater Improvement 1.5 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E26) , //, /4. — Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid 1-F1 6" C-900 Water Line LF 3485 $ 70 - 5 25'3 - 1-F2 8" C-900 Water Line LF 156 $ / 70 - $ 24,.j2,-, - 1-F3 6" 0.1. Water Line LF 140 $ Z Zo - $ 30, $vc, - 1-F4 8" D.I. Water Line LF 125 $ '224- - $ 2g, 21m. --- 1-F5 4"x4" Tapping Sleeve,4" Tapping Valve EA 1 $ /, .fl - $ ( Tow - 1-F6 6"x6" Tapping Sleeve,6" Tapping Valve EA 2 $ 1 -r ° -- $ 3, o 0, -- 1-F7 8"x6" Tapping Sleeve, 6" Tapping Valve EA 1 $ /, So" - $ (,-.1-,-.., - 1-F8 8"x8" Tapping Sleeve, 8" Tapping Valve EA 1 $ i' su. - $ f, 'r - 1-F9 12"x6" Tapping Sleeve, 6" Tapping Valve EA 4 $ 8, 0..)o- $ 3 Z, o cJo- 1-F10 12"x8" Tapping Sleeve, 8" Tapping Valve EA 3 $ S, o oo - $ ''Z.4/,00. - 1-F11 8"x11.25° D. 1. Bend EA 1 $ 3'u - $ Toa - 1-F12 6"x45" D. 1. Bend EA 46 $ 2-70 - $ 1Z., q2.0 - 1-F13 8"x45° D. I. Bend EA 16 $ 300 - $ "40 co - 1-F14 6"x90° D. I. Bend EA 2 $ 270 - $ -CY0 - 1-F15 8"x90° D.I. Bend EA 2 $ ?Za - $ G L/- - 1-F16 6" D. I. Tee EA 2 $ 3S1) - $ 700 - 1-F17 8" D. I. Tee EA 1 $ `r` - $ Ys'a - 1-F18 6" D. I. Cross EA 1 $ Y04 - $ .0o - 1-F19 6" Gate Valve & Box EA 5 $ 1, o 0 0 - $..(71,,D - 1-F20 8" Gate Valve & Box EA 1 $ / -tl o - $ / -r" "' - 1-F21 6"x4" D. I. Reducer EA 4 $ 20. - $ 0 v., - 1-F22 8"x6" D. 1. Reducer EA 1 $ 1st, - $ 21l - 1-F23 OSHA Trench Safety Plan LF 3906 $ 0r--' $ .7q . ,'= 1-F24 New Fire Hydrant EA 7 $ 4, o a u - $ 92, 0,... - 1-F25 Grout Fill Existing Water Line LF 3150 $ S.-- $ /4-:7.ro- 1-F26 Remove and Replace Fire Hydrant EA 2 $ 1, o.. - $ 2, ovo - 1-F27 Service Reconnect EA 34 $ 1, 000 - $ 79,, o. -a _ 1-F28 Allowance for Unanticipated Water Improvement LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F28) S23) 76c 4::-.- = Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 3 of 10 Page3of 5 REV, 03 16-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 12" CIPP LF 120 $ 2. s--- $ 30 030 - 1-G2 6" VCP to 8" HDPE Pipe Bursting LF 1550 $ So - $ /2-46,00 - 1-G3 4' Fiberglass Manhole EA 1 $/Z ,p.o. - $ /Z -s-ao - 1-G4 Manhole Rehab EA 4 $ / 7 woo - $ f27voO - 1-G5 Post CCTV LF 1670 $ 4- - $ 4, 6 5 o - 1-G6 Control of W.W. Flow LS 1 $ 1 0-00- $ /, oo-o •- 1-G7 Service Reconnect EA 30 $ 1, -P°o - $ Y.( o o - 1-G8 Allowance for Unanticipated Wastewater Improvement LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G8) ZS /, /5e) - Part H -ELECTRICAL & SIGNALIZATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid 1-H1 2" Schedule 80 PVC Conduit LF 4500 $ (0 - $ 4.(; 00.0- 1-112 Ground Box (Type -0) EA 9 $ 3,000 - $ Z7, aoo-- 1-H3 4"x22.5° PVC Bend EA 11 $ 10 - $ -7-10 - 1-H4 Back Plate (12 IN) (3 SEC) EA 16 $ too - c©- $ f, 6,c2)- 1-H5 1-H5 Back Plate (12 IN) (5 SEC) EA 4 $ t I ‘-- $ 44.o - 1-H6 Conduit (PVC) (SCH. 40) (2 IN) LF 300 $ t(, - $ 4, 8vo - 1-117 Conduit (PVC) (SCH. 40) (2 IN) Bore LF 160 $ 2.3 - $ 3, G 80 - 1-118 Conduit (PVC) (SCH. 40) (4 IN) LF 200 $ Z 8 - $ 4; b o— - 1-119 Coordination of Traffic Signal System LS 2 $ & 5-0 0. - $ 13 o cso - 1-H10 Electric Conductor (NO. 6) Insulated LF 350 $ 3 - $ 1, o ° - 1-1111 Electric RIC Service TY 0 (120/240)060(NS)5S(N)SP(0) EA 1 $ S ,.94.., - $ .t; o 00 - 1-H12 Drill Shaft FND for Pedestrian Pole (24 IN DRILL) LF 40 $ 1 G4 - $ ' ,'f» - 1-1113 Drill Shaft FND for Traffic Signal (36 IN DRILL) LF 180 $ 3.00 - $ -(/ 0' - 1-1114 ILSN (LED) (6 S) EA 8 $ 4,for, - $ 32.,0Gt. - 1-11 Pedestrian Audible Central Controller EA 2 yA $ - `f;15 $ Q, 00,- 1-H16 Pedestrian Audible Push Button Assembly, with R10 38 Si EA 14 $ 8P' - $ ii‘ 5.G- 1-1117 Pedestrian Countdown Head Assembly EA 14 $ S -3o - $ "7, 'y2,o - 1-H18 Pedestrian Pole Assembly EA 3 $ (/000. - $ 7 0u. - 1-1119 R10-12 SIGN EA 4 $ l4-7 - $ fe`E - 1-H20 R10 -3B SIGN EA 10 $ 16c., - $ 1, 6,0. - 1-H21 Radar Vehicle Sensing Device (RVSD) EA 12 $ 10 4-1-» - $124,00., - 1-1122 Remove Traffic Signal Poles EA 10 $ 3, `(0„ - $ 31, oO ' - 1-H23 Traffic Controller Unit and Cabinet EA 2 $ Zir<.Oo - $So 0 0's- 1-1124 Traffic Signal Cable (TY A) (14 AWG)(16 CONDUCTOR) LF 400 $ 3 - $ ( 1.- - 1-H25 Traffic Signal Cable (TY A) (14 AWG) (4 CONDUCTOR) LF 450 $ 2- - $ R o G - 1-H26 Traffic Signal Cable (TY A) (14 AWG) (7 CONDUCTOR) LF 400 $ -1- -7-f- $ 5 2 - 1-H27 Traffic Signal Pole AM (S) 1 ARM (44 FT) EA 2 $ - oo- $ ii",, ,,...- 1-H28 1-H28 Traffic Signal Pole AM (5) 1 ARM (40 FT) EA 4 $ 0 , Sb " = $ 3yi .�0- 1-H29 Traffic Signal Pole AM (S) 1 ARM (32 FT) EA 1 $ e,000 - $ $ ...:,s, - 1-H30 Traffic Signal Pole AM (5) 1 ARM (20 FT) EA 1 $ (P s bo • $ ‘,-.1-1)0 - 1-H31 Traffic Signal Radar Sensing Cable LF 500 $ .5"-- $ Z, CD. - 1-H32 UPS (3.0 KVA) (TWR) EA 2 $ q sno - ,o- $ 19 ,,,..- Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 4 of 10 Page4of 5 REV 03-16-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-1-133 Vehicle Signal SEC (12 IN) LED (GRN ARW) EA 4 $ .L3:) - $ 4 2~ - 1-H34 Vehicle Signal SEC (12 IN) LED (GRN) EA 20 $ v2 3' - $ '/ 6w - 1-H35 Vehicle Signal SEC (12 IN) LED (RED) EA 20 $ .Z 7o - $ v., Ov - 1-H36 Vehicle Signal SEC (12 IN) LED (VEL ARW) EA 4 $ 2 Yo - $ q2.0 - 1-H37 Vehicle Signal SEC (12 IN) LED (YEL) EA 20 $ Z- .7 - $ `,,L as - 1-H38 Ground Box with Apron EA 14 $ Ids - $ te, 204- 1-H39 Allowance for Unanticipated Electrical and Signalization Improvements LS G 1 I, Sao $ 10,000.00 $ 10,000.00 SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (1-H1 THRU 1-H39) 579, --77-e Part 1- GAS IMPROVEMENTS (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) BID 1-11 Trench Backfill & Compaction LF 8050 $ i o - $ So .T-`', - 1-12 OSHA Trench Safety LF 8050 $ & Jo $ 3OS-- S-SUBTOTAL SUBTOTALPART I - GAS IMPROVEMENTS (1-11 THRU 1-12) $ 81,70.‘-- 1, ' - BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A9) $ S 7o 9 0 o - SUBTOTAL PART B - STREET/PAVING (CONCRETE) IMPROVEMENTS (Items 1-B1 thru 1-630) $ - , -31-0, 4 3 Z - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-C2) $ 1 7, L oo - SUBTOTAL PART D - ADA IMPROVEMENTS (Items 1-D1 thru 1-D3) $ a 4; .2...c7 - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items 1-E1 thru 1-E26) $ 2, 25 1 1, '2 6C. - SUBTOTAL PART F - WATER IMPROVEMENTS (Items 1-F1 thru 1-F28) $ S 2 9, ' L- c,, ‘'''.— 'SUBTOTAL SUBTOTALPART G - WASTEWATER IMPROVEMENTS (Items 1-G1 thru 1-G8) $ a g f, f 8 0 - SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (Items 1-H1 thru 1-H3S $ 5 7 ', 1'Z-& - SUBTOTAL PART I - GAS IMPROVEMENTS (Item 1-I1 thru 1-12) $ St, 36, - (TOTAL PROJECT BASE BID (Part - 1) (PARTS A THRU 1) $ 8, 74G 2 -i - Bidder agrees to reach Substantial Completion in 510 days Bidder agrees to reach Final Completion in 540 days Bid Form - Concrete Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 5 of 10 Page5of 5 REV. 03 162016 00 30 01 BID FORM 0 3 ) 19 Project Name: Kostoryz Roe Brawner Parkway to Staples Street (Bond 2012) Project Number: E12099 Owner: City of Corpus Christi Bidder: Reytec Construction Resources, Inc. OAR: Mobilization (4.5% of Total) `\ Designer: Urban Engineering \ Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid - art 2) Asphalt Part A • General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR AYMENT) 2 -Al Mobilization (4.5% of Total) `\ LS 1 $ - $ - 2-A2 Clear and Grub Right of WayAC 27880 1 $ - $ - 2-A3 Fence Removal and Replacement LF 2000 $ - $ - 2-A4 Sod/Seeding S 31500 $ - $ - 2 -AS Traffic Control LS 1 $ - $ - 2-A6 Allowance for Detour Maintenance LS 1 $ 20,000.00 $ 20,000.00 2-A7 Detour Pavement Patching SY 000 $ - $ - 2-A8 Ozone Action Days DAY $ - $ - $ - 2-A9 Stormwater Pollution Prevention Plan & BMPs L5 1 $ - $ - SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A9) SF Part B - STREETIPAVING (ASPHALT) IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FO AYMENT) 2-81 4" HMAC (Type 'D') SY 26614 $ - $ - 2-82 Prime Coat (0.15 Gal/SY) SY 26614 $ - $ - 2-B3 15" Limestone (Type A, Grade 1) SY 27880 $ $ - 2-84 12" Compacted Subgrade SY 27880 $ $ _ 2-B5 Geogrid (TX -5) SY 27880 $ -\ 5 - 2-86 6" L -Curb LF 8956 $ - \ $ - 2-87 Concrete Driveway SF 3711 $ - '$ - 2-B8 HMAC Pavement Transitions SY 505 $ - 5" - 2-B9 Roadway Excavation SY 28927 $ - $ - 2-810 Curb and Gutter Removal LF 9000 $ - $ - 2-811 Sidewalk Removal SF 22500 $ - $ - 2-812 Driveway Removal SF 3750 $ - $ 1 - 2-B13 Unanticipated Driveway Removal SF 500 $ - $ `.- 2-614 Manhole/Valve Adjustment LS 1 $ - $ - 2-B15 Pavement Marking (Y) (4") (SLD) (DBL) LF 4700 $ - $ - 2-816 Pavement Marking (W) (4") (BRK) LF 8570 $ - $ - 2-B17 Pavement Marking (W) (8") (SID) LF 665 $ - $ - 2-B18 Pavement Marking (W) (24") (SLD) LF 2575 $ - $ - 2-819 Pavement Marking (Y) (24") (SLD) LF 150 $ - $ - Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 6 of 10 Page 1 of 5 110/01 13 2616 00 30 01 BID FORM f81 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNITPRICE EXTENDED AMOUNT 2-B20 Pavement Marking (W) (121 (SLD) LF 1695 $ - $ - 2-: Pavement Marking (W) (Arrow) EA 12 $ - $ - 2-B22 '-vement Marking (W) (Only) EA 5 $ - $ - 2-B23 Pav- •sent Marking (W) (Yield Triangle) EA 5 $ - $ - 2-B24 Tempora Pavement Marking (V) (4") (BRK) for Phase I LS 1 $ - $ - 2-825 Raised Pave - nt Marker (TY I -C) EA 175 $ - $ - 2-B26 Raised Pavement arker (TY II -A -A) EA 285 $ - $ - 2-827 Street Sign Assembly • 9" Blades and Stop Sign EA 4 $ - $ - 2-B28 Temporary Yellow Raise, ' avement Markers LS 1 $ - $ - 2-B29 Speed Limit Signs EA 3 $ - $ - 2-B30 Other Regulatory Signs EA 5 $ - $ - 2-831 Allowance for Unanticipated Street • provements LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - STREET/PAVING (ASPHALT) IMPRO MENTS (Items 2-81 thru 2-B31) 2-E14 Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREM T AND BASIS FOR PAYMENT) 2-C1 Bus Stop Shelter Pad SF 910 $ - $ - 2-C2 Roadway Bus Pad (with base and subgrade) SF 1980 $ - $ - 2-C3 Demolition of Existing Shelter Pad` SF 360 $ - $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-C3) S'x5' RCB Part D • ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR YMENT) 2-D1 Concrete Sidewalk SF 53354 $ - $ - 2-D2 Monolithic Retaining Curb LF 1800 $ - $ - 2-D3 Accessible Ramps SF 2 27 $ - $ - SUBTOTAL PART D - ADA IMPROVEMENTS (2•D1 THRU 2-03) S'x5' RCB Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Connect 8'x5' Box to 10'x10' Box EA 1 $\ - $ - 2-E2 JB -3 (Type 'B' MH with 2 Tie-ins) EA 1 $ - $ - 2-E3 8'x5' RCB LF 1722 $ - $ - 2-E4 S'x5' RCB LF 43 $ - $ - 2-E5 60" RCP LF 1280 $ - $ - 2-E6 54" RCP LF 201 $ $ - 2-E7 48" RCP LF 252 $ - - 2-E8 36" RCP LF 334 $ - \$ 2-E9 30" RCP LF 292 $ - - 2-E10 24" RCP LF 76 $ - $ - 2 -Ell 18" RCP IF 503 $ - $ \ - 2-E12 15" RCP LF 197 $ - $ - 2-E13 5' Curb Inlet EA 25 $ - $ - 2-E14 Type 'A' Manhole EA 5 $ - $ - 2-E15 Type '8' Manhole EA 5 $ - $ - 2-E16 Type 'C' Manhole EA 9 $ - $ - Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 7 of 10 Page 2 of 5 REV 01 132016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUNIT QUANTtTY PRICEEXTENDED AMOUNT 2-E17 'e to Existing 15" RCP EA 3 $ - $ - 2-E18 Tie t• xisting 24" RCP EA 4 $ - $ - 2-E19 Tie to Ex, 'ng 30" RCP EA 1 $ - $ - 2-E20 Temporary • •nection EA 7 $ - $ - 2-E21 OSHA Trench Saf Plan LF 4902 $ - $ - 2-E22 OSHA Manhole/Inlet '-fety Plan EA 43 $ - $ - 2-E23 Strom Water Pipe Remov. and disposal, various sizes LS 1 $ - $ - 2-E24 Manhole Removal EA 13 $ - $ - 2-E25 Inlet Removal EA 22 $ - $ - 2-E26 Allowance for Unanticipated Storm : er Improvements LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2-E1 - U 2-E26) 2-F12 Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASURfi(v1ENT AND BASIS FOR PAYMENT) 2-F1 6" C-900 Water Line LF 3485 $ - $ - 2-F2 8" C-900 Water Line LF 156 $ - $ - 2-F3 6" D.I. Water Line LF 140 $ - $ - 2-F4 8" D.I. Water Line LF 125 $ - $ - 2-F5 4"x4" Tapping Sleeve,4" Tapping Valve A 1 $ - $ - 2-F6 6"x6" Tapping Sleeve,6" Tapping Valve E • 2 $ - $ - 2-F7 8"x6" Tapping Sleeve, 6" Tapping Valve EA 1 $ - $ - 2-F8 8"x8" Tapping Sleeve, 8" Tapping Valve EA 1 $ - $ - 2-F9 12"x6" Tapping Sleeve, 6" Tapping Valve EA 4 $ - $ - 2-F10 12"x8" Tapping Sleeve, 8" Tapping Valve EA $ - $ - 2-F11 8"x11.25° D.I. Bend EA 1 $ - $ - 2-F12 6"x45' D.1. Bend EA 46 $ - $ - 2-F13 8"x45° D. I. Bend EA 16 - $ - 2-F14 6"x90° D. I. Bend EA 2 $ - $ - 2-F15 8"x90° D. 1. Bend EA 2 $ - $ - 2-F16 6" D. I. Tee EA 2 $ - $ - 2-F17 8" D. 1. Tee EA 1 $ - $ - 2-F18 6" D.I. Cross EA 1 $ - $ - 2-F19 6" Gate Valve & Box EA 5 $ $ - 2-F20 8" Gate Valve & Box EA 1 $ - $ - 2-F21 6"x4" D. I. Reducer EA 4 $ - \\$ - 2-F22 8"x6" 0. 1. Reducer EA 1 $ - $ - 2-F23 OSHA Trench Safety Plan LF 3906 $ - $ - 2-F24 New Fire Hydrant EA 7 $ 5,- 2-F25 Grout Fill Existing Water Line LF 3150 $ - $ - 2-F26 Remove and Replace Fire Hydrant EA 2 $ - $ - 2-F27 Service Reconnect EA 34 $ - $ - 2-F28 Allowance for Unanticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2-F28) Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 8 of 10 Page 3 of 5 REV 01 132016 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED $ - 2-G2 6" VCP to 8" HDP 'ipe Bursting QUANTITY 1550 AMOUNT Part G -WASTEWATER I * - OVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 12" CIPP LF 120 $ - $ - 2-G2 6" VCP to 8" HDP 'ipe Bursting LF 1550 $ - $ - 2-G3 4' Fiberglass Manhole EA 1 $ - $ - 2-G4 Manhole Rehab EA 4 $ - $ - 2 -GS Post CCTV LF 1670 $ - $ - 2-G6 Control of W.W. Flow LS 1 $ - $ - 2-G7 Service Reconnect EA 30 $ - $ - 2-G8 Allowance for Unanticipated Wastewat- Improvements L5 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 HRU 2-G8) Coordination of Traffic Signal System Part H -ELECTRICAL & SIGNALIZATION IMPROVEMENTS (per SECT N 01 29 01 MEASUREMENT & BASIS FOR PAYMENT) 2-H1 2" Schedule 80 PVC Conduit LF 4500 $ - $ - 2-H2 Ground Box (Type -D) EA 9 $ - $ - 2-H3 4"x22.5" PVC Bend EA 11 $ - $ - 2-H4 Back Plate (12 IN) (3 SEC) EA 16 $ - $ - 2-H5 Back Plate (12 IN) (5 SEC) 4 $ - $ - 2-H6 Conduit (PVC) (SCH. 40) (2 IN) LF 300 $ - $ - 2-H7 Conduit (PVC) (SCH. 40) (2 IN) Bore LF 160 $ - $ - 2-H8 Conduit (PVC) (SCH. 40) (4 IN) LF 200 $ - $ - 2-H9 Coordination of Traffic Signal System LS 2 $ - $ - 2-H10 Electric Conductor (NO. 6) Insulated LF 3 0 $ - $ - 2-H11 Electric RIC Service TY 0 (120/240)060(NS)SS(N)SP(0) EA 1 $ - $ - 2-H12 Drill Shaft FND for Pedestrian Pole (24 IN DRILL) LF 40 $ - $ - 2-H13 Drill Shaft FND for Traffic Signal (36 IN DRILL) LF 180 - $ - 2-H14 ILSN (LED) (6 S) EA 8 $\ - $ - 2-1115 Pedestrian Audible Central Controller EA 2 $ \ - $ - 2-H16 Pedestrian Audible Push Button Assembly, with R10 3B Si EA 14 $ \ - $ - 2-H17 Pedestrian Countdown Head Assembly EA 14 $ \ - $ - 2-H18 Pedestrian Pole Assembly EA 3 $ \ - $ - 2-H19 R10-12 SIGN EA 4 $ \- $ - 2-1120 R10 -3B SIGN EA 8 $ -\ $ - 2-H21 Radar Vehicle Sensing Device (RVSD) EA 10 $ - \, $ - 2-H22 Remove Traffic Signal Poles EA 10 $ - \$ - 2-1123 Traffic Controller Unit and Cabinet EA 2 $ - $* - 2-H24 Traffic Signal Cable (TY A) (14 AWG)(16 CONDUCTOR) LF 400 $ - $ \ - 2-H25 Traffic Signal Cable (TY A) (14 AWG) (4 CONDUCTOR) LF 450 $ - $ - 2-1126 Traffic Signal Cable (TY A) (14 AWG) (7 CONDUCTOR) LF 400 $ - $ - 2-H27 Traffic Signal Pole AM (5) 1 ARM (44 FT) EA 2 $ - $ - 2-H28 Traffic Signal Pole AM (S) 1 ARM (40 FT) EA 4 $ - $ - 2-H29 Traffic Signal Pole AM (5) 1 ARM (32 FT) EA 1 $ - $ - 2-1130 Traffic Signal Pole AM (5) 1 ARM (20 FT) EA 1 $ - $ - 2-1131 Traffic Signal Radar Sensing Cable LF 500 $ - $ - 2-H32 UPS (3.0 KVA) (TWR) EA 2 $ - $ - 00 30 01 BID FORM � I� ILQ Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 9 of 10 Page 4of5 REV 01 132016 00 30 01 BID FORM no BO Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-H33 Vehic • ignal SEC (12 IN) LED (GRN ARW) EA 4 $ - $ - 2-H34 Vehicle Sig .1 SEC (12 IN) LED (GRN) EA 20 $ - $ - 2-H35 Vehicle Signal . C (12 IN) LED (RED) EA 20 $ - $ - 2-H36 Vehicle Signal SEC IN) LED (YEL ARW) EA 4 $ - $ - 2-H37 Vehicle Signal SEC (12 LED (YEL) EA 20 $ - $ - 2-H38 Ground Box with Apron EA 14 $ - $ - 2-H39 Allowance for Unanticipated _ trical and Signalization Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION 1 ' • OVEMENTS (2-111 THRU 2-H39) Part 1 -GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUR ENT & BASIS FOR PAYMENT) 2-11 Trench Backfill & Compaction LF 8050 $ - $ - 2-12 OSHA Trench Safety LF 8050 $ - $ - SUBTOTAL PART 1 - GAS IMPROVEMENTS (2-11 THRU 2-12) SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (Items 2-H1 thru 2-H3c BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A9) $\ - SUBTOTAL PART B - STREET/PAVING (ASPHALT) IMPROVEMENTS (Items 2-B1 thru 2-831) $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-C3) $ - SUBTOTAL PART D - ADA IMPROVEMENTS (Items 2-D1 thru 2-D3) $ - SUBTOTAL PART E • DRAINAGE IMPROVEMENTS (Items 2-E1 thru 2-E26) $ - SUBTOTAL PART F - WATER IMPROVEMENTS (Items 2-F1 thru 2-F28) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items 2-G1 thru 2-G8) $ - SUBTOTAL PART H - ELECTRICAL & SIGNALIZATION IMPROVEMENTS (Items 2-H1 thru 2-H3c $ - SUBTOTAL PART 1 - GAS IMPROVEMENTS (Item 2-11 thru 2-12) $ - 'TOTAL PROIEC ASE BID (Part - 2) (PARA THRU I) Contract Times 1 Bidder agrees to reach Substantial Completion in 510 days Bidder agrees to reach Final Completion in 540 days Bid Form - Asphalt Kostoryz Road-Brawner Parkway to Staples Street Bond (2012) - Project No. E12099 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 10 of 10 Page 5 of 5 REV 01.13-2016 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 C7 Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: Reytec Construction Resources, Inc. 74-217 —(4y ed or printed) (s7gnatu a -- attach evidence of authority to sign) Gregg T. Reyes (typed or printed) President 1901 Hollister St. Houston, TX 77080 713.957.4003 Email: greyes©reytec.net END OF SECTION Compliance to State Law on Nonresident Bidders Kostoryz Road -Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest it) wer City of Corpus Chnsti SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Reytec Construction Resources, Inc. P. O. BOX: STREET ADDRESS: 1901 Hollister St. FIRM IS: 1. Corporation 4. Association CITY: Houston 2. Partnership 5. Other ZIP: 77080- 3. Sole Owner 0 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) None 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 None 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 None 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 None Consultant City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Gregg T. Reyes (Type or Prim) Signature of Certifying Person: DEFINITIONS Title: President Date: 04/13/16 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. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) Project No. E12099 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Reytec Construction Resources, Inc. typed or printed) (signature -- attach evidence of authority to sign) Gregg T. Reyes (typed or printed) President 1901 Hollister St Houston, TX 77080 Phone: 713.957.4003 Email: greyes@reytec.net END OF SECTION Non -Collusion Certification Kostoryz Road — Brawner Parkway to Staples Street (Bond 2012) — Project No. E12099 003006-1 11-25-2013 BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 KNOWN ALL BY THESE PRESENTS, That we, Reytec Construction Resources, Inc. as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto City of Corpus Christi, Texas , as Obligee, in the sum of five Percent of Greatest Amount Bid Dollars ( 5% GAB ) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Kostorvz Road - Br:wner Parkway to Staples Street (Bond 201L) Project # E12099 ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 12th day of April 2016 By: By: Reytec Construction Resources, Inc. (Principal) Gregg T. Reyes, President Travelers Casualty and Surety Company of America Snider , Attorney -in -Fact L TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 226123 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 006521813 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Norman E. Adams. John A. Prince, Michael Macomber, and Larry D. Snider of the City of Houston, State of Texas their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory =in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and execditiag or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies'l day ofave caused this instrument to be signed and their corporate seals to be hereto affixed, this vV15th eto r 1LVVll Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ' HARTFORD, t HARTFORD, r By: Robert L. Raney, enior Vice President 15th October 2015 On this the day of before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. 58440-8-12 Printed in U.S.A. \.134AiA C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer. any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 2th day of April 2o15 ?: SEAL oeil 14( Kevin E. Hughes, Assistant Sec tary 2 mimeo ccrat To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 006113 PERFORMANCE BOND BOND NO. 106489016 Contractor as Principal Surety Name: Reytec Construction Resources, Inc. Name:Travelers Casualty and Surety Company of America Mailing address(principal place of business): Mailing address(principal place of business): 1901 Hollister St. 4650 Westway Park Blvd. Houston,TX 77080 Houston, TX 77041-2036 Physical address (principal place of business): Owner 4650 Westway Park Blvd. Name: City of Corpus Christi,Texas Houston, TX 77041-2036 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of:Connecti cut Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): E12099 Kostoryz Road—Brawner Parkway to 281-606-8417 Staples Street(Bond 2012) - Telephone (for notice of claim): 1-800-328-2189 Local Agent for Surety Name: Larry D. Snider Adams Insurance Service, Inc. Award Date of the Contract:_June Zi, 2016 Address: 427 W. 20th St. , #500 Contract Price: $8,796,224.60 Houston, TX 77008 Telephone: 713-869-8346 Bond Email Address: Isnider@adamsins.com Date of Bond: June 30, 2016 The address of the surety company to which any notice of claim should be sent may be obtained C (pate Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number.1-800-252-3439 Performance Bond 006113-1 E12099 Kostoryz Rd Brawner to Staples 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 Princi I Surety ^ � 4 1 I Signature: , Signature: `�✓. „ l Name: Gregg T. Reyes Name: - arrA Snider Title: President Title: Attorney-in-Facia Email Address: greyes@reytec.net Email Address: lsnider@adamsins.com (Attach Power of Attorney and place surety seal below) G= s 4• ylfdi'r+ellilli�c. END OF SECTION Performance Bond 006113-2 E12099 Kostoryz Rd Brawner to staples 7-8-2014 •y~� � 7_ �I w i �• �+�• 1 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AW POWER OF ATTORNEY TRAVELERS .! Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company orAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 22)0 123 Certificate No. 006521846 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul (Guardian Insurance Company,St.Paul Mercury Insurance Company,Traveler,, Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters.Inc.,,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make.constitute and appoint Norman E.Adams,John A.Prince.Michael Mactomher,and Larry 1), Snider of the City of _ _ Houston State of Textus their true and lawful Attorney(s)-in-Fact, each in their szparam cepa:cir}!if morePthan one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other wrEin,s obligate,} in the narurc thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contrasts and executing or guaruure ae bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS�� MEREOF,the Compgi��s ave caused this instrument to be signed and their corporate seals to be hereto affixed,this 15th Uctl� er _I1 day of Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and'Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company or America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company G/.SW,1 F�r 6 �M.•INS � lTY 4NC JUgn• tV 3��°o n yh� ►teosaarurm � SI• ,TFYlY .y`�pRPAAAYe;p,♦ v4 9+" � 41 State of Connecticut By: City of Hartford ss. Rob:n L.Raney,,enior Vice President 15th October 2015 Oto this the day of before me personally appeared Robert L.Rancy,who acknowledged himself m be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do.executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness.Whereof,I hereunto set my hand and official seal, W A My Commission expires the 30th day of Ione,2016. �eL�U Marie C.'rerreauh,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under sea],if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of exeCutulg,Md attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile yign}lture or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile'sealAit aPd and'binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Corim& Fti i} anal G,leKnanty�ilismance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insursined Compa=rvvr[;�aYglers Ga. fpily and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereF3y�cferdfy that the above�ild%So�going is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not beeiYgevi�keti„� ~_,•,' i, �_����.•',•_ba tie IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 30th day of June 20 16 Kevin E.Hughes,Assistant Sec tary r•'yG.�A�t6�U,q�'i $Nn•,.�. lgy�e�,._ 'vtA[4 4' ppOfJ►�.,,�M;p9�'f� ��P+•�Ns�q�4 e,���r y,°.` ��[M1 .g '� V' �•'�o��+�O S�y'191/ _.w.., W x mf°It00�A�jsin i%•�R..�Q4r�n a HARPM. ' tNRfFORD. < $0 CORK OOtatt Q v+ y`y• ��a ~s�awHc�c° o.`...�ya� s.•., ..•aa° 'a` �►� � . � � b� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. 1L_ WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IAV?•_ TRAVELERS J IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1 (800) 328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September I, 2001. 006116 PAYMENT BOND BOND NO. 106489016 Contractor as Principal Surety Travelers Casualty and Surety Name: .Reytec Construction Resources, Inc. Name: Company of America Mailing address(principal place of business): Mailing address(principal place of business): 1901 Hollister St. 4650 Westway Park Blvd. Houston,TX 77080 Houston, TX 77041-2036 Physical address(principal place of business): Owner 4650 Westway Park Blvd. Name: City of Corpus Christi,Texas Houston, TX 77041-2036 Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of:Connecti cut Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): E12099 Kostoryz Road—Brawner Parkway to 281-606-8417 Staples Street(Bond 2012) Telephone (for notice of claim): 1-800-328-2189 Local Agent for Surety Name: Larry D. Snider Adams Insurance Service, Inc. Award Date of the Contract: June 21,2016 Address: 427 W. 20th St. , #500 Contract Price: $8,796,224.60 Houston, TX 77008 Bond Telephone: 713-869-8346 Email Address: lsnider@adamsins.com Date of Bond: June 30, 2016 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept of Insurance by calling the following toll-free number:1-800-252-3439 Payment Bond Form 006116-1 E12099 Kostoryz Rd Brawner to Staples 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. Contractor as Prin al �. Surety Signature: . S " ignature: f Name: Gregg T. Reyes Name: rr _D. nider Title: President Title: Attorney-in-Fact Email Address: greyes@reytec.net Email Address: lsnider@adamsiris.com (Attach Power of Attorney and place surety seal below) 4 y pt . �r;A •�'� sr .'-.' e END OF SECTION Payment Bond Form 006116-2 E12099 Kostoryz Rd Brawner to Staples 7-8-2014 `4 .., fft"r�rlfl WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Aftb, POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 226 123 Certificate No. 006521847 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters.Inc..is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make.constitute and appoint Norman E. Adams,John A. Prince, Michael Macomher.and Larry 1). Snider Ht,ttstcin Texas of ttte..City of T __ ,State of ,their true and lawful Attorneys)-in-Fact, each in their sepae tr capacity if i m-c than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other w-itings obligatory in he. ure thereof on behalf of the Companies in their business of guaranteeing the fidelity of pers naons,guaranteeing the performance of contracts and executing orgut'srzfceing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNEgggg WHEREOF,the Compaies015 have caused this instrument to be signed and their corporate seats to be hereto affixed,this 15th Ot luhcr day of , Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company sem_ 0HARrRM. t CONN �t1 AtN� State of Connecticut By:. '44a� City of Hartford ss. Robert L.Ranc),Aicnior Vice President On this the 15th day of October 2{115 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casuatty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul.Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he.as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,TEY ,, �` /} In Witness Whereof,I hereunto set my hand and official scat. Vel wr 1. . My Commission expires the 30th day of June,"016. per*��, yk Marie C.Tetrcauh,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney'is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of exe&'trPg•and$ttesting b s and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate hearing such facsitnil�s�npje drfaestmite seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimiles e ball be valid and btindtng on the Company in the future with respect to any bond or understanding to which it is attached. =' I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance CompsnpFIdelity;nti glranty 4nsurahce Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Cot pang*?ravelers C;su�[�d Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby .r ry,that the above,#Ato going is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been retrotsPq� '•••••••• ' •.� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 30th day of June 20 16 ir!i✓'� Kevin E.Hughes,Assistant Sec tary G�BUq VM[4 pN-IMS .I IM4U 't1t 4/6 tr o� y Q�,,.. ..M1G P a� o a �►tletunfA ,� 1110oPoim. O r 1951 tet.S E tx> OOtdt $ `n t �p bey. �� y'��nwct c6 ad lS.�M�al• a ja..�...'�a �~`i F�+�! (<Nt To verify the authenticity of this Power of Attomey,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS-1 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAIC A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1 (800) 328-21.89 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. RESOURRE01 JWILLIAMS TE CERTIFICATE OF LIABILITY INSURANCE FD 06!3001(3122016016Y) 06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemont(s). PRODUCER NAMES Janet L Williams Adams Insurance Service,Inc. PHONE FAX 427 W.20th St,Suite 500 (arc Na.E,):(713)869-8346 (A1C No):(713)869-9144 Houston,TX 77008 E-MAIL williams adamsins.com ADDRESS:! INSURER(S)AFFORDING COVERAGE NAIC# _ -- INSURERA:Starr Indemnity 8r Liability Company 38318 INSURED INSURER e:North River Insurance Company 21105 Reytec Construction Resources Inc. INSURERC:Texas Mutual Insurance Company 22945 1901 Hollister Street INSURERD:AIG Specialty Insurance Company 2688.3 Houston,TX 77080-6803 INSURER E: INSURER F: -- COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILiR TYPE OF INSURANCE ADD, W M POLICY NUMBER SUBR MOMIIDDD E POLICY MO YY LIMITS - - A X COMMERCIAL GENERAL LIABILITY / EACH OCCURRENCE $ 1,000,00 - -- CLAIMS-MADE X OCCUR X X 1000025451151 10!1612015 10/16/2016 DAMAGETO RENTEDPREMISES(Ea occurrence) s 100,00 / MED EXP(Any one person) S 5,00 PERSONAL&ADV INJURY S 1,000,00 G_E_N'L AGGREGATE LIMIT APPLIES PER: _GENERAL AGGREGATE S 2,000,00 POLICY XECT LOC PRODUCTS-COMPIOPAGG S 2,000,00 OTHER: - - - --COMBINED $ - 2,000,00 TO AUMOBILE LIABILITY / SINGLE LIMIT _ (Ea accident) $ 1,000,00 A X ANY AUTO X X SISIPCA08349315 10116/2015 1 OM 512016 BODILY INJURY(Per person) S l ALL OWNED SCHEDULED AUTOS BODILY INJURY(Per accident) $ X HIREDAUTOS X NON-OWNED PROPERTY DAMAGE ,AUTOS (Peraccident) S f -5 UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 8,000,00 B X EXCESS uaB_ CLAIMS-MADE X X 5821042806 10116/2015 10/16/2016 AGGREGATE S 8,000,00 DED X RETENTIONS 0 $ WORKERS COMPENSATION / X PER AND EMPLOYERS'LIABILITY STATUTE ER YfN C ANY PROPRIETOR/PARTNER/EXECUTIVE X TSF0001296601 1011612015 10/16/2016 E.L.EACH ACCIDENT $ 1,000,00 OFFICERIMF.MBEREXCLUDED9 N❑ NIA — (Mandatory In NH) / E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,descrbe under - DESCRIPTION OF OPERATIONS below E-L.DISEASE-POLICY LIMIT $ 1,000,00 D Contractor's CP013292377 10/1612015 10/16/2016 Each Loss 1,000,00 D Pollution Liability CP013292377 1011612015 10/16/2016 Aggregate 1,000,00 DESCRIPTION OF OPERATIONS!LOCATIONS 1 VEHICLES(ACORD 101,Addltlonal Remarks Schedule,may be attached I more space Is required) SEE ADDITIONAL REMARKS SCHEDULE ATTACHED PROJECT: #E12099-KOSTORYZ ROAD-BRAWNER PARKWAY TO STAPES STREET(BOND 2012) / CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CORPUS CHRISTI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN DEPT.OF ENGINEERING SERVICES ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: CONTRACT ADMINISTRATOR PO BOX 9277 AUTHORIZED REPRESENTATIVE CORPUS CHRISTI,TX 78469-9277 ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:RESOURRE01 JWILLIAMS LOC#: 1 ACC)R a- ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Adams Insurance Service,Inc. Re�tec Construction Resources Inc. 1901 Hollister Street POUCYNUMBER Houston,TX 77080-6803 EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFEC11VE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 26 FORM TITLE: Certificate of Liability Insurance DESCRIPTION OF OPERATIONS CONTINUED THE GENERAL LIABILITY&AUTOMOBILE LIABILITY POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT&THE GENERAL LIABILITY,AUTOMOBILE LIABILITY&WORKERS COMPENSATION POLICIES INCLUDE A BLANKET WAIVER OF SUBROGATION ENDORSEMENT THAT PROVIDES ADDITIONAL INSURED STATUS&WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED&THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS AS PER THE ATTACHED. THE AUTOMOBILE POLICY INCLUDES THE FOLLOWING ENDORSEMENTS:1)SICA1016-BLANKET ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO THE BODILY INJURY OR PROPERTY DAMAGE.2)CA0444-BLANKET WAIVER OF SUBROGATION AS REQUIRED BY WRITTEN CONTRACT.3)CA0244-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE GENERAL LIABILITY POLICY INCLUDES THE FOLLOWING ENDORSEMENTS:1)MANUSCRIPT-NOTICE OF CANCELLATION-30 DAY BLANKET AS REQUIRED BY WRITTEN CONTRACT.2)CG2404-BLANKET WAIVER OF SUBROGATION WHEN REQUIRED IN A WRITTEN CONTRACT OR AGREEMENT.3)CG2010,CG2033,CG2037&CG2028-WHO IS AN INSURED IS AMENDED TO INCLUDE AS ADDITIONAL INSURED ANY PERSON OR ORGANIZATION WHEN YOU HAVE AGREED IN A WRITTEN CONTRACT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY. 4) OG107 PRIMARY& NON-CONTRIBUTORY BASIS IF THE ADDITIONAL INSURED SPECIFICALLY AGREED IN A WRITTEN CONTRACT THAT THE INSURANCE BE PRIMARY&WHEN COVERAGE IS PROVIDED ON A PRIMARY BASIS WE WILL NOT SEEK CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO THE ADDITIONAL INSURED IF A WRITTEN CONTRACT REQUIRES THAT THIS INSURANCE BE NON-CONTRIBUTORY. THE WORKERS COMPENSATION POLICY INCLUDES THE FOLLOWING ENDORSEMENTS: 1)WC420304B-WAIVER OF SUBROGATION-BLANKET WAIVER FOR ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER.2)WC420601-NOTICE OF CANCELLATION-30 DAYS BLANKET AS REQUIRED BY WRITTEN CONTRACT. THE UMBRELLA/EXCESS LIABILITY POLICY APPLIES IN EXCESS OF THE UNDERLYING GENERAL LIABILITY,AUTOMOBILE LIABILITY AND EMPLOYERS LIABILITY POLICIES ABOVE INCLUDING FOLLOWING THE TERMS OF ANY ADDITIONAL INSURED ENDORSEMENTS.THE POLICY FOLLOWS THE TERMS AND CONDITIONS OF SUCH UNDERLYING POLICIES UNLESS THEY ARE INCONSISTENT WITH THE TERMS OF THE POLICY. ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD REYTEC CONSTRUCTION RESOURCES, INC. POLICY NUMBER: 1000025451151 / COMMERCIAL GENERAL LIABILITY POLICY DATES: 10/16/2015 TO 10/16/2016 CG 2010 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations WHERE RQUIRED BY WRITTEN CONTRACT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage or personal and advertising injury "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions;or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law;and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 2010 0413 REYTEC CONSTRUCTION RESOURCES,INC. POLICY NUMBER: 1000025451151 POLICY DATES: 1011612015 TO 10/16/2016 COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury', "property damage" or"personal added as an additional insured on your policy. and advertising injury" arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, 2. The acts or omissions of those acting on your opinions, reports, surveys, field orders, behalf; change orders or drawings and specifications;or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However, the insurance afforded to such This exclusion applies even if the claims against additional insured: any insured allege negligence or other wrongdoing 1. Only applies to the extent permitted by law; in the supervision, hiring, employment, training or and monitoring of others by that insured, if the 2. Will not be broader than that which you are "occurrence" which caused the "bodily injury" or required by the contract or agreement to "property damage", or the offense which caused provide for such additional insured. the "personal and advertising injury", involved the rendering of or the failure to render any A person's or organization's status as an professional architectural, engineering or additional insured under this endorsement ends surveying services. when your operations for that additional insured are completed. CG 20 33 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 2 2. "Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed;or 2. Available under the applicable Limits of b. That portion of"your work" out of which the Insurance shown in the Declarations; injury or damage arises has been put to its whichever is less. intended use by any person or organization other than another contractor or This endorsement shall not increase the subcontractor engaged in performing applicable Limits of Insurance shown in the operations for a principal as a part of the Declarations. same project. Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 33 0413 1 Starr Indemnity & Liability Company Dallas,TX 1-866-519-2522 Amendment of Limits of Insurance (Per Project, Per Location or Per Project and Per Location Limit) Policy Number: 1000025451151 Effective Date: 10-16-2015 at 12:01 A.M. Named Insured: Reytec Construction Resources, Inc. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is hereby agreed as follows: I. The Limits of Insurance shown in the Declarations are deleted in their entirety and replaced by the following: 1. Your policy includes either i) a Per Project Limit, ii) a Per Location Limit or iii) a Per Project and Per Location Limit. Please select only one of the following: [ ] Per Project Limit $ [ ] Per Location Limit $ [X]Per Project and Per Location Limit $ 2,000,000 THIS ENDORSEMENT IS VOID IF: NONE OF THE BOXES LISTED ABOVE ARE CHECKED; OR MORE THAN ONE OF THE BOXES LISTED ABOVE ARE CHECKED; OR ONLY ONE OF THE BOXES LISTED ABOVE IS CHECKED BUT IS UNACCOMPANIED BY AN ASSOCIATED DOLLAR AMOUNT. Manuscript Page I of 4 Copyright O C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. 2. General Aggregate Limit $10,000,000 Each Occurrence Limit $1,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Personal &Advertising Injury Limit $1,000,000 Damage to Premises Rented to You $100,000 Medical Expense Limit $ 5,000 If. SECTION III LIMITS OF INSURANCE is deleted in its entirety and replaced by the following: 1. The Limits of Insurance and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". 2. The General Aggregate Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage"included in the products-completed operations hazard"; and c. Damages under Coverage B. regardless of the number of projects or`locations." 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the"products-completed operations hazard". 4. Subject to Paragraph 2 above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury"sustained by any one person or organization. 5. Subject to Paragraph 2 or 3 above,whichever applies,the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury"and"property damage"arising out of any one"occurrence". 6. Subject to Paragraph 5 above, the Damage to Premises Rented to You Limit is the most Manuscript Page 2 of 4 Copyright® C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to Paragraph 5 above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. Subject to Paragraphs 2,4, 5,6, and 7 above,the Per Project Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury"or "property damage"included in the products-completed operations hazard`;and c. Damages under Coverage B. arising out of any single Project. 9. Subject to Paragraphs 2,4, 5, 6,and 7 above,the Per Location Limit is the most we will pay under Coverages A, B, and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury"or "property damage"included in the products-completed operations hazard'; and c. Damages under Coverage B. arising out of any single"location." 10. Subject to Paragraphs 2,4,5,6,and 7 above,the Per Project and Per Location Limit is the most we will pay under Coverages A, B,and C combined for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury"or "property damage"included in the products-completed operations hazard'; and c. Damages under Coverage B. arising out of any single Project or"location,"as applicable. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. III. SECTION V—DEFINITIONS is amended to include the following: "Location"means premises involving the same or connecting lots,or premises whose connection is interrupted only by a street, roadway,waterway, or right-of-way railroad. Manuscript Page 3 of 4 Copyright D C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. All other terms and conditions of this policy remain the same. Signed for STARR INDEMNITY& LIABILITY COMPANY rFiarles H. DangeloOPresident Nehemiah E.Ginsburg, General Founsel Manuscript Page 4 of 4 Copyright® C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. *Starr Indemnity& Liability Company Dallas,TX 1-866-519-2522 Primary and Non-Contributory Condition Policy Number: 1000025451151 Effective Date: 10/16/2015 Named Insured: Reytec Construction Resources, Inc. This endorsement modifies insurance provided under the: //Commercial General Liability Coverage Part A. SECTION IV—CONDITIONS, condition 4.Other Insurance is amended as follows: 1. The following is added to paragraph 4.a.of the Other Insurance condition: This insurance is primary insurance as respects our coverage to the additional insured, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured is a Named Insured. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Signed for STARR INDEMNITY&LIABILITY COMPANY CC H. D,ngelo, President Nehemiah E.Ginsburg, Genera ounsel OG 107(04111) Page 1 of 1 Copyright©C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. REYTEC CONSTRUCTION RESOURCES,INC. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY POLICY DATES: 10/16/2015 TO 10/16/2016 CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Z' ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART / PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations WHERE REQUIRED BY WRITTEN CONTRACT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 REYTEC CONSTRUCTION RESOURCES,INC. POLICY NUMBER: 1000025451151 COMMERCIAL GENERAL LIABILITY POLICY DATES: 10/16/2015 TO 10/1612016 CG 20 28 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT This endorsement modifies insurance provided under the following: // COMMERCIAL GENERAL LIABILITY COVERAGE PART L SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, this insurance does not apply organization(s) shown in the Schedule, but only to any 'occurrence" which takes place after the with respect to liability for"bodily injury", "property equipment lease expires. damage" or "personal and advertising injury" C. With respect to the insurance afforded to these caused, in whole or in part, by your maintenance, additional insureds, the following is added to operation or use of equipment leased to you by Section III—Limits Of Insurance: such person(s)or organization(s). If coverage provided to the additional insured is However: required by a contract or agreement, the most we 1. The insurance afforded to such additional will pay on behalf of the additional insured is the insured only applies to the extent permitted by amount of insurance: law;and 1. Required by the contract or agreement;or 2. If coverage provided to the additional insured is 2. Available under the applicable Limits of required by a contract or agreement, the Insurance shown in the Declarations; insurance afforded to such additional insured will not be broader than that which you are whichever is less. required by the contract or agreement to This endorsement shall not increase the provide for such additional insured. applicable Limits of Insurance shown in the Declarations. CG 20 28 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 1 REYTEC CONSTRUCTION RESOURCES,INC. POLICY NUMBER: 1000025451151 COMMERCIAL GENERAL LIABILITY POLICY DATES:10/1612015 TO 10/16/2016 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: Where required by written contract or agreement. 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 ©Insurance Services Office, Inc.,2008 Page 1 of 1 *Starr Indemnity& Liability Company Dallas,TX 1-866-519-2522 j AMENDMENT - 30 DAY NOTICE OF CANCELLATION Policy Number: 1000025451151 Effective Date: 10-16-2015 at 12:01 A.M. Named Insured: Reytec Construction Resources, Inc. This endorsement modifies the insurance coverage form(s)listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies)carefully. Commercial General Liability Coverage Form Products Completed Operations Coverage Form Contractors Pollution Coverage Form Site Pollution Coverage Form Professional Liability Coverage Form Commercial Auto Liability Coverage Form 114/ It is hereby agreed that"we"will provide thirty(30)days' notice of cancellation to the certificate holder(s)listed below where such cancellation is for reasons other than: a)nonpayment of premium and/or b)"Your"request and provided that such notice is required by an"insured contract"regarding"your work"that"you"are directly or indirectly performing for such entity(ies). SCHEDULE Certificate Holder T Address Per list of certificate holders furnished b "you". ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Signed for STARR INDEMNITY&LIABILITY COMPANY C arles H. Dangelo, President Nehemiah E.Ginsburg, Genera ounsel Manuscript Page 1 of 1 Copyright m C.V.Starr&Company and Starr Indemnity Insurance Company. AN rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. 11 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy Number: SISIPCA08349315 Effective Date: 10/16/2015 at 12:01 AM Named Insured: Reytec Construction Resources, Inc. �' ADDITIONAL INSURED — WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This policy is amended as follows: / BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED Where required by written contract or agreement. I. SECTION II — LIABILITY COVERAGE A. Coverage, 1. Who is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. SICA 1016(02112) Page 1 of 2 Copyright©C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. 11 Starr Indemnity & Liability Company Dallas,TX 1-866-519-2522 Signed for STARR INDEMNITY& LIABILITY COMPANY Charles H. Dangelo, resident Nehemiah E. Ginsburg,GenerakCounsel SICA 1016(02112) Page 2 of 2 Copyright®C.V.Staff&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. POLICY NUMBER: SISIPCA08349315 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM C' BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Reytec Construction Resources, Inc. Endorsement Effective Date: 10116/2015 SCHEDULE Name(s)Of Person(s)Or Organization(s): Where required by written contract or agreement. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 Q Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: SISIPCA08349315 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VTEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: / BUSINESS AUTO COVERAGE FORM J GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 10/16/2015 Countersigned By: Named Insured: Reytec Construction Resources, Inc. Authorized Representative) SCHEDULE Number of Days'Notice % 30 Name of Person Or Organization Where required by written contract or agreement If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of dads notice indicated in the Schedule. CA 02 44 06 04 ©ISO Properties, Inc., 2003 Page 1 of 1 0 ® WORKERS'COMPENSATION AND EMPLOYERS Texasmuta LIABILITY INSURANCE POLICY InsucanceCampany WC 42 03 04 B V TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 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 INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 10/1612015 at 12:01 A.M.standard time,forms a part of Policy No. TSF-0001295501 20151016 of the Texas Mutual Insurance Company Issued to REYTEC CONSTRUCTION RESOURCES INC // Endorsement No. Premium$ NCCI Carrier Code 29939 w�- Authorized Representative WC420304B(ED.6-01-2014) INSURED'S COPY QUSER 10-12-2015 RS'COMPENSATION AND EMPLOYERS e asM tUj WORKERS' INSURANCE POLICY ImumnceCataipmy WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 1 0/1 61201 5 at 12:01 A.M.standard time,forms a part of Policy No. TSF-0001295501 20151016 of the Texas Mutual Insurance Company Issued to REYTEC CONSTRUCTION RESOURCES INC Endorsement No. Premium$ Allw-S -6� NCCI Carrier Code 29939 Authorized Representative WC420601(ED.134) INSURED'S COPY QUSER 10-12-2015 ENDORSEMENT NO. 1 This endorsement,effective 1201 AM, October 16.2015 Forms a part of Policy No: CPO Issued to: REYTEC CONSTRUCTION RESOURCES, INC. By: AIG SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED(S) ENDORSEMENT It is hereby agreed that Section VI. DEFINITIONS, Paragraph K. Insured is amended by adding the following scheduled entity(s) as additional Insured(s) but solely as respects liability arising out of the Covered Operations performed by or on behalf of the Named Insured. Additional I nsured Is) Where and to the extent required by written contract and provided the contract was executed prior to a loss or claim. All other terms, conditions, and exclusions shall remain the same. 'AL"RTFUE17 REPRESENTATIVE or countersignature (in states where applicable) 96659 (11107) PAGE 1 OF 1 C13290 ENDORSEMENT NO. 3 This endorsement,effective 101 AM,October 16,2015 Forms a part of Policy No: CPO Issued to: REYTEC CONSTRUCTION RESOURCES, INC. l By: AIG SPECIALTY INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS SCHEDULED PERSON OR ORGANIZATION ENDORSEMENT It is hereby agreed that solely with respect to the person or organization scheduled below, Section V. CONDITIONS, Paragraph K. SUBROGATION is deleted and replaced with the following: K. SUBROGATION If there is a payment made by the Company under this Policy, the Company shall be subrogated to all the Insured's rights of recovery against any person or organization. The Insured shall cooperate with the Company and do whatever is necessary to secure these rights. The Insured shall do nothing after a Loss to waive or prejudice such rights. Any recovery as a result of subrogation proceedings arising out of payment of Loss under this Policy (net of expenses incurred in making such recovery) shall accrue first to the Insured to the extent of any payment in excess of the limit of coverage of the Policy, then pro-rata to the Insured and the Company in proportion to the amount each actually paid as a result of judgment, settlement or defense of a Claim or Emergency Response Costs. The Company agrees to waive this right of subrogation against a client of the Insured to the extent that the Insured had, prior to a Claim or Emergency Response Costs, a written agreement to waive such rights. The Company waives any right of recovery against the person or organization shown in the Schedule below because of payments made for injury or damage arising out of Covered Operations performed on behalf of that person or organization. This waiver applies only to the person or organization shown in the Schedule. SCHEDULE Name of Person or Organization: Where and to the extent required by written contract and provided the contract was executed prior to a loss or claim. All other terms, conditions, and exclusions shall remain the same. A TU HORIZED REPRESENTATIVE or countersignature (in states where applicable) 97488 (2=) PAGE 1 OF 1 C13496 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 7-7 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-55955 Reytec Construction Resources, Inc. Houston, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/16/2016 being filed. City of Corpus Christi Date Acknowledged: 2016.07.11 11:43:28 / -05'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E12099 Roadway Construction 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Reyes, Gregg Houston, TX United States X Reyes, Rebecca Houston,TX United States X 5 Check only if there is NO Interested Parry. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. 1Pa'"PSB.,, LAURA G. LEAL r=;' Notary Public, State of Texas My Commission Expires Augusl 26, 2018 Signature o a thorized agent of contr cling business entity AFFIX NOTARY STAMP/SEAL ABOVE Swor to and subscribed before me, by the said this the day of 20 to certify which,witness my hand and seal of o ice v Signature of officer administering oath Printed name of officer administering oath Title of officer adminis ring oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021