Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-014 - 1/31/2017 - Approved
2017-014 1/31/17 M2017-017 Haas-Anderson Construction 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 31,2017, is between the City of Corpus Christi (Owner)and Haas-Anderson Construction, Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road Improvements—Kostoryz Road to Weber Road (Bond 2014) (Project No(s) E13088& E13089 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 820 Buffalo St. Corpus Christi,TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, 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 720 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 750 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 Agreement 00 52 23-1 • Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1.295 lofl 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. 2016-149261 Haas-Anderson Construction, Ltd. Corpus Christi,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 12/28/2016 being filed. City of Corpus Christi Date Acknowledged: ne Almee Alcorn-Reed 2017.02.08 17:09:22-06'00' 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. E13088&E13089 Gollihar Road Improvements Kostoryz Road to Weber Road Bond 2014 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Haas, Darryl Corpus Christi,TX United States X Anderson,Jim Corpus Christi,TX United States X Lamon,Tim Corpus Christi,TX United States X Parish,Jim Corpus Christi,TX United States X Cullen, Drew Corpus Christi,TX United States X Moore, Randall Corpus Christi,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. LMNOTNRC E�s '112—118 -17 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said �(C'ta) P, CAall this the day of � of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administe" g oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.02, i { f F c CONTRACT DOCUMENTS c FOR CONSTRUCTION OF GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 READ TO WEBER ROAD ( BOND 2014) CITY PROJECT NO(s) E13088 & E13089 s c i { LJA Engineering, Inc. City of NN�M...MM.i D.aoasamp@.. 30� 81988 Corpus I0 P�+�°��a, ►,NALChristi LJA ENGINEERING, Inc. 820 Buffalo St. Corpus Christi, TX 78401 / (361)887-8851 Record Drawing Number STR 892 November 18, 2016 { 00 01 00 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 (Revol-13-2016) 00 30 01 Bid Form (RevOl-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 003006 Non-Collusion Certification 004516 Statement of Experience(Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 006113 Performance Bond (Revol-13-2016) 006116 Payment.Bond(Rev 01-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/MBE(DBE Participation Pal icy(Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 012900 Application for Payment Procedures(Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment(Rev 01-13-2016) 013100 Project Management and Coordination (Revo1-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation 013500 Special Procedures Table of Contents 000100-1 Gollihar Road Improvements Project No. E13088&E13089 Rev 06-22-2016 Division Title Section 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications Division 02 Sitework 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 023020 Jacking, Boring or Tunneling 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair;Curb, Gutter,Sidewalk&Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025416 Seal Coat 025424 Hot Mix Asphaltic Concrete Pavement(Class A) 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025680 Colored Concrete Pavement for Cycle Tracks 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments Table of Contents 000100-2 Gollihar Road Improvements Project No. E13088&E13089 Rev 06-22-2016 Division Title Section 025805 Work Zone Pavement Markings 025807 Pavement Markings(Paint and Thermoplastic) 025813 Performed Thermoplastic Striping, Words, and Emblems 025816 Raised Pavement Markers 025818 Pavement Markers(Ref lectorized)(TxDOT DMS-4200) 025828 Bituminous Adhesive for Pavement Markers(TxDOT DMS-6130) 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe(AWWA 0900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows—Bypass Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028200 Mail Box Relocation 028300 Fence Relocation Division 03 Concrete 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds Table of Contents 000100-3 Gollihar Road Improvements Project No. E13088&E13089 Rev 06-22-2016 Division Title Section 038000 Concrete Structures Division 05 Metals 050200 Welding 055420 Frames,Grates, Rings and Covers Part T Technical Specifications 022410-T Storm Water Pollution Prevention 027206-T Glass-Fiber Reinforced Polyester(FRP) Rehabilitation Manholes 028020-T Seeding Traffic Signal Specifications(Traffic Signal Specifications prepared by HDR Engineering, Benedict Patrick,P.E.) General Notes(Traffic Signals) 600 Traffic Signal Standards&Specifications 416 Drilled Shaft Foundations Vtrr . '[ OF TES\� 601 Traffic Signal Controller Unit .��P••' S 1 . *i 615 Traffic Signal Cabinet and Assemblies s*r• 1j i*: . 618 Conduit r"...... . f 13ENEDICT P PATRICK f......... • r 620 Electrical Conductors „o: 96710 '4i ��r Ilia'•. L1 EO•'�'4'i 621 Tray Cable 1 .r CEN t,�� �� s �orvAi: c �� t� 624 Ground Boxes -� N 628 Electrical Services 635 Internally Illuminated Street Name Sign . 655 Controller Foundation 680 Installation of Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Pedestrian Signal Countdown Module 684 Traffic Signal Cables 686 Traffic Signal Pale Assemblies(Steel) 927 Traffic Signals LED 1195 Battery Back-Up System for Signal Cabinets 6007 Removing Traffic Signals 6025 Radar Presence Detection Device 688 Pedestrian Detectors and Vehicle Loop Detectors Table of Contents 000100-4 Goll 1har Road Improvements Project Na E13088&E13O89 Revv5-22-2016 Division Title Section Appendix Title 1 (tock Geotechnical Report(Dated: 5-15-14) 2 SWPPP-Notice of Intent Form END OF SECTION Table of Contents 000100-5 Gollihar Road Improvements Project No. E13088&E13089 Rev 06-22-2016 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: Gollihar Road Improvements- Kostoryz Road to Weber Road (Bond 2014) Project No(s) E13088&E13089 Project includes the complete reconstruction of Gollihar Road from Kostoryz Road to Weber Road,approximately 5,200feet in length. The objectives of the Project are to replace the existing deteriorated hot-mix asphalt concrete (HMAC) pavement with new HMAC pavement, remove and replace the existing sidewalks and curb ramps with new infrastructure, provide protected combination cycle track/sidewalk on both sides of the roadway, increase the capacity of the existing underground storm sewer system and upgrade the existing gas,water,and wastewater infrastructure. The Project also includes upgrading the existing cable-suspended traffic signals at Carroll Lane with new traffic signals per City Standards. The Project is funded by two(2)2014 Bond Projects, Gollihar Road from Kostoryz Road to Carroll Lane (City Project No. E13089) and Gollihar Road from Carroll Lane to Weber Road (City Project No. E13088), but bid and constructed as one Project. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$12,188,000. The Project is to be substantially complete and ready for operation within 720 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 P.M.on Wednesday,December 21,2016 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 Farm along with all required documents identified in the Bid Acknowledgement Form. Invitation to Bid and Instructions to Bidders 002113-1 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Gollihar Road Improvements Project(Bond 2014), (Project No(s) E13088& E13089) All envelopes and packages(including FIE DEX 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 P.M. on Wednesday, December 21, 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 far 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 at 4:30 A.M. on Tuesday, December 13,2016 at the following location: City Hall Building— City of Corpus Christi Third Floor Engineering Services Conference Room 1 or 2 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113-2 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress,or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents,Addenda,and the related supplemental data. D. Notify the OAR of all conflicts,errors, ambiguities,or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts,errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda,and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the 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. Invitation to Bid and Instructions to Bidders 002113-3 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. 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 3 above. 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 Invitation to Bid and Instructions to Bidders 002113-4 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. 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 Invitation to Bid and Instructions to Bidders 002113-5 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 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 451yo. Invitation to Bid and Instructions to Bidders 002113-6 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 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 18—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 orto 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 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 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 CIO, 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 6idder 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 6 i d s 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 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 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 15 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 15 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 Gollihar Road Improvements—Proj. No(s)E13088&E13089 ReV01-13-2016 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:for Project No(s) E13088&E13089-Gollihar Road Improvements-Kostoryz Road to Weber Road (Bond 2014). 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-Project No(s) E13088&E13089 -Gollihar Road Improvements-Kostoryz Road to Weber Road (Bond 2014). 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 2113 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 Farm 003000-1 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 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. 3.05 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 Farm 003000-2 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 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 Farm 003000-3 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 720 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 750 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. 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 Farm 003000-4 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 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 1.1.01 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, orjoint venture.) Bid Acknowledgement Farm 003000-5 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev01-13-2016 END OF SECTION Bid Acknowledgement Form 003000-6 Gollihar Road Improvements—Proj. No(s)E13088&E13089 RevOl-13-2016 00 30 01 BID FORM Project Gollihar Road Improvements-Kostoryz Road to Weber Road(Bond 2014) Name: Project E13088&E13089 Number: Owner: City of Corpus Christi,Texas Bidder: OAR: Designer: I L7A Engineering,Inc- DESCRIPTION UNIT S�I� UNIT PRICE EXTENDED AMOUNT BASE BID GOLLIHAR ROAD IMPROVEMENTS-Kostolyz Road to Weber Road(Bond 2014) PART A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization,complete and in place per Lump Sum LS 1 S S A2 Storm Water Pollution Prevention Plan,complete and in place per Lump Sum- LS 1 S S A3 Traffic Control,complete and in place per Lump Sum LS 1 S S A4 Exploratory Excavation,complete and in place per Lump Sum- LS 1 S S A5 Ozone Action Day,complete and in place per Day- DAYS 5 S S SUBTOTAL PART A-GEN JUL(Items Al thru A_-9 S PART B-STREET IA PROVEAIENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bl Remove Curb and Gutter,complete and in place per Linear Foot- LF 8,954 S S B2 Remove Concrete Driveway,complete and in place per Square Foot. SF 16,114 S S B3 Remove Asphalt Driveway,complete and in place per Square Foot- SF 530 S S B4 Remove Misc-Concrete,complete and in place per Square Foot- SF 859 S S B5 Street Excavation(1'B-O-C-),complete and in place per Square Yard- SY 35,958 $ S B6 Subgrade Preparation(1'B-O-C-),oomplete and m place per Square Yard- SY 35,958 S S B7 TX-5 Geogrid(1'B-O-C-),complete and in place per Square Yard SY 35,958 S S 9"Type A,Grade 1 Crushed,Limestone Base per TxDOT Std-Spec-Item No- B8 247 -ta- ,complete and in lace S Yard- SY 31,747 S S B9 Prime Coat(0 20 Gallons/SY),complete and in place per Gallon- GAL 6,349 S S BIO 3"Type U HMAC,complete and in place per Square Yard 5Y 31,747 S S B11 2"Type'D'HMAC,complete and in place per Square Yard- 5Y 31,747 S S B12 Std-6"Curb and Gutter(Incl- Limestone Base Beneath Curb to F B-O.0-), LF 10-689 S S complete and in place per Linear Foot- B13 Full-Depth Pavement Repair,complete and in place per Square Yard- 5Y 32 S S B14 Concrete Driveway,complete and in place per Square Foot- SF 17,941 S S B15 Reflective Pavement Markings TY-1(W) (24')(SLD)(100 mil) - Stop Bar, LF 289 S S complete and in place per Linear Foot- B16 Reflective Pavement Markings TY-1(W)(24'7(SLD)(100 mil)-Crosswalk, LF 704 S S complete and in plaw per Linear Foot- B17 Reflective Pavement Markings TY-1(W)(12')(SLD)(100 mil)-Crosswalk, LF 1,065 S S complete and in place per Linear Foot- Big Reflective Pavement Markings TY-1(W)(8")(SLD)(100 mil),complete and LF 503 S S in place per Linear Foot- Reflective Pavement Markings TY-1(Y)(4")(SLD)(100 mil),complete and in B 19 lace Linear Foot- LF 9,113 S S B20 Reflective Pavement Markings TY-1(Y)(4")OUCN)(100 mil),complete and LF 2,010 S S in place per Linear Foot- B21 Reflective Pavement Markings TY-1(W)(4")(BKN)(100 mil),complete and LF 2,300 S S in place per Linear Foot- Prefabricated Pavement Markings TY-1 (A) (Word) "Only" (100 mil), B22 complete and in lace Each E 1 S 5 Bid Form-Base Bid Page 1 of 8 Collihar Road Improvenierds-Prq-No(s)E13088 8,El 3089 00 30 01 Item DESCRIPTIO UNIT ESTIAIATED UNIT PRICE EXTENDED A-MOUNT QtiAIMTY B�3 Prefabricated Pac ement Markings TY.1 (W) (Left Turn Arrow) (100 mil), EA 9 S S complete and in place per Each- B24 achB24 Prefabricated Pavement Markings TY.1 (W) (Combo StraightlRig)it Tum EA 10 S S Arrow)(100 mil complete and in place per Each- B25 Raised Reflective Pavement Markings C=-A-A)Yellow, complete and in EA Mo S S lace per Each. B26 Raised Reflective Pavement Markings(TYI-C)White,complete and in place EA 144 S S per Each- B27 achB27 Raised Reflective Pavement Markings(TYLI-B-B)Blue,complete and in place EA _0 S S Each- B28 achB28 Combo Stop Sign(RI-1)IStreet Name Sign(Incl.Metal Pole and Foundation), EA 11 S S complete and in place per Each B29 Speed Limit Sign(R2-1)(Incl.Metal Pole and Foundation),complete and in EA 5 S S lace per Each. B30 Lane Control Sign(Incl.Metal Pole and Foundation),complete and in place EA 4 S S per Each- B31 achB31 No Parking Sign(R7-1)(Incl.Metal Pale and Foundation),complete and in EA 1' S S lace per Each. B32 Silt Fence,complete and in place per Linear Foot. LF 45 S S B33 Inlet Protection,complete and in place per Each. EA 41- S S B34 Revegetation(Hydromulch),complete and in place per Square Yazd. SY 1.644 S S B35 Tree Protection Measures,complete and in place per Lump Sum. LS 1 S S B36 Remove Wood Fence,complete and in place per Linear Foot. LF 212 S S B37 Remove C hamlmk Fence,complete and in place per Linear Foot. LF 117 S S B38 Remove and Rebuild Wrought Iron Fence,complete and in place per Lump LS 1 S S Sum. B39 Install New Wood Fence,complete and in place per Linear Foot. LF 19? S S 1340 Install New Chainh Fence,complete and in place per Linear Foot. LF 57 S S B41 Polymer Concrete Pull Box for 2"IT,complete and in place per Each. EA 10 S S 1342 2"Blank IT Conduit(Sch.40 PVC),complete and in place per Linear Foot. LF 5,290 S S 1343 2"Blank IT Conduit(Sch.40 PVC),(Bored under sidewalk),complete and in LF 51 S 5 lace per Linear Foot. B44 Adjust ATT Manhole Ring and Cover.complete and in place per Each. EA 17 S S B45 Street Allon ance(1LX\D ATOR'f),complete and in place per Lump Sum LS 1 $ 50,000.00 S SL BTOTAL PART B-STREET IMPROVE,MENLS(Items Bl thru B45) $ PART C-RTA IMPROVENEENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl Stockpile Benches and Signs(Incl.Coordination with RTA),complete and in LS 1 S - S place per Lump Sum. C2 Concrete Bus Pad,complete and in place per Square Foot. SF 6,600 S S C3 6"Type A,Grade 1 Crushed,Limestone Base per TxDOT Std.Spec.Item No. SY 733 S S 247 complete and in place per Square Yazd. C4 Concrete Shelter Pad,complete and in place per Square Foot. SF 2,936 S S SL-BTOT.iiL.PART C-RTA LIIPROVEMENTS,(Items Cl thru C4) S PART D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT] Dl Remove Existing Concrete Sidewalk,complete and in place per Square Foot. SF 38,826 S S D2 Concrete Pedestrian Sidewalk complete and in place per Square Foot. SF 37.583 S S D3 Green Concrete Cycle Track,complete and in place per Square Foot. SF 37.965 S S D4 Monolithic Sidewalk Retaining Curb(Height Varies),complete and in place LF 2,398 S S per Linear Foot. D5 Sidewalk Ramp,complete and in place per Square Foot. SF 8,009 S S D6 Prefabricated Pavement Markings TY-1 (W) (Bike Symbol) (100 mil), EA 34 S S complete and in place per Each- D7 achD7 Prefabricated Pavement Markings TY.1 (W) (Straight Arrow) (100 mil), EA 18 S S - complete and in place per Each- Bid achBid Form-Base Bid Page 2 of 8 Gollihar Road Improvements-Prof.No(s)E13088&El 3089 00 30 01 Item DESCRIPTION UNIT ESTIAIATED UNIT PRICE EXTENDED A-MOUNT QUANTITY DS Prefabricated Pavement Markings TY-1 (W) (Merge Arrow) (100 mil), EA 16 S S complete and in place per Each D9 Combo Cycle Track Lane Control Sign(R9-7 MOD)IUse Pedestrian Crossing EA 16 S S Sin -5 MOD Incl.Metal Pale and Foundation complete and in place per Combo Cycle Track Lane Control Sign(R9-7)1 Cycle Track Lane Control Sign D10 R9-7 MOD Metal Pale and Foundation complete and in lace EA 17 S S SL-BTOT.AL PART D-ADA.LIIPROVEMENTS(Items Dl thru D10) S PART E-DRAL\AGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYNE" El Confined Space Entry Measures,complete and in place per Lump Sum. LS 1 S S E2 Remove Existing 5'Curb Inlet, complete and in place per Each. EA 36 S S E3 Remove Curb and Gutter,complete and m place per Linear Foot. LF 183 S S FA Remove Existing Type'A'Manhole, complete and in place per Each. EA 6 S S E5 Remove Existing Type'C"Manhole, complete and in place per Each. EA 6 S S E6 Remove Existing 12"RCP, complete and in place per Linear Foot. LF 30 S S E7 Remove Existing 15"RCP1 complete and in place per Linear Foot. LF 1,047 S S E8 Remove Existing 13"RCP, complete and in place per Linear Foot. LF 320 S S E9 Remove Existing 13"Steel, complete and in place per Linear Foot. LF 20 S S El D Remove Existing 24"REP1 complete and in place per Linear Foot. LF 412 S S Ell Remove Existing 30"RCP, complete and in place per Linear Foot. LF 73 S S E12 Remove Existing 36"RCP, complete and in place per Linear Foot. LF 37 S S E13 Remove Existing 54"RCP, complete and in place per Linear Foot. LF 54 S S E14 Remove Existing 8x6'Box Culvert, complete and in place per Linear Foot. LF 10 S S E15 Remove BC Roof Deck(Existing BC), complete and in place per Square Foot. SF 2,568 S S E16 18"Class III RCP,complete and in place per Linear Foot. LF 930 S S E17 24"Class III RCP,complete and in place per Linear Foot. LF 574 S S E18 30"Class III RCP,complete and in place per Linear Foot LF 49 S S E19 36"Class III RCP,complete and in place per Linear Foot LF 119 S S E2D 54"Class III RCP,complete and in place per Linear Foot LF 50 S S E21 3'x3'Bax Culvert,complete and in place per Linear Foot. LF 2,559 S S E22 4'x3'Bax Culvert,complete and in place per Linear Foot. LF 653 S S E23 4'x4'RC Bax Culvert,complete and in place per Linear Foot LF 793 S S E24 5'x4'RC Bax Culvert,complete and in place per Linear Foot LF 1,143 S S E25 Pipe Trench Safety.complete and in place per Linear Foot. LF 6,875 S S E26 4'Diameter Type'A'Manhole,complete and in place per Each. EA 4 S S E27 5'Diameter Type'A'Manhole,complete and in place per Each. EA 6 S S E28 Manhole Riser,complete and in place per Each. EA 21 S S E'9 New BC Roof Deck(Existing BC)_ complete and in place per Square Foot. SF 2,568 S S E3D Box Culvert Equalization Hole,complete and in place per Each. EA 21 S S E31 Box Culvert End Wall Structure,complete and in place per Each. EA 2 S S E32 JB1-Precast Tx-6.5x5'Junction Box,complete and in place per Each. EA 1 S S E33 JB2-Precast 6.5'x6.5'xC Junction Box,complete and in place per Each. EA 1 S S E34 JB3-Precast 6.5'x4x6'Junction Boxll�anhole Riser,complete and in place per EA 1 S S - Each Bid Form-Base Bid Page 3 of 8 Gollihar Road Improvements-Prof.No(s)E13088&El 3089 003001 DESCRIPTION UNIT ESTIALATED UNIT PRICE EXTENDED A-MOUNT QUANTITY JB4-Precast 4'x8k6'Junction Box,complete and in place per Each. EA 1 S S E36 TE"-Precast l lk8'x9'Junction BoxlManhole Riser,complete and in place per SA 1 S S E35TEach E37 Manhole Trench Satiety,complete and in place per Each EA 33 S S E38 New Headwall,complete and in place per Lump Sum LS 1 S S E39 Reconnect Existing 8'x6'BC to Proposed JB 5 @ Station 45+9127,complete EA 1 S 5 and in place perEach. E40 Adjust Stormwater Manhole Ring and Cover,complete and in place per Each EA 3= S S E41 5'Curb Inlet(4'Depth),complete and in place per Each EA 16 S S E42 5'Curb Inlet(}4'Depth),complete and in place per Each. EA 6 S S E43 5'Curb InlettType'A'Manhole,complete and in place per Each. EA S S E44 10'Curb Inlet(4'Depth),complete and in place per Each. EA 4 S S E45 10'Curb Inlet(>4'Depth),complete and in place per Each. EA 6 S S E46 10'curb Inlet/Type'A'Manhole,complete and in place per Each_ EA 1 S S E47 Remove Culvert and Repair Existing Bax Culvert Wall,complete and in place EA 36 S S per Each- E48 achE48 Clean and Repair Existing Box Culvert Spalling,complete and in place per EA 13 S S Each- E49 achE49 Full-Depth Pavement Repair,complete and in place per Square Yard. SY 93 S S E50 Dr age Allowance (11IANDATORY), complete and in place per Lump LS 1 SO,DOD.00 S SUBTOTAL PART E-DRAINAGE 11 PROVENIENTS(Items El thio E50) $ PART F-WATER M11PROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Fl Remove and Salvage Existing Fire Hydrant,complete and in place per Each. EA 11 S S F2 Cut,Cap,&Abandon-in-Place Existing 1"Copper Waterline,complete and in EA 1 S S lace per Each_ F3 Remove Existing 1"Copper Waterline,complete and in place per Linear Fact. LF 34 S S F4 Remove Existing 4"CIP Waterline,complete and in place per Linear Foot LF 53 S S FS Cut,Cap,Grout,&Abandon-m-Place Existing 6"CEP Waterline,complete and ,19 S S in place per Linear Foot. LF =- F6 Cut,Cap,Grout,&Abandon-in-Place Existing 6"ACP Waterline,complete LF 90 S S and in place per Linear Foot. F7 Remove Existing 6"ACP Waterline,complete and in place per Linear Foot. LF 1.116 S S F8 Remove Existing 6"CIP Waterline,complete and in place per Linear Foot LF 598 S S F9 Cut,Cap,Grout&Abandon-in-Place Existing S"PVC Waterline,complete LF 4_ S S and in place per Linear Foot. F10 Cut,Cap,Grout,&Abandon-m-Place Existing S"ACP Waterline,complete LF0 S S 5 and in place per Linear Foot- I'll oot.Fll Remove Existing 8"ACP Waterline,complete and in place per Linear Foot. LF 5 S S F12 Remove Existing 8"DIP Waterline,complete and in place per Linear Foot. LF 30 S S F13 Remove Existing 8"PVC Waterline,complete and in place per Linear Foot. LF 5 S S F14 Remove Existing 8"CIP Waterline,complete and in place per Linear Foot LF 86 S S F15 Remove Existing 16"CIP Waterline,complete and in place per Linear Foot. LF 5,178 S S F16 2" PE Water Service (Incl. Service Saddle, Corp. Stop, PE, and Re- LF 546 S S Cone-to complete and in place per Linear Foot. 6"0900 PVC Waterline(Incl.Horizontal and Vertical Bends c 90),complete F17 LF 71 S S and in place per Linear Foot. F18 6"Ductile Iron Pipe(Class 350)(Incl.Horizontal and Vertical Bends<90), LF 5 S S complete and in place per Linear Foot_ 8"0900 PVC Waterline(Incl.Horizontal and Vertical Bends c 90),complete F19 916 S S and in place per Linear Foot. 8"Ductile Iron Pipe(Class 350)(Incl_Horizontal and Vertical Bends<90), F20 LF 1.32' S - S - complete and in place per Linear Foot_ Bid Form-Base Bid Page 4 of S Gollihar Road Improvements-Prof.No(s)E13088&El 3089 00 30 01 Item DESCRIPTION UNIT ESTIALITED UNIT PRICE EXTENDED A-MOUNT QUANTITY F21 16"C905 PVC Waterline(Incl.Horizontal and Vertical Bends<90),complete LF 5,095 $ S and in place per Linear Foot. F22 16"Ductile Iron Pipe(Class 350)(Incl.Horizontal and Vertical Bends<90), LF 59 $ S complete and in place per Linear Foot_ F23 Pipe Trench Safety,complete and in place per Linear Foot. LF 7.969 $ S F24 6"Tapping Sleeve&Valve,complete and in place per Each. EA 1 5 S F25 6"Gate Valve&Box,complete and in place per Each. EA 1 S S F26 8"Gate Valve&Box,complete and in place per Each. EA 28 S S F27 16"Gate Value&Box,complete and in place per Each_ EA 14 S S F28 Adjust Water Valve Box,complete and in place per Each. EA 43 S S F29 New Fire Hydrant Assembly(No Tee Required),complete and in place per EA 1 5 S Each- F30 achF30 New Fire Hydrant Assembly(Incl.8'"x6"Tee),complete and in place per Each. EA 15 S S F31 New Fire Hydrant Assembly(Incl. 16"x6" Tee), complete and in place per EA 4 S S Each F32 6"90 Deg.Bend,complete and in place per Each. EA _ 5 S F33 8"90 Deg.Bend,complete and in place per Each. EA 1 S S F34 8"Tee,complete and in place per Each EA _ S S F35 8"x4"Tee,complete and in place per Each_ EA 1 S S F36 8"x6"Tee,complete and in place per Each. EA _ S S F37 16"x8"Tee,complete and in place per Each. EA 16 5 S F38 16"x8"Cross,complete and is place per Each. EA 4 S 5 F39 8"x4"Reducer,complete and in place per Each. EA _ S S F40 8"x6"Reducer,complete and in place per Each. EA 15 5 S F41 8"'Cap with Restrained Joints,complete and in place per Each EA _ S S F42 Remove and Relocate Exist.Water Meter(Includes All Req'd Fittogs,Valves, EA 1 S S and Meter Boxes),complete and in pl2w per Each- F43 achF43 Reconnect Exist.Water Service(Includes All Req"d Fittings,Valves,and Meter EA 6 S S Boxes),complete and in place per Each- F44 achF44 Connect to Exist. 11"WL(Includes All Req"d Fittings),complete and in place EA 1 S S per Each- F45 achF45 Connect to Exist.4"WL(Includes All Req'd Fittings),complete and in place EA 4 5 S per Each- F46 achF46 Connect to Exist.6"WL(Includes All Req"d Fittings),complete and in place EA 14 S S per Each- F47 achF47 Connect to Exist 6"ACP WL(Includes Omni Coupling System),complete and FA S S in Pl2w per Each. F48 Connect to Exist.8"WL(Includes All Req'd Fittings),complete and in place EA 4 5 S per Each F49 Connect to Exist.16"WL(Includes All Req'd Fittings),complete and in place EA S S per Each F50 Adjust Exist.6"'WL(Includes All Req'd Fittings},complete and n place per EA S S Each F51 'Vater Allowance(ALCI ]ATORY),complete and in place per Lump Sum. L5 1 S 50.000,00 S SUBTOTAL PART F- WATER B 1 PROVENIEN TS(Items Fl thru F51) S PART G-WASTEWATER]AIPRONTAIENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYNE" Gl Remove Existing 8"VCP W WL,complete and in place per Linear Foot. LF 110 S S G2 Remove Existing 10"VCP W WL,complete and in place per Linear Foot. LF 84 S S G3 Grout Fill and Abandon-in-Place Existing 10"VCP WWL,complete and in LF 1,326 S S lace per Linear Foot. G4 Remove Existing 4'Manhole,complete and in place per Each_ EA _ 5 S Remove Ring and Cover,Top T of MH,and Grout Fill and Abandon-in-Place GS S S Existing 5'Manhole,complete and in place per Each. _ G6 20"Steel Encasement Pipe,complete and in place per Linear Foot. LF 13 S S - Bid Form-Base Bid Page 5 of S Collihar Road Improvements-Prq-No(s)E13088 8,El 3089 00 30 01 Itm DESCRIPTIO--N UNIT STIALIAITED ]I UNIT PRICE EXTENDED AOUNT G7 Rubber End Seal for 20"Steel Casing,complete and in place per Each- EA - S S G8 8"C900 DRI 8 PVC(0'-6),complete and in place per Linear Foot. LF 106 S S G9 8"SDR26 PVC(IIY-12),complete and in place per Linear Foot. LF 18 S S G10 10"SDR26 PVC(10'-12'),complete and in place per Linear Foot LF 207 S S Gil 10"SDR26 PVC(12'-14'),complete and in place per Linear Foot LF 530 S S G12 10"SDR26 PVC(14'-16),complete and in place per Linear Foot LF 16 S S G13 10"SDR26 PVC(16'-18'),complete and in place per Linear Foot LF 63' S S G14 10"SDR26 PVC(18'-20'),complete and in place per Linear Foot LF 4 7 S S G15 Pipe Trench Safety,complete and in place per Linear Foot. LF 1.554 S S G16 4'Diameter Manhole,complete and in place per Each. EA 6 S S G1.7 S Diameter Manhole,complete and in place per Each. EA 3 S S G18 Manhole Extra Depth(>6),complete and in place per Vertical Foot. VF 58 S S G19 Manhole Trench Safety,complete and in place per Each EA 9 S S G20 Mission Rubber Coupling Connection(8"),complete and in place per Each. EA 1 S S G21 Adjust Wastewater Manhole Ring and Cover,complete and in place per Each. EA 11 S S G22 4"Drop Manhole Assembly,complete and in place per Each. EA 1 S S G23 Rehab Existing Manhole with FIG Liner and New 24" Ring and Cover, EAS S 3 complete and in place per Each G24 Wastewater Allowance(MANDATORY),complete and in place per Lamp LS 1 5 000.00 S SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(Items GI thru G24) S PART H-GAS M.EPROVFA ENTS(per SECTION 01 29 01 MEASUREMENT AND BASES FOR PAYMENT) Remove&Haul Off Existing 14"Gas Line,complete and in place per Linear Hl LF 5.159 S S Foot_ H2 Adjust Existing Gas Valve&Riser to Finished Grade,complete and in place EA S S per Each- H3 achH3 Gas Allowance(11IANDATORY),complete and in place per Lump Sum. LS 1 S 50.000.00 S SL`BTOTAL PART H-GAS LIIPROVENIENTS-(Items Hl thi-a 113) S - PART I-TRAFFIC SIGNAL LIIPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Il Drill Shaft(TRF Sig.Pale)(36 in),complete and in place per Linear Foot LF 56 S - S 12 Traffic Signal Controller Unit,complete and in place per Each HA 1 S S I3 Traffic Signal Cabinet and Assemblies,complete and in place per Each. EA i S S I4 CONDT(PVC)(SCHD 40)(2"),complete and in place per Linear Foot. LF 165 S S I5 CONDT(PVC)(SCHD 40)(T'),complete and in place per Linear Foot. LF 140 S S I6 CONDT(PVC)(SCHD 40)(2")(Bore),complete and is place per Linear Foot. LF 405 S S I7 CONDT(PVC)(SCHD 40)(4")(Bore),complete and in place per Linear Foot. LF 540 S S I8 Elec.CONDR(No.6)Bare,complete and in place per Linear Foot. LF 13 S S 19 Elec.CONDR(No.6)Insulated,complete and in place per Linear Foot. LF 270 S S I10 Elec.CONDR(No.8)Bare,complete and in place per Linear Foot. LF 1,115 S S Ill Elec.COMDR(No.8)Insulated,complete and in place per Linear Foot. LF =-}C S S - I12 Tray Cable(3 COMDR)(12 AWG),complete and in place per Linear Foot. LF 1,235 S S Bid Form-Base Bid Page 6 of 8 Collihar Road Improvemerds-Prof.No(s)E13088 8,El 3089 00 30 01 DESCRIPTION UNIT ESTIALATED UNIT PRICE EXTENDED A-MOUNT QUANTITY I13 Ground Bax TY D with Apron,complete and in place per Each. EA 5 S S I14 Elec.Sry TY T 1201240 000(NS)SS(E)TS(U),complete and in place per Each. EA 1 S S I15 ILSN(LED)6S,complete and in place per Each. EA _ S S Iid BSN(LED)8S,complete and in place per Each. EA _ S S I17 NEMA Type Controller Foundation,complete and in place per Each. EA 1 S S I18 Install HWY TRF SIG(Isolated),complete and in place per Lump Sum LS 1 S S I19 Install 12 Inch Vehicle Signal Section with Slotted Back Plate(3 Section), EA 6 S S complete and in place per Each- 120 ach120 Install 12 Inch Vehicle Signal Section with Slotted Back Plate(5 Section), EA 4 S S complete and in place per Each- 121 ach121 Install Pedestrian Signal Section(16 inch)with LED Countdown,complete and EA 3 S S in place per Each. 122 LED Countdown Pedestrian Signal Module,complete and in place per Each. EA 3 S S 123 TRF SIG CBL(TY A)(14 AWG)(4 CONDR),complete and in place per LF ='S S S Linear Foot. 124 TRF SIG CBL(TY A)(14 AWG)(5 CONDR),complete and in place per LF SO S S Linear Foot. 125 TRF SIG CBL(TY A)(14 AWG)(7 CONDR),complete and in place per LF _'S S S Linear Foot. 126 TRF SIG CBL(TY A)(14 AWG)(16 CONDR),complete and in place per LF 51 S S Linear Foot. 127 INS TRF SIG PL AM(S)1 ARM(32')BSN,complete and in place per Each. EA _ S S 128 INS TRF SIG PL AM(S)1 ARM(40)LUM&ILSN,complete and in place EA 1 S S per Farh 129 INS TRF SIG PL AM(S)1 ARM(44')ILSN,complete and in place per Each. EA 1 S S 130 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(GRN),complete EA 10 S S and in place per Each_ 131 LED Traffic Signal Module -VEH SIG SEC (12 IN)LED(GRN ARW), EA S S complete and in place per Each- 132 ach132 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(YEL),complete and EA 10 S S in place per Each. 133 LED Traffic Signal Module -VEH SIG SEC (12 IN)LED (YEL ARW), EA 4 S S complete and in place per Each- 134 achI34 LED Traffic Signal Module-VEH SIG SEC(12 IN)LED(RED),complete EA 10 S S and in place per Each. 135 Battery Back-Up System for Signal Cabinets,complete and in place per Each EA 1 S S I36 Removing Traffic Signals,complete and in place per Each EA 1 S S I37 Radar Detection Processor System(WAVETRONDC),complete and in place EA 1 S S per Each- 138 achI38 Radar Detector Assembly(WAVETRONDC),complete and in place per Each. EA 4 S S I39 Radar mon Set-Up System(WAVETRONDC),complete and in place per EA 1 S S Each- 140 ach140 Radar Detector COMM&Power Cable(CAT 5-E 4C Twisted Pair,24AWG), LF 65S S S complete and in place per Linear Foot_ I41 Pedestrian Detect Push Button(APS),complete and in place per Each. EA 3 S S I42 Pedestrian Detector Controller Unit,complete and in place per Each. EA 1 S S I43 Pan-Tilt-Zoom CCTV Camera(In Place)(COHU),complete and in place per EA 1 S S Each- 144 achI44 CCTV Camera#18 2C Cable Power,complete and in place per Linear Fact. LF ?G S S CCTV Camera Coaxial Cable Communication complete and in place per 145 Linear Foot. LF '0 S S 146 Traffic Signal Allowance(hIANDATORY),complete and in place per Lump LS 1 5 000.00 S Sum. SUBTOTAL PART I-TR YTIC SIGNAL lalPROVEMENTS-(Items Il thru 146) 5 TOTAL BASE BLD(PARTS A THRU 1)-GOLLMAR ROAD IMPROVEAlENYS S Bid Form-Base Bid Page 7 of 8 Collihar Road Improveunerds-Prof.No(s)E13088 8,El 3089 00 30 01 I DESCRIPTIO--N UNIT. ESTIALATED UNIT PRICE EXTENDED_LIIOUNT QUANTITY BID SUALII_.RI SL-BTOTAL PART A-GENERAL(Items Al thru A5) S SUBTOTAL PART B-STREET IAIPROS'FAIENTS(Items Bl thru B45) S SUBTOTAL PART C-RTA IlIIPROVEATENTS(Items Cl thru C4) S SUBTOTAL PART D-ADA 1 1PROVEhIENTS(Items DI thru D10) S SUBTOTAL PART E-DRAINAGE IAiPROVEAIENTS(Items El thrm E50) S SUBTOTAL PART F- WATER IAIPROVEI4IENTS(Items Fl thru F51) S SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(Items GI thru G24) S SUBTOTAL PART H-GAS MIPROL'EAIENTS-(Items Hl thru H3) S SUBTOTAL PART I-TRAFFIC SIGNAL LIIPROVEAlENTS-(Items Il than I46) S TOTAL BASE BID(PARTS A THRU 1)-GOLLUTAR ROAD IMPROVEMENTS S CONTRACT TIMES Bidder agrees to reach Substantial Completion in 720 days Bidder agrees to reach Final Completion in 750 days Bid Form-Base Bid Page 8 of 8 Collihar Road Improvemerds-Prq-No(s)E13088&El 3089 00 30 01 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 Gollihar Road Improvements-Proj. No(s)E13088&E13089 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCITY— .. PURCHASING DIVISION ,...., cf CITY OF CORPUS CHRISTI ity ®f DISCLOSURE OF INTEREST us Christi 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: I. Corporation ❑ 2. Partnership3. Sole Owner E]0 4. Association 5. Other DISCLOSURE gUESTIONS If additional space is necessary+,please use the reverse side of thisage or attach separate sheet. 1. State the names of each 'employee" of the Ci 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 RevOl_13.2I116 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 comet 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: rryx or Prim) 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: iGollihar Road Improvements- Kostoryx Road to Weber Road (Bond 2014) (Project No(s) E13088&E13089) 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 Gollihar Road Improvements-Proj. No(s)E13088&E13089 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 Statement of Experience 004516-1 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 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. 2.05 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 considerthe 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—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. Statement of Experience 004516-2 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c)(1)and(2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "TCEQ"), the United States Environmental Protection Agency (the "EPA"),the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers,the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2)cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC') against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one(1)case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five(5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment fora negligent act or omission,which resulted in serious bodily injury or death, within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—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 5. INCLUDE Statement of Experience 004516-3 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 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. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive,or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-4 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 004516-5 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 FMR. 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 004516-6 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 FMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-7 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 #i Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 #i Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 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 #i Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-10 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past fine(5)years? List Citations below (date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder, within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes & Hoists ❑ Yes ❑ No ❑ N/A D. I Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516-11 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 Table 4—Safety Record questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five(5)years? Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs far the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less?Provide the 5 Bidder's NCCI workers'compensation experience rating sheets for the past five(5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516-12 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 Table 5—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 004516-13 Gollihar Road Improvements—Proj. No(s)E13088&E13089 Rev 06-22-2016 ARTICLE5 — CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: By: Name: Title: (typed or printed) (individuals signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience Gollihar Road Improvements — Proj. No(s) E13088 & E13089 00 45 16 - 14 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on , is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road Improvements — Kostoryz Road to Weber Road (Bond 2014) (Project No(s) E13088 & E13089 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 820 Buffalo St. Corpus Christi, TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: To Be Determined 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 720 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 750 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 Agreement 00 52 23 - 1 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 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 $ 1285 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 $ 1285 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 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 00 52 23 - 2 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6— INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 3 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services BY COUNCIL ATTEST (IF CORPORATION) CONTRACTOR Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer AUTHORIZED By: Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement 00 52 23 - 6 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Gollihar Road Improvements — Kostoryz Road to Weber Road (Bond 2014) (Project No(s) E13088 & 13089) Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond Gollihar Road Improvements - Proj. No(s) E13088 & E13089 006113-1 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Gollihar Road Improvements - Proj. No(s) E13088 & E13089 006113-2 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Gollihar Road Improvements — Kostoryz Road to Weber Road (Bond 2014) (Project No(s) E13088 & 13089) Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form Gollihar Road Improvements - Proj. No(s) E13088 & E13089 006116-1 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 Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 2 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Corpus Christi Standards - Regular Projects 007200-1 03-23-2015 6.03 Insurance 25 Article 7 — Contractor's Responsibilities 25 7.01 Supervision and Superintendence 25 7.02 Labor; Working Hours 25 7.03 Services, Materials, and Equipment 26 7.04 Concerning Subcontractors, Suppliers, and Others 26 7.05 Patent Fees and Royalties 27 7.06 Permits 28 7.07 Taxes 28 7.08 Laws and Regulations 28 7.09 Safety and Protection 29 7.10 Safety Representative 30 7.11 Hazard Communication Programs 30 7.12 Emergencies 30 7.13 Contractor's General Warranty and Guarantee 30 7.14 Indemnification ..... 31 7.15 Delegation of Professional Design Services 32 Article 8 — Other Work at the Site 33 8.01 Other Work 33 8.02 Coordination 34 8.03 Legal Relationships 34 Article 9 — Owner's and OPT's Responsibilities 35 9.01 Communications to Contractor 35 9.02 Replacement of Owner's Project Team Members 35 9.03 Furnish Data 35 9.04 Pay When Due... 35 9.05 Lands and Easements; Reports and Tests 35 9.06 Insurance 35 9.07 Modifications 35 9.08 Inspections, Tests, and Approvals 35 9.09 Limitations on OPT's Responsibilities 35 9.10 Undisclosed Hazardous Environmental Condition 36 9.11 Compliance with Safety Program 36 General Conditions Corpus Christi Standards - Regular Projects 007200-2 03-23-2015 Article 10 — OAR's and Designer's Status During Construction 36 10.01 Owner's Representative 36 10.02 Visits to Site 36 10.03 Resident Project Representatives 36 10.04 Rejecting Defective Work 36 10.05 Shop Drawings, Modifications and Payments 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities ..37 Article 11— Amending the Contract Documents; Changes in the Work .. 37 11.01 Amending and Supplementing the Contract Documents 37 11.02 Owner -Authorized Changes in the Work ..38 11.03 Unauthorized Changes in the Work 38 11.04 Change of Contract Price 39 11.05 Change of Contract Times 40 11.06 Change Proposals 40 11.07 Execution of Change Orders 40 11.08 Notice to Surety .41 Article 12 — Claims 42 12.01 Claims 42 12.02 Claims Process 42 Article 13 — Cost of the Work; Allowances; Unit Price Work 43 13.01 Cost of the Work 43 13.02 Allowances 46 13.03 Unit Price Work 46 13.04 Contingencies 47 Article 14 — Tests and Inspections; Correction, Removal, or Acceptance of Defective Work 47 14.01 Access to Work 47 14.02 Tests, Inspections, and Approvals 47 14.03 Defective Work 48 14.04 Acceptance of Defective Work 49 14.05 Uncovering Work 49 14.06 Owner May Stop the Work 49 14.07 Owner May Correct Defective Work ..50 General Conditions Corpus Christi Standards - Regular Projects 007200-3 03-23-2015 Article 15 — Payments to Contractor; Set -Offs; Completion; Correction Period 50 15.01 Progress Payments 50 15.02 Contractor's Warranty of Title 52 15.03 Substantial Completion 52 15.04 Partial Utilization 53 15.05 Final Inspection 53 15.06 Final Payment 53 15.07 Waiver of Claims 54 15.08 Correction Period 54 Article 16 — Suspension of Work and Termination 55 16.01 Owner May Suspend Work 55 16.02 Owner May Terminate for Cause 55 16.03 Owner May Terminate For Convenience 56 Article 17 — Final Resolution of Disputes 57 17.01 Methods and Procedures 57 Article 18 — Miscellaneous 57 18.01 Computation of Times 57 18.02 Owner's Right to Audit Contractor's Records 57 18.03 Independent Contractor 58 18.04 Cumulative Remedies 58 18.05 Limitation of Damages 58 18.06 No Waiver 58 18.07 Severability 58 18.08 Survival of Obligations 59 18.09 No Third Party Beneficiaries 59 18.10 Assignment of Contract 59 18.11 No Waiver of Sovereign Immunity 59 18.12 Controlling Law 59 18.13 Conditions Precedent to Right to Sue 59 18.14 Waiver of Trial by Jury 59 18.15 Attorney Fees 59 18.16 Compliance with Laws 59 18.17 Enforcement 60 General Conditions Corpus Christi Standards - Regular Projects 007200-4 03-23-2015 18.18 Subject to Appropriation 60 18.19 Contract Sum 60 18.20 Contractor's Guarantee as Additional Remedy 60 General Conditions Corpus Christi Standards - Regular Projects QO7lO0 5 03-23-2015 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date — The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract. Price, Contract Times, or terms and conditions of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-6 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 007200-7 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does riot conform to the Contract. Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-8 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home -rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions Corpus Christi Standards - Regular Projects 007200-9 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-10 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or "calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-11 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-12 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-13 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is riot clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-14 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards - Regular Projects 00 72 00-15 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract. Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract. Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.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 15.01.8 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 7.09.6 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 15.01.0 and 15.05.0. 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 director 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 50 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 13.01.0.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract. Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5, For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-50 03-23-2015 3, Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; 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 15.08.6 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 —SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that. the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates fora 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 fora 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 — Completed 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 Required if Contract Pricey $5,000,000 $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. Required if excavation > 3 ft $1,000,000 Per Claim ® Required IN Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents • Required r Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price • Required IZ Not Required Insurance Requirements Gollihar Road Improvements - Proj. No(s) E13088 & E13089 007201-1 Rev 06-22-2016 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. 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 endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract. Documents. Contractor shall not be allowed to perform any Work on the 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 Insurance Requirements 00 72 01- 2 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment. of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this 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. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01- 3 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, 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. Industry standard 150 Contractual Liability coverage will meet this obligation. 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. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01- 4 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 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 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 Insurance Requirements 00 72 01- 5 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 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. 1.05 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 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 Insurance Requirements 00 72 01- 6 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 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. 1.06 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 3. No requirements of this Contract maybe 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. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 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. 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. 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 Insurance Requirements 00 72 01- 8 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 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. 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; Insurance Requirements 00 72 01- 9 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 Rev 06-22-2016 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 [Insert Project Name and Number] 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 TX -40 Wage Rate Requirements [Insert Project Name and Number] Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) 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 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 Patricia 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 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 E0 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 SUTX1987-001 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: 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, 00S in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 0 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 Patricia 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 Fringes Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 00S in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 0 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. Foran 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). e. 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 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 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 UA Engineering, Inc. Rock Engineering CH2M ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Days 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 86 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year Supplementary Conditions Gollihar Road Improvements - Proj. No(s) E13088 & E13089 007300-1 11-25-2013 and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Geotechnical Study - Gollihar Road Improvements, Rock Engineering, 5-15-14 - The Contractor may rely on the following Technical Data in using this document (unless noted otherwise in the Plans and Specifications): 1) Boring Logs; 2) Thicknesses of existing pavement constituents; 3) Directives for placement/mixing of Project materials and required material compactions; 4) Directives for utility trench excavation and trench bottom treatments (NOTE: All trench excavation requirements and trench bottom treatments shall be subsidiary to the various utility installation bid items.); and 5) Trench safety requirements. (NOTE: The required Project pavement sections should be obtained from the design plans.) 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Gollihar Road Improvements - Proj. No(s) E13088 & E13089 007300-2 11-25-2013 DIVISION 01 General Requirements 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: Project includes the complete reconstruction of Gollihar Road from Kostoryz Road to Weber Road, approximately 5,200 feet in length. The objectives of the Project are to replace the existing deteriorated hot -mix asphalt concrete (HMAC) pavement with new HMAC pavement, remove and replace the existing sidewalks and curb ramps with new infrastructure, provide protected combination cycle track/sidewalk on both sides of the roadway, increase the capacity of the existing underground storm sewer system and upgrade the existing gas, water, and wastewater infrastructure. The Project also includes upgrading the existing cable -suspended traffic signals at Carroll Lane with new traffic signals per City Standards. The Project is funded by two (2) 2014 Bond Projects, Gollihar Road from Kostoryz Road to Carroll Lane (City Project No. E13089) and Gollihar Road from Carroll Lane to Weber Road (City Project No. E13088), but bid and constructed as one project. 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. It is anticipated that the following two (2) City of Corpus Christi Projects will be under construction at the same time as this Project: Gollihar Road from Staples Street to Weber Road (City Project No. E13087) and Carroll Lane from Houston Street to McArdle Road (City Project No. E13097). The Contractor of this Project shall meet, at times requested by the City, with the City, other Contractors, and respective Engineers to establish Traffic Control Plans and Construction Schedules that will minimize impacts to the General Public. The City will make final decisions on Traffic Control Plans and Project Schedules for the three (3) Projects in these meetings and the Contractors must abide by the final decisions. 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. Summary of Work Gollihar Road Improvements - Proj. No(s) E13088 & E13089 011100-1 Rev 01-13-2016 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: The City Gas Department will work alongside the Contractor to install a new 16" Gas Line in the same trench as the proposed 16" waterline. The Gas Department shall provide all materials, workmanship and testing for the installation of a new 16" Gas Line, except for trench excavation, trench safety, pipe bedding and backfill, which will be the responsibility of the contractor. In addition to the new 16" Gas Main, the City Gas Department is responsible for the adjustment of other smaller gas lines as rioted on the plans. 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. E. PRODUCTS (NOT USED) 2.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Gollihar Road Improvements - Proj. No(s) E13088 & E13089 011100-2 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 3100 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES NONE 1.04 DESCRIPTION OF ALLOWANCES NONE 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-1 Rev 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 0131 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-2 Rev 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 fora specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-3 Rev 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-4 Rev 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-5 Rev 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-6 Rev 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-7 Rev 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012900-8 Rev 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 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 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 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 Al - 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 A2 - Storm Water Pollution Prevention Plan (SWPPP): 1. Include the following costs in this Bid item: a. Preparation of the SWPPP and NOI's for Contractor and for the City; b. Routine inspection and maintenance of erosion and sedimentation controls; c. Maintenance of SWPPP (i.e. inspection reports, training logs, personnel changes, etc.). Copies of all SWPPP documentation shall be provided to the City; d. On-site actions mandated by the SWPPP (i.e. watering for dust control, good housekeeping practices, removal of debris tracking on streets, etc.); e. Filing of required forms for Contractor ONLY (i.e. Notice of Intent, Notice of Termination, etc.); and f. Posting signs required by the SWPPP. 2. Measuring for payment is on a lump sum basis. Payment for Storm Water Pollution Prevention Plan shall be in accordance with Technical Specification 022410-T Stormwater Pollution Prevention. C. Bid Item A3 — Traffic Control: 1. Include the following costs in this Bid item: a. Preparation of Traffic Control Plans; b. Installation and maintenance of required traffic control devices and signs; c. Installation of temporary pavement, as required; and d. Provision of necessary Traffic Control personnel. 2. Measuring for payment is on a lump sum basis. Payment for Traffic Control shall be prorated over the course of the Project based upon the Contract substantial completion construction duration. For payment purposes of these items, the construction durations shall be 720 calendar days. D. Bid Item A4 — Exploratory Excavation: 1. Include the following costs in this Bid item: a. Personnel and equipment required to locate existing underground infrastructure within the Project limits of construction; 2. Measuring for payment is on a lump sum basis. Payment for Exploratory Excavation shall be prorated over the course of the Project based upon the Contract substantial completion construction duration. E. Bid Item A5 — Ozone Action Days: 1. Include the following costs in this Bid item: a. Compensation in the amount of the bid unit price for Ozone Advisory days that occur during the construction duration; Measurement and Basis for Payment Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012901-2 Rev 01-13-2016 2. Measuring for payment is on a per day basis. F. All other Bid Items contained within the Bid Form: 1. Include the following costs in this Bid item: a. Materials, equipment, personnel and labor required for the installation of the individual bid item; 2. Measuring for payment is in accordance with the units specified for the individual bid item and as further specified in the appropriate Standard or Technical Specification. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Unanticipated Improvements Allowances: 1. Include the following costs in this Bid item: a. Materials, equipment, personnel and labor required for the installation of unanticipated improvements required on the Project and not included in the Bid Form; 2. Measuring for payment is on a lump sum basis per occurrence. For each instance of unanticipated improvements, the Contractor shall prepare a construction fee estimate using bid unit prices, as appropriate, and present the estimate to the OAR for approval prior to commencing construction. After approval of the estimate by the OAR and construction of the specified improvements by the Contractor, the Contractor shall be paid the approved Lump Sum amount for the work. There is no guarantee that any of these funds will be used during the course of the work. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Gollihar Road Improvements - Proj. No(s) E13088 & E13089 012901-3 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 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 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 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 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 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 0135 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 0131 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 D. Scott Jones, P.E. Project Engineer {UA Engineering, Inc.) 361-887-8851 Project Management and Coordination Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 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 0133 00 DOCUMENT MANAGEMENT. Project Coordination Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0131 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 fora Change Proposal form to Contractor. A number will be assigned to the Request fora 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 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 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0129 00 Change Proposal 01.31 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 0131 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 0133 02 Schedule of Values 0129 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013300-4 11-25-2013 01 33 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 022410, 022420 Erosion Controls (incl. Silt Fence and Inlet Protection) Product Information 028020 Seeding Product Information 022100 Select Material Product Information 022410 SWPPP Product Information 026201 to 026416 Pipes and Appurtenances (incl. Fire Hydrant) Product Information 027402 Reinforced Concrete Pipes Product Information 027404 Box Culverts Product Information 027205 Fiberglass WW Manhole Product Information 027206 Manhole Rehabilitation Product Information 032020 Reinforcing Steel Product Information 037040 Epoxy Compounds Product Information 025608, 027202, 030020, n3Rnnn Concrete Structures Product Information 025223, TxDOT Item 247 Limestone Base Material Product Information 025404, 025412, 025424 HMAC and Seal Coat Product Information 025802 to 025828 Pavement Markings and Buttons Product Information Per Plans WW Bypass Plan(s) Product Information Per Plans Beddings Materials Product Information Per Plans Detectable Warning Material Product Information Submittal Register Gollihar Road Improvements Proj. No(s) E13088 E13089 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS (NOT APPLICABLE) 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3, Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-1 11-25-2013 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3, Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-2 11-25-2013 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-3 11-25-2013 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-4 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-5 11-25-2013 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-6 11-25-2013 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-7 11-25-2013 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 0133 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-8 11-25-2013 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.8 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013302-9 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 in accordance with SECTION 0131 13 PROJECT COORDINATION, 1.08 RECORD DOCUMENTS. B. Include Record Data in the Schedule of Documents required by SECTION 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0170 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 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. 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. 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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. 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. Construction Progress Schedule Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013304-2 11-25-2013 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013304-3 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 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE Perform the Work as required to complete the entire Project within the Contract Times and in the sequence specified in the plans. 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. Water 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: Special Procedures Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013500-1 11-25-2013 1.04 Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Water Connections (As specified by Operating Dept.) N/A A. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. B. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. C. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 1.05 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 013500-2 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.6.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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. e. 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. b. Make checks daily and record observations in the quality control documentation. 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls Gollihar Road Improvements - Proj. No(s) E13088 & E13089 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls Gollihar Road Improvements - Proj. No(s) E13088 & E13089 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Gollihar Road Improvements - Proj. No(s) E13088 & E13089 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest 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 Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. NONE 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new Temporary Controls Gollihar Road Improvements - Proj. No(s) E13088 & E13089 015700-5 11-25-2013 windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.100 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 0131 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 017000-3 11-25-2013 PART S Standard Specifications SECTION 021020 SI'1'h CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified 011 the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev 14-30-2414 SECTION 021040 Sll'E GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated 011 the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of =compacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev 14-30-2414 SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame -cutting will not be permitted, however, when the plans or special provisions call for the stnicture unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the fust portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour stnicture, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted unifonnily, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or ra.mmers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-255-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-255-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical atter the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated 011 the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously 011 both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill} TJNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +f-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, 110 lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-255-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-255-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandorunent of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOT} for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WA I ER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 32 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (IDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimise Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WA I'ER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or stonn drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding V2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right -of -Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right -of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically -stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre -approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18 -kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway - legal rubber -tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid tums and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abnipt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL. REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Sofa wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, foamed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev 14-30-2414 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev 14-30-2414 SECTION 023020 JACKING, BORING OR TUNNELING (S-65) 1. DESCRIPTION This specification shall govern provisions of the required installation of conduits by the methods of jacking, boring, shown on the plans and in conformity with this specification. 2. MATERIALS Unless indicated otherwise with minimum yield strength be as follows: Casing Diameter (Inches) Less than 12 Over 12 to 18 Over 18 to 22 Over 22 to 28 Over 28 to 34 Over 34 to 42 Over 42 to 48 Over 48 in the drawings of 35,000 psi. Minimum Wall (Inches) 1/4 5/16 3/8 7/16 1/2 9/16 5/8 Specified 3. CONSTRUCTION REQUIREMENTS opening for the or tunneling as , casing pipe shall be smooth pipe Minimum casing wall thickness shall Thickness by Engineer Where encasement or carrier pipe is required to be installed under railroad embankments or under highways, streets, or other facilities by jacking, boring or tunneling methods, construction shall be made in a manner that will not interfere with the operation of the railroad, highway, or other facility, and will not weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, as directed by the engineer, until such time as the backfill has been completed and then shall be removed from the site. The drilling of pilot holes for the alignment of pipe prior to its installation by jacking, boring or tunneling will not be a requirement but may be necessary to maintain grade. The drilling of pilot holes will be considered as incidental work and the cost thereof shall be included in such contract pay items as are provided in the proposal and contract. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation needed to install the conduit. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. The removal of any obstruction that may be found to conflict with the placing of this pipe will not be measured for payment or paid for as a separate contract pay item. The removal of any such obstruction will be included in such contract pay items as are provided in the proposal and contract. The contractor shall dispose of all surplus materials at his own cost and expense at site approved by the engineer. 4. SAFETY REQUIREMENTS Suitable bracing, shoring and barricading shall be placed as necessary to provide a safe condition. Proper ventilation for excavations and tunnels shall 023020 12/3/8 Page 1 of 4 be required. Any excavation that remains open after working hours shall be covered with a steel plate of sufficient thickness to support traffic. 5. CONSTRUCTION BY JACKING If the grade of the pipe at the jacking end is below the ground surface, suitable pipes or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. This excavation shall not be carried to greater depth than is required for placing of the guide and jacking timbers and no nearer the roadbed than the minimum distance shown on the plans. At the other end of the pipe, an approach trench shall be excavated accurately to grade. All open trenches and pits shall be braced and shored in such a manner as will adequately prevent caving or sliding of the walls into the open trench or pit. Heavy-duty jacks suitable for forcing the pipe through the embankment shall be provided. In operating jacks, even pressure shall be applied to all jacks used. A suitable jacking head not less than 6 inches larger than the outside diameter of the pipe, usually of timber and suitable bracing between jacks and jacking head, shall be provided so that pressure will be applied to the pipe uniformly around the ring of the pipe. The jacking head shall be of such weight and dimensions that it will not bend or deflect when an opening for the removal of excavated material as the jacking proceeds. A suitable jacking frame or backstop shall be provided. The pipe to be jacked shall be set on guides that are straight and securely braced together in such manner to support the section of the pipe and to direct it in the proper line and grade. All timber and other materials used in the construction of the jacking assembly will be of such quality and dimensions that they will withstand all stresses to which they are subjected in such a manner as to insure even pressures on the pipe during jacking operations. The whole jacking assembly shall be placed so as to line up with the direction and grade of the pipe. As the jacking proceeds, the embankment material shall be excavated slightly in advance of the pipe in such a manner to avoid making the excavation larger than the outside diameter of the pipe, with the excavated material being removed through the pipe. The excavation for the underside of the pipe, for at least one third of the circumference of the pipe, shall conform to the contour and grade of the pipe. The excavation for the top half of the pipe shall conform closely to the outside diameter of the pipe and a clearance greater than 2 inches will not be permitted. All voids between the pipe and the earth shall be filled with non -shrinking grout. Grout holes shall be provided in the pipe. The grouting shall follow immediately upon completion of the jacking operation. All carrier pipes installed by jacking shall be supported as required by the plans. The distance that the excavation shall extend beyond the end of the pipe depends on the character of the materials, but it shall not exceed 2 feet in any case. The pipe, preferably, shall be jacked from the low or downstream end. Lateral or vertical variation in the final position of the pipe from the line grade established by the engineer will be permitted only to the extent of 1 inch per 10 feet, maximum of 6 inches, provided that such variation shall be regular and only in one direction and that the final grade of flow line shall be in the direction indicated on the plans. When jacking of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable; to prevent the pipe from becoming firmly ❑23020 12/3/8 Page 2 of 4 set in the embankment. Any pipe damaged in jacking operations shall be repaired or removed and replaced by the Contractor at his entire expense. The pits or trenches excavated to facilitate jacking operation shall be filled immediately after the jacking of the pipe has been completed unless an encasement only has been installed; in which case, the trenches and pits shall be left open until the carrier pipe has been laid through and manholes have been built if required. The pits or trenches shall then be backfilled in accordance with 022020, Excavation and Backfill for Utilities & Sewers. 7. CONSTRUCTION BY BORING The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed shaft will be at the established line and grade. The size of the bored hole shall be of such diameter to provide ample clearance for bells or other joints. Voids outside the casing shall be grouted with non -shrinking grout and will be considered subsidiary work. In addition to the requirements stated above, the applicable provisions of "Construction By Jacking", in regard to the construction of trench, tolerance in line and grade, method of operation, backfilling, etc., shall govern for construction by boring. 7. CONSTRUCTION BY TUNNELING The tunnel shall be excavated in such a manner and to such dimensions, which will permit placing of the proper supports necessary to protect the excavation. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation shown on the plans. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. If required by the plans or if required for safety, suitable steel or timber sheeting, shoring and bracing shall be used to support the sides and roof of the excavation. Supports may be left in place provided that they clear the steel liner plate or carrier pipe. No separate payment will be made for supports left in place. Nothing contained herein shall prevent the contractor from placing such temporary or permanent supports as he deems necessary, nor shall it be construed as relieving the contractor from his full responsibility for the safety of the work, and for all damages to persons and property. Liner plate shall be place when the foundation is in a condition satisfactory to the engineer. Tunnel dimensions shall be minimum dimensions and subsequent grout fill around the perimeter of the liner plate, shall be at the expense of the contractor. The liner plate shall be laid true to line and grade. Tolerance in line and grade shall be as specified in, "Construction by Jacking". The void between the tunnel wall and the tunnel lining shall be backfilled with non -shrinking grout having a minimum compressive strength of 1000 pounds per square inch at 28 days. Grout shall not be placed inside the liner plate. All pipe damaged during construction operations shall be repaired or removed and replaced by the contractor at his entire expense. 8. JOINTS If corrugated galvanized metal pipe is used, joints may be made by field bolting 023020 12/3/8 Page 3 of 4 or by connecting bands, whichever is feasible. If reinforced concrete pipe 24 and larger in diameter with tongue and groove joints is used for the encasement pipe, the interior joints for the full circumference shall be sealed and packed with mortar and finished smooth and even with the adjacent section of pipe. If steel pipe is used for the encasement pipe, the joints shall be welded sealed for the full circumference. 9. MEASUREMENT & PAYMENT Unless indicated otherwise in the proposal, Jacking, Boring, and tunneling shall not be measured for pay but shall be subsidiary to the casing pipe or the liner plate. 023020 12/3/8 Page 4 of 4 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 V2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10 -inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re -compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 Rev. 10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUT I'ER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Cnished gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture -density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev. 325-2515 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown 011 the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified 011 the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied 011 the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Pune shall be applied at a temperature within the recommended range per City Standard 025412. Page 1 of 2 Rev 14-30-2414 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412. Page 2 of 2 Rev 14-30-2414 SECTION 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be applied when the air temperature is above 50°F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC -5 (AC -3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", whichever is called for 011 the plans. (2) Aggregate. Single Course - The aggregate used shall be Type PA (pre -coated aggregate), Grade 5 (1/2" maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course - The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and third (surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METIIODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied 011 the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be firrnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025416 Page 1 of 2 Rev. 3-255-2015 Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be obtained, the surface shall be flat -rolled with a roller having a gross weight of not less than four (4) tons and not more than ten (10) tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule or as directed by the Engineer. Gallons of Asphalt Aggregate Per Square Yard Cu.Yd. to Sq.Yd. Min. Max. Min. Max. Asphalt Cement 0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The temperature of application shall be within the limits recommended in City Standard Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F for AC -3, and 275 to 350 degrees F for AC -5. 4. MFASUREIVIENT AND PAYMENT Unless otherwise indicated in the Bid Form, seal coat will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 025416 Page 2 of 2 Rev. 3-255-2015 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for fiurishing and laying Hot Mix Asphalt Concrete (IIMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable 025424 Page 2 of 8 Rev. 3-25-2015 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-112" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page 3 of 8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method 1'LX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and 1'LX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that corning out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 'cob -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the . o� b -mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method 1'hX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material maybe placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 114 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic 011 highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7 MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev. 3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 "Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in 110 case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of "Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev. 3-25-2015 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast -in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown 011 the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified 011 the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev. 3-25-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown 011 the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev. 3-25-2015 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. NIEASUAEMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the foams to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified 011 the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class"A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel 5 < 1:12 Side slope of ramp (flare) 5 < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp 5 < 1:20 Driveways abutting tied sidewalks . . 5 < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3-25-2015 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev. 3-25-2015 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C 150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). The Contractor shall fiunish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beans) or compressive (cylinder) tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type IQ cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev. 3-25-2515 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev. 3-25-2515 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to famish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate andlor brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev. 3-25-2515 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slutnp Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (1'/2") The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2515 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -MIX PLANTS The requirements for ready -mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavements), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; firrnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2515 SECTION 025680 COLORED CONCRETE PAVEMENT FOR CYCLE TRACKS 1. GENERAL 1.1 SUMMARY A. Section Includes: 1. Integrally colored concretepavement 2. Stamped concrete pavement 1.2 SUBMITTALS A. Submit according to Division 01 General Requirements. B. Product Data: For each product indicated. C. Mix Designs: For each type of integrally -colored concrete mix required. D. Samples for Initial Selection: Manufacturer's color charts. E. Sample Panels: 9 by 9 feet by 4 -inch -thick to demonstrate finish, color, and texture of integrally colored concrete pavement. F. Qualification Data: For Installer and manufacturer specified in Quality Assurance Article, including names and addresses of completed projects, architects, andowners. G. Material Test Reports: From testing agency indicating compliance of concrete materials, reinforcing materials, admixtures, and similar items withrequirements. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Trained or approved by Manufacturer of decorative concrete systems. B. Manufacturer's Qualifications: Three years' experience manufacturing products required. C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077. D. Source Limitations: Obtain products from same source throughout Project. E. Field Samples: Locate at site and obtain approval before start of final work. Field samples shall be minimum 4 by 4 feet by full thickness. 1. Demonstrate range of finishes and workmanship, including curingprocedures. 2. Approved field samples set quality standards for comparison with remainingwork. 3. Approved field samples may become part of the completed Work if undisturbed at completion of Project. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packaging with labels intact. B. Store in clean, dry and protected location, accordingto manufacturer's requirements. 1.5 PROJECT CONDITIONS A. Environmental Requirements: Comply with requirements of Standard Specification 025680 Page 1 of 4 Rev. 10-6-2016 Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". 2. PRODUCTS 2.1 FORMS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 2.2 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel". 2.3 COLOR MA I'LRIALS A. Integral Concrete Colorant: ASTM C 979, factory -measured powdered mix in self - dissolving packaging, consisting of non -fading finely -ground synthetic mineral -oxide coloring pigments and water reducing wetting agent. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Color: Clary Sage (U51) 2.4 IMPRINTING TOOLS A. Stamp Mats: Semi-rigid polyurethane mats with projected texture and ridged underside capable of imprinting texture and joint patterns to plastic concrete. 1. Manufacturer: Butterfield Color®. 2. Pattern: Pennsylvania Avenue Soldier Course (8" width) 2.5 ADMIXTURES A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". B. Do not use calcium chloride or admixtures containing calcium chloride. 2.6 RELATED MATERIALS A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures", and City of Corpus Christi standard details for expansion joint filler, bonding agents, etc. B. Bonding Agent: ASTM C 1059, Type H. 2.7 INTEGRAL CONCRETEMIXES A. Comply with Standard Specification Section 030020 "Portland Cement Concrete" for Class "A" concrete and as follows: 1. Portland Cement Content: Five sacks of cement per cubic yard. 025680 Page 2 of 4 Rev. 10-6-2016 a. Note: If additional cement is required for higher strength concrete applications, an adjustment in the amount of integral colorant is needed to achieve color consistency. Contact manufacturer for instructions. 2. Maximum Slump: 5 inches. B. Add integral concrete colorant according to manufacturer's instructions C. Maintain mix characteristics for all concrete required to have matching finish. 3. EXECUTION 3.1 EXAMINATION A. Examine subgrade and sub base for compliance with requirements. B. Do not proceed with integrally colored concrete pavement until unacceptable conditions are corrected. 3.2 FORMWORK AND S I'LEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 3.3 CONCRETE PLACEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel" and Section 038000 "Concrete Structures". B. Do not add water once placing has begun. Do not retemper concrete that has started to set. 3.4 FINISHING A. After final floating, apply a broom finish perpendicular to direction oftraffic. 3.5 STAMPING A. Stamp concrete surfaces according to manufacturer's instructions. B. Mat Stamping: While concrete is plastic, accurately align stamp mats in sequence and uniformly press into concrete to produce imprint pattern, texture, and depth of imprint, according to manufacturer's instructions. Remove stamps from concrete immediately. 1. Stamp edges and surfaces unable to be imprinted with stamp mat with flexible stamping mats. 3.6 JOINTS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures" and details shown on the drawings. 3.7 CURING AND SEALING A. Protect integrally colored concrete pavement from prematurely drying and excessive cold or hot temperatures. 025680 Page 3 of 4 Rev. 10-6-2016 B. Cure integrally colored concrete pavement according to manufacturer's instructions. C. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. 1. Do not over apply or apply in a single heavycoat. 3.8 REPAIRS AND PROTECTION A. Repair damaged integrally colored concrete pavement according to manufacturer's instructions. B. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. C. Protect integrally colored concrete pavement from damage or deterioration until date of Substantial Completion. 3.9 HELD QUALITY CONTROL A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 4. MEASUREMENT AND PAYMENT 4.1 Unless otherwise specified on the Bid Form, integrally colored concrete pavement for cycle tracks shall be measured by the square foot of surface area of completed cycle tracks as indicated on the drawings. 4.2 Unless otherwise specified on the Bid Form, the stamped concrete strip (8" width) shall be measured by the linear foot of completed stamped concrete strip as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025680 Page 4 of 4 Rev. 10-6-2016 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be 011 site, during working hours and 011 call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction – see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 24` 10 U cur —ill V1ANDAR N GARDEN 4s~ !e 1!t` 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, bathers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3 of 3 Rev. 10-30-2014 SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MA I'LRIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transfen-ing control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic, unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be 011 site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev. 10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an adhesive -backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low -beans headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet (approximate) 24 inches Curve < 2° 80 feet (maximum) 24 inches Curve > 2° 40 feet (maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall riot be exceeded in any case. 025805 Page 1 of 2 Rev. 10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7 REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev. 10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS -8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear -out edges without running of spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev. 10-30-2014 Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be retuned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev. 10-30-2014 not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev. 10-30-2014 SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE -CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic," and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings" and City Section 025807 "Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev. 3-255-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, 110 condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) (8) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev. 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev. 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non -integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I -A One face shall reflect amber light and the body other than the reflective face shall be yellow. I -C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I -R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red 011 the side that reflects red light. II -A -A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II -B -B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) II -C -C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rev. 10-30-2014 II -C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev. 10-30-2014 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECIORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CSTIM&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECIORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East 1 lth Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use, and • Test results from the National Transportation Product Evaluation Program (NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12 -month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot -mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full -access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four -lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot -mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECIORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12 -month NTPEP test results for the pre -qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re -installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12 -month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECIORIZED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex -842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12 -month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre -qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre -qualification requires extensive field evaluations. It is critical that 110 significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre -qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4 - 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS S (REFLECTORIZED) 2. Failure. CSTIM&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department -initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department -Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex -729-I) and testing on pre -qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CSTIM&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re -Qualification. Suppliers disqualified and removed from the MPL may subunit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I -A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I -C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver -white. • Type I -R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver -white. • Type II -A -A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECIORIZED) • Type II -C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cdlfc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 00 3.00 2.00 0.75 20' 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex -434-A, the minimum strength of five markers must be 2,00O ib. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex -434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,0O0 ib. load. The following equation is used to determine the quality index value: QL = (X — LSL) I s Where: QL = quality index value X = average result from test LSL = lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no subjected to the requirements of Tex -846-B marker in a vertical position. The SI of the pavement marker must not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEPARTMENT OF TRANSPORTATION 6 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECIORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2 -in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 112 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7 —7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION Ii12'UMINOUS ADHESIVEFOR PAVEMEvTMlL4RKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71°C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed welters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min mag min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F). min 5 5 Viscosity, 10 rpm, 204°C (400°F, Pa -s 7.5 -,5 Flash Point, C.O.C., °F ASTM D 92 550 X50 Ductility, 5 cm/min, 77°F, cin AASHTO T 51 - 15 - Flexibility. 1 in. mandrel. 90° bend. 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION 1i12'UMINOUS ADHESIVEFOR PAVEMEvTMlL4RKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTM D 1754 and ASTM D 21-1 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 gm (No. 325) 75 -- Section 6130.4. 75 dim (No. 200) 95 100 -- 150 pm (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F. Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 + 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2— 3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION Ii12'UMINOUS ADHESIVE FOR PAVEMENT IVIARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 pm retention factor to verify there is 110 loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75tm (No. 200) and 150 pm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 pm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult `Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 6O lb.) and must weigh within 1 kg (2 Ib.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 Ib.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 3 LAST REVIEWED: SEPTEMBER 2014 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanised Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MA 1'LRIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= S D (P)2 or L= N D (P'- 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(P) 4,000 PVC Pipe - Uni-bell equation 99 L = N D (P2 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $ 100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILF IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX -RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13-42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings fiu-nished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push - on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CER I'I4CATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs1 CY Sand 2501bs1 CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15°l°. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev 10-30-2014 Trial Mix Design: Damp Soil 10001b. Lime 501b. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev 10-30-2014 SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MA I'LRIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated 011 the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev 3-25-2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20 -ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20 -ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev 3-25-2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16 -inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16 -inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev. 3-25-2015 from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev 3-25-2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev. 3-25-2015 SECTION 026404 WA 1'LR SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller 1-1-15028 for 1" size Mueller 1-1-15023 for 1-%z" & 2" sizes 026404 Page 1 of 2 Rev. 3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-Y2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev. 3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement -stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev. 3-25-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with non -rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation — lay over. 4) Stem seals shall be the 0 -ring type on valves through 12 -inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev. 3-25-2515 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement - stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev. 3-25-2015 SECTION 026416 FIRE HYDRANT'S 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-Y2") inside diameter and the pumper nolle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one -half-inch (2-Y2") National Standard thread (7-Y2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i) Nozzle Cap Gaskets - Required. j) Drain Openings - Required. 026416 Page 1 of 3 Rev. 3-25-15 k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-V4") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90+ Durometer hardness. When the main valve lower washer and stein mit are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stein - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O" -ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O" -ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O" -ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev 3-25-15 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O" -Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O" -ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6 -inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev. 3-25-15 SECTION 027200 CONTROL OF WASTEWA 1'LR FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall fir fish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Fonn and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. 027200 Page 1 of 7 R. 10-30-2014 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system_ The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 R. 10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain -for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick -Disconnect Steel Galvanized Pipe and Heavy -Duty Flexible Hoses 027200 Page 3 of 7 R. 10-30-2014 i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick -disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O -rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30 -degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24 -hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4of7 R. 10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. 027200 Page 5 of 7 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. 027200 Page 6 of 7 R. 10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: Engineer: Contractor: Service Area: Start Date & Time: No.: Lift Station No. (if applicable): Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method & Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material & Length: Pump Description: (Self -Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Total Number of Pumps/Standby Pumps: Total & Finn Capacity (GPM @. TDH): Diesel or Electric Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Name: Additional Notes: Phone: Phone: Required Checklist: YES NO ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Schematic drawing providing details of proposed bypass pumping system, routing of bypass lines (using manhole numbers andlor lift station names as applicable), equipment location, and proposed sequencing. Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? Pumps: Self -priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? Contractor has confirmed no rain (less than 1/2 -in) in the forecast? Prepared by: Contractor Representative Reviewed by: Date Wastewater Representative Date 027200 Page 7 of 7 R. 10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and shasp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masomy or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACK-FILLING/LEAKAGE 1'LSTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. 027202 Page 2 of 3 Rev. 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the mit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev. 3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1- Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 ;7 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MA I'LRIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753 -"Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition, and the referenced design criteria as follows: 1. ASTM C581 2. ASTM D695 3. ASTM D790 4. ASTM C923 5. ASTM D2412 6. ASTM D2583 7. ASTM D2584 8. ASTM D3034 9. ASTM F794 10. ASTM C32 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass -Fiber -Reinforced Structures Intended for Liquid Service 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 Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 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 Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev. 3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class 'A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class 'A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast -in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1) psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3 - foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev. 3-25-2015 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing 011 a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de -watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev. 3-25-2015 insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly 011 the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over -Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4 -inch through 15 -inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type 11 Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page4of6 Rev. 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4 -foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5 -foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page5of6 Rev. 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6 -inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6 -inch strip on the inside as previously done 011 the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified 011 the Bid Form, fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly, connections, cast iron frame and cover, adjustment to finish grade, concrete work, backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev. 3-25-2015 SECTION 027402 REINFORCED CONCRE 1'L PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible undenun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev. 3-255-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre -foamed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and pruner shall be supplied for 027402 Page 2 of 7 Rev. 3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Pruner Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 1'/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 1'/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs 11/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-S" 84" 35.0 gals. 7 pcs 2" x 3'-S" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All ribber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev. 3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet {downstream} end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without swilling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev. 3-255-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0`-9" 0'-I1" 1'-1" F-3" 1'-5" 1`-7" 1'-11" 2'-O" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev. 3-255-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev. 3-255-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev. 3-255-2015 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans, Class "C" concrete shall be used for cast -in- place boxes, conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures", except that Class "S" concrete will be required for top slabs of direct traffic cast - in -place boxes. Concrete for precast (machine -made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28 -day compressive strength of 5,000 psi. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown 011 the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size (AOS) of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000"Concrete for Structures" shall govern for cast -in-place 027404 Page 1 of 3 Rev. 10-30-2014 concrete box culverts and for precast (formed) boxes except where otherwise specified herein. Forms for precast (machine -made) boxes shall be made of steel. Forms for cast -in-place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar -tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to pet -mit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Fotms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine -made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine -made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C 1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast -in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev. 10-30-2014 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement -stabilized sand containing a minimum of 1V2 sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures, the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor, materials, tools, equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev. 10-30-2014 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY -VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6" Gravity Sewer Pipe ASTM D3034 DR 26 8" Gravity Sewer Pipe ASTM D3034 DR 26 10" Gravity Sewer Pipe ASTM D3034 DR 26 12" Gravity Sewer Pipe ASTM D3034 DR 26 15" Gravity Sewer Pipe ASTM D3034 DR 26 18" Gravity Sewer Pipe ASTM F679 DR 26 24" Gravity Sewer Pipe ASTM F679 DR 26 30" Gravity Sewer Pipe ASTM F679 DR 26 36" Gravity Sewer Pipe ASTM F679 DR 26 PS 115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D3212 and shall be a non -blue color. 2. POLY -VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non -blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20 -ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non -pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev. 7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20 -ft. joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed 011 the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed 011 private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 2 of 6 Rev. 7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CT FAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY -VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered 011 grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY -VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 3 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Over 20 feet Gravel or Crushed Stone Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Less than 20 feet Over 20 feet Sand, Gravel, or Crushed Stone Gravel or Crushed Stone Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY -VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI -B-6 "Recommended Practice for Low - Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T = 0.00237D2L [Equation 1] Where: T = Minimum allowable time (seconds) for a pressure drop of one (1) psi gage pressure D = Nominal pipe diameter (inches) L = Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5) psi. The time required for a one (1) psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 4 of 6 Rev. 7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion -resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5% based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 5 of 6 Rev. 7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Form, de -watering shall not be measured for pay, but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well -pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de -watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. 027602 Page 6 of 6 Rev. 7-1-2015 SECTION 027604 DISPOSAL OF WAS 1'L FROM WAS I'LWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de -watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de -watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de -watering facilities. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de - watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified 011 the Bid Form, this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev. 10-30-2014 SECTION 027606 WASTEWA TER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way, from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co -mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4 -inch diameter for residential and 6 -inch diameter for commercial. Minimum slope for 4 -inch pipes shall be 1/8 inch per foot (S=1%), and minimum slope for 6 -inch pipes shall be 1/16 inch per foot (S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 "Excavation and Backfill for Utilities," and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT: Unless otherwise specified 011 the Bid Form, wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev. 10-30-2014 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev 3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control / By -Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (5505). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation — Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City -approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2of8 Rev 3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs / Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan -and - tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City -approved computer -software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include nan-ative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3of8 Rev 3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer -software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole material condition of ring 0 cover condition of walls condition of pipe mouths condition of invert above invert penetrations 2.8 CCTV Set-up: manhole diameter depth of manhole evidence of infiltration presence of inflow inhibitor presence of coatings location: street 0 easement a. A CCTV set-up includes all of the work, equipment, supervision, personnel, and materials needed to traverse a line segment. 027611 Page 4of8 Rev. 3255-2015 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de -watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre -Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5of8 Rev 3-25-2015 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software -generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Contractor Date Pipe Size Street Name Upstream MH # Survey / Post / New Material Tape Number Downstream MH # Work Order # Project # c. Inspection Reports: inspection reports are to be from City -approved and software -generated formats on S/z" x 11" paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre -CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6of8 Rev 3-25-2015 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set -Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7of8 Rev 3-25-2015 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date /Time Televised DVD Number Upstream MH Location Downstream MH Location Upstream MB Number Downstream MB Number Upstream MH Depth Downstream MH Depth Pipe Size Pre -Rehab TV Y N Evaluation TV Y N Post -Rehab TV Y N Reverse Set-up Y N Pipe Material DISTANCE FROM ENTRY POINT ODSaERVATION S(COMM ENTS DVD LABELING REQUIREMENTS [On each DVD} City Project Name Tlpstream Manhole No. City Project No. Downstream Manhole No. Street Name DVD No. Date Time Made Contractor Pre Post Other 027611 Page 8of8 Rev. 3-25-2015 SECTION 028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes, the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mailboxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1 of 1 Rev. 10-30-2014 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MA 1'LRIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type DI cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type DI cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4 Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-'/2 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 Oto 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine A negate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/81n. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 Oto 5 Oto 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown 011 the plans, whichever is greater. For concrete Classes `A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATI©N AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 F?ev. 10-30-2014 110 substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type If Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. * * * *Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall famish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Tnrck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Thick mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Wom blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 (b) accordance with the manufacturer's design and arrangement for that particular unit when any part or section is wom as much as 10 percent below the original height of the manufacturer's design. Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Tnick Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the dnun. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (rninirnum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; fiirnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stimrps, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 10d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: C•14. *�.. Pion Dimon. * 3/4" 7/8" Bar 0-r Smaller—Plan Dirrien. * I/2" 1" Bar or Larger ---Pian. Drrnen. t I� 1 H over 6"---Dome,n.+ Zero or -I/27 14 = 6" and less-Oerr en_ Zero or -1/4'' /C— FH —Di 7/8 Bar or Snnalier--Plan Dirnan. * 1" Bar or Larger —Plan Dimon. i I.. viral or Circular Tie Tie or StOErup - Pion C)i rnen_ * 1 1PI s I/21 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforu7s, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be peluiitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 TABLE 1 Minimum Lap Requirements kap Uncoated Coated Lap in inches 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers 011 the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 37040 EPDXY COMPOUNDS (S-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX -75 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi -Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non -horizontal surfaces to concrete:Epoxy Compound shall be a low -modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadur Lo -Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer). During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler). c. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing 037040 Page 1 of 2 Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 1-1/2 hrs. 70°F 2-1/2 hrs. 60°F 3-1/2 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete. (2) Epoxy Grout for patch to non -horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C-144 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume). c. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4. GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. 037040 Page 2 of 2 SECTION 038000 CONCRE 1'h STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown 011 the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F + 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 on. cone, 5 sec., max., cm.. 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf ). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/4"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 175 2 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable:: 038000 Page 2 of 19 Rev. 3-25-2015 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-255-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished 011 at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet 011 each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all shaip corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to fust -class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-255-2015 All forms shall be constructed to permit their removal without man-ing or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spoiling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber fonns regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-255-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Non -Agitated Concrete: Maximum Time Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-255-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded andlor wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks andlor unauthorized cold joints in mass placements where differential settlement andlor setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-255-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all foams. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-255-2015 9. PLACING CONCRETE IN WA I'ER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 niches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown 011 the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRE I'L IN FOUNDATIONS AND SUBSTRUCTURE. Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-255-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing, in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISBING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold tnte to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, tnte to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch (1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is tnte to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal fining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent fining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-255-2015 EXCEPTIONS TO 4 -DAY CURING Required Curing 8 curing days (Type I or IIl) cement 10 curing days (Type II cement) 6 curing days Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed 011 the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25.-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINTSMNG EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, 110 direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 050200 WELDING 1. DESCRIPTION This specification shall govern for the field welding of structural steel and reinforcing steel. Provisions are made herein for the welding of the types of steel listed in Table 1, using the manual shielded metal -arc process, semi-automatic (manual) gas metal -arc welding and flux cored arc welding processes. Other welding processes may be permitted with the specific approval of the Engineer and with qualification of the welding procedure. 2. STRUCTURAL STEEL GENERAL Final welds including tack welds to be incorporated therein shall be by a certified welder; certified welder being previously certified by tests as prescribed in the "Code for Welding in Building Construction," ASW D1.0-69, of the American Welding Society, to perform the type of work required. Miscellaneous welds may be made by a qualified welder; qualified welder being an experienced welder who is capable of making good welds of sound quality, but does not have certification papers; miscellaneous welds being welds that have no load carrying capacity in the completed structure. Tack welds shall be cleaned and fused thoroughly with the final weld. Defective, cracked or broken tack welds shall be removed. Welds shall be as required by the contract or erection drawings. The location or size shall not be changed without approval of the Engineer. The welder shall place his identification mark with crayon or paint near the groove welds made by him No welding will be allowed when the air temperature is lower than 20° F, when surfaces are wet or exposed to rain, snow or wind, or when operators are exposed to inclement conditions that will hamper good workmanship. Any moisture present at the point of welding shall be driven off by heat before welding commences. Windbreaks shall be required for the protection of all welding operations. There shall be no temporary welds for transportation, erection or other purpose on main members, except at locations more than one-sixth the depth of the web from the flanges of beams and girders, as approved by the Engineer. On A514 steel, all groove welds in main members and in flanges of beams and girders subject to tensile stress or reversals of stress shall be finished smooth and flush 011 all surfaces, including edges, by grinding in the direction of applied stress, leaving the surfaces free from depressions. Chipping may be used provided it is followed by such grinding. Parts joined by groove welds connecting plates of unequal thickness or width shall have a smooth transition between offset surfaces at a slope not greater than one in four with the surface of either part. The surfaces shall be ground so that the radii at the points of transition will be four (4) inches minimum. 050200 Page 1 of 13 Rev. 10-30-2014 All groove welds, except when produced with the aid of backing, shall have the root of the initial weld gouged, chipped or otherwise removed to sound metal before welding is started from the second side, except that back gouging will not be required when welding steel piling or armor joints with E6010 electrodes. The back side shall be thoroughly cleaned before placing back-up pass. When backing for welds is left in place to become a part of the structure, it shall be a single length insofar as possible. Where more than a single length is needed, they shall be joined by full penetration butt welds. The surfaces of this butt weld shall be ground flush as necessary to obtain proper fit -up in the weld joint. Before welding over previously deposited metal, all slag shall be removed, and the weld and adjacent base metal shall be cleaned. This requirement shall apply equally to successive layers, successive beads and the crater area. Arc strikes outside the area of permanent welds must be avoided on all steels. Where they do occur, resulting cracks and blemishes shall be ground out to a smooth contour and checked to insure soundness. Stringer bead technique shall be used where possible for groove welds on all types of steel. Weaving will not be permitted for A5 14 steel except in welding vertically upward, when a weave not exceeding two electrode diameters is permissible for manual shielded metal -arc welding. In all welding processes, the progression for all passes in vertical welding shall be upward using a back step sequence. Groove welds shall begin and terminate at the ends of a joint on extension bars. Edge preparation and thickness of extension bars shall be the same as that of the member being welded and shall extend a minimum of three-quarter (3/4) inch beyond the joint. Extension bars shall be removed with a cutting torch upon completion and cooling of the weld, and the flange edges shall be ground smooth. Any defects exposed by the grinding shall be cleaned, filled with weld metal, and reground to a uniform finish. All grinding shall be parallel to the flange. Excess grinding of the parent metal shall be avoided. 3. FILLER METAL Electrodes for manual shielded metal -arc welding shall conform to the requirements of the latest edition of "Specifications for Mild Steel Covered Arc -Welding Electrodes", AWS A5.1, or to the requirements of the latest edition of "Specifications for Low Alloy Steel Covered Arc -Welding Electrodes," AWS A5.5. All electrodes and combination of electrode and shielding for gas metal -arc welding for producing weld metal with a minimum specified yield point not exceeding 60,000 psi shall conform to the requirements in the latest edition of, "Specification for Mild Steel Electrodes for Gas Metal -Arc Welding," AWS A5.18, or "Specification for Mild Steel Electrodes for Flux Cored Arc Welding," AWS A5.20, applicable for the classifications producing weld metal having a minimum impact strength of 20 ft. -lb., Charpy V -notch, at a temperature of 0° F or below. For weld metal with a minimum specified yield strength exceeding 60,000 psi, the Contractor shall demonstrate that each electrode and flux or combination of electrode and shielding medium proposed for use will produce low alloy weld metal having the mechanical properties listed in Table A. 050200 Page 2 of 13 Rev. 10-30-2014 The mechanical properties shall be determined from a multiple pass weld made in accordance with the test requirements of the latest edition of AWS A5.18 or AWS A5.20, as applicable. TABLE A Required Mechanical Properties for GMAW and FCAW Electrodes Impact Tensile Yield Elongation, % Strength GMAW FCAW Strength Strength in 2 inches ft -lb �7a 0°F - Grade Grade psi - Min psi - Min Min Min E8OS E8OT 80,000 65,000 18 20 E9OS E9OT 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 E110S E110T 110,000 98,000 15 20 The mechanical property tests for Grades E100S, E1105, E100T and El 10T shall be made using ASTM A 514 base material. Class of electrode required will be as shown in Table 1 (below). Electrodes shall be used with the type of current, the polarity and in the positions permitted by AWS A5.1 and A5.5 for manual shielded metal -arc welding. AWS A5.18 and A5.20 Specifications shall govern for gas metal -arc welding and flux cored arc welding. 050200 Page 3 of 13 Rev. 10-30-2014 TABLE 1 CLASSIFICATIONS OF ELECTRODES PERMITTED TYPE OF MAIN MEMBERS STEEL Groove & Fillet Welds Steel Piling, A53 Pipe,. A500, A501, Armor Joints E6010 E60T-8 E6011 E70S-1B E7016 E70S-2 E7018 E70S-3 E70S-6 E -70S-7 A36, E7016 A441, E7018 A572 -Grade 50 E7XT-1 A588, E7XT-5 A242 Deck Plates E7XT-6 API Pipe E7XT-8 E70S-2 E70S-3 E70S-6 E70S-7 A514 E11018M E11OS 2'/2" Thick or Less E 11 OT A514 E10018M Over 2%" Thick E 100T A588, A242, E8018, C-3 A618 Weathering E80T(3) Steel SECONDARY MEMBERS Groove & Fillet Welds E60XX E70XX E70S-1B E70S-2 E70S-3 E70S-6 E70U-1 E7016 E7018 E7XT-1 E7XT-5 E7XT-6 E7XT-8 E11018M El1OT E60T-8 E7XT-1 E7XT-5 E7XT-6 E7XT-8 E70S-2 E70S-3 E70S-6 E70S-7 E11OS E100S E10018M E100S E1OOT E8018, C-3 E80S{3} E80T<3) E80S(3) Reinforcing Steel E7016 E7018 A572 Grades E8016 E8OT 60 and 65 E8018 E8OS for Light Towers E70S-2 E70S-3 E70S-6 E70S-7 1. Use of the same type electrode with the next higher mechanical properties, in accordance with AWS A5.1 or A5.5, than those listed will be permitted. 2. In joints involving base metals of different yield points or strengths, low hydrogen electrodes applicable to the lower strength base metal may be used. 050200 Page 4 of 13 Rev. 10-30-2014 Before use, all electrodes with low hydrogen coverings conforming to AWS A5.1 shall be dried for not less than two hours between 450 and 500 degrees F and electrodes with low hydrogen coverings conforming to AWS A5.5 for not less than one hour at a temperature between 700 and 800 degrees F. Immediately after drying, electrodes shall be stored in ovens held at a temperature of at least 250 degrees F. E70 electrodes not used within four hours, E80 within two hours, and E110 within one-half hour after removal from the storage oven shall be redried before use. Electrodes with flux which has been wet, cracked or otherwise damaged, shall not be used. When used for welding A514 steel, electrodes shall be dried at least one hour at temperatures between 700 and 800 degrees F before being used. Electrodes may be redried only once. Suitable facilities for drying and storage of electrodes shall be furnished at the job site, along with thermometers for checking and controlling the oven temperature. In humid atmospheres, the tunes allowed for use without redrying may be reduced. When gas or gas mixture is used for gas metal -arc welding, it shall be of a welding grade having a dew point of -40° F or lower. The gas manufacturer shall furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. Welding wire coils removed from the original package shall be protected or stored to keep their characteristics or welding properties intact. Rusty coils, or portions of coils, that are rusty shall not be used. Preheat Preheat ahead of welding both groove and fillet welds (including tack welding) will be required as shown in Table 2. Any moisture present at the point of welding shall be driven off by preheating before welding begins. When the base metal is below the required temperature, it shall be preheated so the parts being welded are not less than the specified temperature within three inches (3") of the point of welding. Preheat and interpass temperatures must be sufficient to prevent crack formation. The preheat temperatures shown in Table 2 are minimum and higher preheats may be necessary in highly restrained welds. Preheating equipment shall be adequate to maintain the entire joint at or above the specified temperature. When possible, a joint shall be completely welded before it is allowed to cool below the specified temperature, but shall always be welded sufficiently to prevent cracking before cooling is permitted. Usually preheat and interpass temperatures shall not exceed 400° F for thickness up to 1'/2 inches and 450° F for greater thickness. These temperatures shall never be exceeded on A514 steel. The welder shall have and use approved equipment for checking preheat and interpass temperatures at all times while welding is in progress. For all groove welds, preheat temperature shall be measured on the side opposite to which the heat is applied at points about three inches (3") away from the joint. 050200 Page 5 of 13 Rev. 10-30-2014 TABLE 2 MINIMUM PREHEAT AND INTERPAS S TEMPERATURE FOR MANUAL SHIELDED METAL -ARC WELDING, FLUX CORED ARC WELDING OR GAS METAL -ARC WELDING MANUAL OR SEMI-AUTOMATIC Thickness of GAS METAL -ARC WELDING, FLUX CORED ARC WELDING Thickness Part OR MANUAL SHIELDED METAL -ARC WELDING at Point of Welding (Inches) With Low Hydrogen Electrodes ASTM A36; A242; A441 A572 Grades 42, ASTM A514 45 and 50; A588 To 3/4, inclusive 500F 50° F Over 3/4 to 1'/2, inclusive 70° F 125° F Over 1V2 to 2%, inclusive 150° F 175° F Over 2/2 225° F 225° F (1) These temperatures are the minimum required for the thinner material shown for each increment, and higher preheat on a step basis will be required for the thicker material within each increment. Preheat and inteipass temperatures must be sufficient to prevent crack formation and welding shall be carried continuously to completion or to a point that will assure freedom from cracking before the joint is allowed to cool below the minimum specified preheat and interpass temperature. Temperatures above those shown may be required for highly restrained welds. (2) When E7010 electrodes are permitted for tacking or temporary root pass, the material shall be preheated to 400° F. (3) When joining steels of different strengths or thickness with groove welds, the preheat and interpass temperatures for the higher strength steel and the average plate thickness shall be used. For fillet welds, the preheat shall be used for the higher strength steel and the thickest plate being welded. (4) When the base metal temperature is below 32° F, preheat to at least 70° F and maintain this minimum temperature during welding. (5) Heat input when welding A514 steel shall not exceed the steel producer's recommendations. (6) When moisture is present on the base metal, it shall be preheated to 200° F before welding is started. 4. QUALITY OF WELDS Weld metal shall be sound throughout. There shall be no cracks in any weld or weld pass. There shall be complete fusion between the weld metal and the base metal and between successive passes throughout the joint. 050200 Page 6 of 13 Rev. 10-30-2014 Welds shall be free from overlap and the base metal free from undercut more than one one-hundredth inch (1/100") deep when its direction is transverse to the primary stress in the part that is undercut. Undercut shall not be more than one thirty-second inch (1/32") deep when its direction is parallel to the primary stress in the part that is undercut. All craters shall be filled to the full cross section of the welds. All welds on A514 steel shall be visually examined for longitudinal or transverse cracks not less than 48 hours after completion of the welding. 5. CORRECTIONS When welding is unsatisfactory or indicates inferior workmanship, the following corrective measures will be required by the Engineer whose specific approval shall be obtained for making each correction. When requirements prescribe the removal of part of the weld or a portion of the base metal, removal shall be by oxygen gouging or arc -air gouging. Oxygen gouging shall not be used on A514 steel or A588 weathering steel. All surfaces shall be ground after arc -air gouging. Backgouging of splices in beams and girders or cutouts of defective welds shall be done by a welder qualified to make beam and girder splices. Where corrections require the deposition of additional weld metal, the sides of the area to be welded shall have sufficient slope to permit depositing new metal. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: Excessive convexity. Reduce to size by grinding off the excess weld metal. Shrinkage cracks. Cracks in base metal, craters and excessive porosity. Remove defective portions of base and weld metal down to sound metal and replace with additional sound weld metal. Undercutting, undersize and excessive concavity. Clean and deposit additional weld metal. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. Slag inclusions. Remove the parts of the weld containing slag and replace with sound weld metal. Removal of adjacent base metal during welding. Clean and form full size by depositing additional weld metal. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than that used for making the original weld. Surfaces shall be cleaned thoroughly before re -welding. 050200 Page 7 of 13 Rev. 10-30-2014 A cracked weld shall be removed throughout its length, unless the extent of the crack can be ascertained to be limited, in which case the weld metal shall be removed 2 inches (2") beyond each end of the crack and repairs made. Where work performed after the making of a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual, the original conditions shall be restored by removal of welds or members, or both, before making the necessary corrections, or else the deficiency shall be compensated by additional work according to a revised design approved by the Engineer. Improperly fitted and misaligned parts shall be cut apart and re -welded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200° F as measured by Tempil-sticks or other approved methods for steel up to 65,000 psi yield strength. Parts to be heat straightened shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. Heat straightening of A514 steel shall be done only under rigidly controlled procedures, subject to the approval of the Engineer. In no case shall the maximum temperature of the steel exceed 1100° F. Sharp kinks and bends shall be cause for rejection of the material. 6. RADIOGRAPHIC INSPECTION All groove welds designed to cavy primary stresses shall be subject to radiographic inspection. When subjected to such inspections, the presence of any of the following defects in excess of the limits indicated will result in rejection of the defective weld until corrected. 1. Sections of welds shown to have any cracking, regardless of length or location, incomplete fusion, overlapping, or inadequate penetration shall be judged unacceptable. 2. Inclusions less than one -sixteenth inch (1/16") in greatest dimension including slag, porosity and other deleterious material, shall be permitted if well dispersed so that the sum of the greatest dimensions of the inclusions in any linear inch of welded joint shall not exceed three -eighth inch (3/8"). 3. Inclusions one -sixteenth inch (1/16") or larger in greatest dimension shall be permitted provided such defects do not exceed the limits shown on Figure 1 or in subparagraph (2) above. 4. There shall be no inclusion greater than one -sixteenth inch (1/16") within one inch of the edge of part or member at the joint or point of restraint. 050200 Page 8 of 13 Rev. 10-30-2014 1 112 FIGURE 1 STANDARDS FOR ALLOWABLE INCLUSIONS 1/2 I I 1 PROJECT /1A). HORIZONTALLY [2) PROJECT INTERSECTION VERTICALLY TO (C 1 0 0 1/2 11/2 2 2 I/2 3 3 1/2 C — M (N !MUM CLEARANCE MEASURED ALONG THE LONGITUDINAL AXIS OF THE WELD BETWEEN EDGES OF POROSITY OR FUSION - TYPE DEFECTS L INCHES S LARGER or Ao.1110 rr OEFEC73 GOVERNS) i 4 1/2 NOTES: (1) The distance from the edge of an inclusion to the edge of a plate or to any intersecting weld shall be equal to or greater than the clearance between inclusions. (2) Inclusions with any dimension greater than 1/2 inch are not acceptable. (3) For joint thickness greater than 1'/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 1'/2 -inch joints. (4) Values of (B) obtained by projecting horizontally from (A) are maximum values. Any value of (B) smaller than the maximum is satifactory. Values of (C) obtained by projecting vertically from (B) are minimum values. Any value of (C) larger than the minimum is satifactory. (5) Radiographic inspection shall be made of A514 steel not less than 48 hours following the completion of the welding. For other steels, nondestructive inspection may begin immediately after welding and cleaning or grinding is completed. Definitions: Porosity signifies gas pockets or any similar generally globular type voids. Fusion -type defect signifies slag inclusions and similar elongated defects. 050200 Page 9 of 13 Rev. 10-30-2014 7. REINFORCING STEEL - GENERAL Provisions are made herein for the welding of reinforcing steel by the manual shielded metal -arc process. Other processes may be permitted with the specific approval of the Engineer or may be specified on the plans. Splicing of reinforcing steel by welding shall be done only at locations approved by the Engineer. 8. BASE METAL Reinforcing steel to be welded shall be new billet steel conforming to ASTM Designation: A615, and shall also conform to the following chemical composition: Maximum Carbon Maximum Manganese 0.40 Percent 1.30 Percent 9. FILLER METAL Low hydrogen electrodes as specified in Table A will be required for all welding of reinforcing steel. Drying of electrodes shall be as specified in Article 3, "Filler Metal" for Structural Steel. 10. PREHEAT AND INTERPASS TEMPERATURE Minimum preheat and interpass temperatures for reinforcing steel shall be as shown in Table 3. TABLE 3 PREHEAT AND INTERPASS TEMPERATURE FOR REINFORCING STEEL CARBON RANGE NO. 7 & SMALLER NO. 8 & LARGER Up to and including 0.30 None 100 0.31 to 0.35 inclusive None 150 0.36 to 0.40 inclusive 100 250 Unknown 250 400 For widening projects, use carbon content and bar size of new steel to determine preheat required. 050200 Page 10 of 13 Rev. 10-30-2014 11. JOINT TYPES For all bars No. 8 and larger, butt splices shall be required. For No. 7 bars and smaller, lap splices shall be required. Fillet welds in lap splices shall be a minimum of 4 inches in length and shall be welded on each side of the lap joint. For bars No. 5 and smaller, welding from one side of the lap will be permitted by the Engineer when it is impractical to weld from both sides of the joint, and the weld shall be a minimum of 6 inches in length. Lap welds shall meet the requirements specified in Table 4. Where possible, all butt splices shall be made in the flat position. All butt splices, except horizontal, shall be as shown in Figure 2 with the back-up strip required. Horizontal splices shall be as shown in Figure 3. BAR SIZE No. 4 No. 5 No. 6 No. 7 TABLE 4 REQUIRED DIMENSIONS FOR LAP SPLICES 0.04 in. 0.05 in. 0.06 in. 0.07 in. rrbrr !Pe nr" ELECTRODE (Max.) (Mm.) (Max.) STZF 118 in. 118 in. 118 in. 3/16 in. 118 in. 3/16 in. 1/4 in. 5/16 in. 1/16 in. 1/16 in. 1/16 in. 1/16 in. 118 in 5/32 in. 5/32 in. 5/32 in. 050200 Page 11 of 13 Rev. 10-30-2014 iriiie hili► SEC. A -A (ENLARGED) TABLE 4 Required Dimensions for Lap Splices D� 22112° 22112° t 57 MIX dIs i I MK die 1 1/2" 0140-1 Butt weld in flat position SEC D -D BUTT WELD WITH BAR IN HORIZONTAL POSITION FIGURE 2 FIGURE 3 050200 Page 12 of 13 Rev. 10-30-2014 12. WIDENING PROJECTS In general, the new reinforcing steel shall be either lap or butt spliced directly to the bar to be extended. When the reinforcement in the old portion of a structure is found to be of the wrong spacing, dowel bars long enough to develop the welded lap or butt splice and also develop the bar in bond, as required in City Standard Specification Section 032020 "Reinforcing Steel", shall be welded to the old steel, and the new reinforcement placed at the correct spacing without welding to the old steel. No measurement or payment will be made for the dowels but will be subsidiary to the other items in the contract. Both old and new reinforcement shall be cleaned thoroughly prior to the preparation of the joint. 13. RADIOGRAPHIC INSPECTION When so designated on the plans, welded butt splices shall be radiographed. Weld quality shall be as follows: There shall be no cracks and the sum of the greatest dimensions of porosity and fusion -type defects shall not exceed one-tenth of the nominal bar diameter in inches. 14. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, welding will not be measured for pay, but will be considered subsidiary to the various other bid items in the Bid Form. 050200 Page 13 of 13 Rev. 10-30-2014 SECTI©N 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown 011 the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev 3-25-2015 PART T Technical Specifications SECTION 022410-T STORM WATER POLLUTION PREVENTION 1. DESCRIPTION This specification will govern all work required for stormwater pollution prevention measures during and after construction. The work shall include a Storm Water Pollution Prevention Plan (SWPPP), installation, maintenance and removal of erosion, sedimentation and environmental control devices. The specification includes removal of accumulated sediment and debris. 2. MATERIALS All materials shall meet the requirements set forth in "TxDOT standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004" Item 506, Section 506.2 "Materials" or standard materials approved by the City of Corpus Christi Stormwater Department. 3. METHODS A. Storm Water Pollution Prevention Plan The contractor shall engage the services of an established Stormwater Quality Management Firm familiar with local conditions and requirements to: (1) Prepare a Storm Water Pollution Prevention plan (SWPPP) incorporating the Erosion & Sedimentation Control Plan. (2) Submit the Notice of Intent (NOI) (3) Perform required inspections. Contractor shall supply inspection reports to the City of Corpus Christi. (4) Submit the Notice of Termination (NOT) All aspects of Items (1)-(4) shall be in strict accordance with all Federal, State and local regulations. A copy of the SWPPP and an NDI form (prepared for the City) must be provided to the City of Corpus Christi one (1) week prior to commencing construction activities. During construction, copies of all SWPPP documentation such as inspection reports, etc. must be provided to the City. The SWPPP must be submitted to the Engineer and the City Stormwater Department prior to commencement of construction. 022410-T Page 1 of 3 B. General 1. Phasing. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown 011 the plans or as directed. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 2. Maintenance. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the SWPPP. 3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable storm water plan. Establish a uniform vegetative cover. The project will not be accepted until grass growth has been achieved in accordance with Specification Item 028020 "Seeding", unless otherwise shown on the plans. When shown on the plans, the Engineer may accept the project when adequate controls are in place that will control erosion, sedimentation, and water pollution until sufficient vegetative cover can be established. 4. Finished Work. Upon acceptance of vegetative cover, remove and dispose of all temporary control, measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. 5. Restricted Activities. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. Do not install temporary construction crossings in or across any water body without prior approval of the City of Corpus Christi and the Engineer. Restrict construction operations in any water body to the necessary areas as shown on the plans or applicable permit, or as directed. Use temporary bridges, timber mats, or other structurally sound and non - eroding material for stream crossings. C. Installation, Maintenance and Removal Work. Perform work in accordance with the approved SWPPP. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. If a device ceases to firnction as intended, repair or replace the device or portions thereof as 022410-T Page 2 of 3 necessary. Remove sediment, debris and litter. Dispose of removed material in accordance with federal, state and local regulations. Remove devices upon approval or when directed. Upon removal, finish -grade and dress the area. Stabilize disturbed areas in accordance with the SWPPP, and as shown on the plans or directed. All disturbed areas shall be restored in accordance with Specification Item 028020 "Seeding". The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. 4. MEASUREMENT AND PAYMENT If included as a bid item in the Proposal, Storm Water Pollution Prevention Plan shall be included in the unit price bid for "Storm Water Pollution Prevention Plan". Unless indicated in the Proposal, payment shall include but not be limited to furnishing the SWPPP, furnishing, installing, moving, replacing, inspecting and maintaining all temporary erosion, sediment, environmental measures and revegetating disturbed areas in accordance with Specification Item 028020 "Seeding". Unless shown in the Proposal, returning the vegetative cover disturbed during construction shall be included in the unit price bid for this item. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. 022410-T Page 3 of 3 SECTION 027206-T GLASS -FIBER REINFORCED POLYESTER (FRP) REHABILITATION MANHOLES I. SCOPE OF WORK This specification shall govern for the furnishing of all work necessary to accomplish and complete the installation of glass -fiber reinforced polyester rehabilitation manholes. Glass -Fiber Reinforced Polyester Rehabilitation Manholes shall be a one-piece monolithic designed unit constructed of glass -fiber reinforcements, supplier -certified unsaturated commercial grade polyester resin, and chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes shall be manufactured in strict accordance with ASTM D-3753 "Standard Specification for Glass -Fiber Reinforced Polyester Manholes", as manufactured by Containment Solutions, Inc., Conroe, Texas, Fiberglass manholes, or engineer pre -approved equal. II. GOVERNING STANDARDS Manholes shall conform to the following design criteria: A. ASTM D-3753: Standard Specification for Glass -Fiber Reinforced Polyester Manholes. B. ASTM C-581: Practice for Determining Chemical Resistance of Chemical Thermosetting Resins Used in Glass -Fiber Reinforced Structures Intended for Liquid Service. C. ASTM D-2412: Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Loading. D. ASTM D-695: Test Methods for Compressive Properties of Rigid Plastics. E. ASTM D-2584: Test Method for Ignition Loss of Cured Reinforced Resins. F. ASTM D-790: Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and electrical Insulating Materials. G. ASTM D-2583: Test Method for Indentation Hardness of Rigid Plastics by means of a Baycol Impressor. H. AASHTO H-20: Axle Loading III. GENERAL DESCRIPTION A. Dimensions: The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 30" inside diameter. Manholes shall be produced in half -foot increments of length +1- 2". Nominal inside diameters shall be 42". Tolerance on the inside diameter shall be +1- 1%. Manhole wall thickness shall be a minimum of 0.400". Other diameters as agreed upon between purchaser and the manufacturer are covered by this specification. 027206-T Page 1 of 7 B. Configuration: 1. The Manway reducer must provide a bearing surface on which a standard ring and cover may be supported and adjusted to grade. The reducer shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus providing required monolithic design to prevent infiltration and/or exfiltration through the manhole. Manway reducer cone section shall be self -centering to permit vertical height adjustment (raising or lowering) of the manhole by contractor utilizing manufacturer provided materials and detailed written instructions. C. Class: The manhole shall be manufactured in one class of load rating. This class shall be H- 20 wheel load (minimum 16,000 pounds dynamic wheel load). D. Manhole Liner Bottom: Resin and glass fiber reinforced manhole bottoms may be provided, upon engineer's request. Under special circumstances this request may be made by engineer, Upon that request, manhole bottom shall be provided with glass reinforced bottom section designed to withstand hydrostatic head pressure, empty and water to grade, at 25 foot burial depth. (Units deeper than 25ft. may require additional reinforcement as required). FRP ribs or FRP structural members may be utilized to meet the design criteria. Stiffeners shall be of non- corrosive materials encapsulated in fiberglass. FRP encapsulated wood or lumber shall not be permitted. E. Marking and Identification: All manholes shall be marked with the following information: 1) Manufacturers Identification 2) Manufacturers Serial Number 3) Manhole Length 4) ASTM Designation 5) Installation assist marks (vertical lines 90° apart at base of manhole). IV. MATERIALS A. Resin: The resins used shall be unsaturated, supplier certified commercial grade polyester resins. Mixing lots of resin from different manufacturers, or "odd -lotting" of resins shall not be permitted. Quality -assurance records on the resin shall be maintained. Non - pigmented resin is required to allow for light or "sand" color of manhole surface in order to facilitate easy from grade interior inspection. UV Inhibitors shall be added directly to resins to prevent photodegradation. B. Reinforcing Materials: The reinforcing materials shall be commercial grade "E" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. C. Surfacing Material: If reinforcing material is used on the surface exposed to the contained substance, it shall be a commercial grade chemical -resistant glass or organic surfacing mat having a coupling agent that will provide a suitable bond with the resin. D. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. additives, such as thixotropic agents, catalysts, promoters, etc., may be added as 027206-T Page 2 of 7 required by the specific manufacturing process to be used to meet the requirements of this standard. However, calcium carbonate mixed by the fabricator shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. E. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. V. MANUFACTURE A. Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber - reinforced polyester resin. Manhole cylinders to 72" ID to be manufactured by computer regulated mandrel process; larger diameters to be manufactured by computer regulated steel mandrel process utilizing structural rib design. B. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. C. Manway Reducer: Manway reducers shall be concentric with respect to the larger portion of the manhole diameters through 72 inches. D. Cover Ring and Support: The manhole shall provide an area from which a typical ring and cover plate can be supported without damage to the manhole. E. Assembly Joints: Product components, i.e., cylinders, reducers, bottoms, and connectors, may be joined together to form a complete manhole. (See 3A). VI. REQUIREMENTS A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Handwork finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5" in diameter, delamination and fiber show. Gel -coat or paint is not allowed. B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6/ft2 if they are less than 0.75" in diameter and less than 0.0625" deep. Voids that cannot be broken with forger pressure and that are entirely below the resin surface shall be permitted up to 41ft2 if they are less than 0.5" in diameter and less than 0.0625" thick. Gel -coat or paint is not allowed. C. Repairs: Any manhole repair is required to meet all requirements of this specification. D. Manhole Lengths: Manhole lengths shall be in half -foot increments +1- 2". 027206-T Page 3 of 7 E. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 lbs. When tested in accordance with ASTM 3753, 8.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbs. and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lbs. F. Stiffness: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe -stiffness values shown in the table below, when tested in accordance with ASTM 3753, Section 8.5, (note 1). Manhole Length (ft) PSI 3-6 0.72 7 - 12 L26 13 - 20 2.01 21 - 25 3.02 26 - 35 5.24 G. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3-5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. H. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. I. Physical Properties: Flexural Strength (cone): Hoop: 15.4 x 103 psi Axial: 17.2 x 103 psi Flexural Strength (pipe): Hoop: 22.5 x 103 psi Axial: 14.3 x 103 psi Compressive Strength: 18.9 x 103 psi VII. TEST METHODS A. All tests shall be performed as specified in ASTM 3753, Section 8, Titled "Test Methods". See ASTM 3753, Section 8, Note 5, for Test method D-790 and test method D-695. VIII. QUALITY ASSURANCE/QUALITY CONTROL A. Examination: Each manhole component part shall be examined for dimensional requirements, hardness, and workmanship. B. Composition Control: Controls on glass and resin content shall be maintained for all manufacturing processes and for each portion of manhole fabrication. Records shall be maintained of the control checks. Proper glass content may be shown by glass usage checks 027206-T Page 4 of 7 or by glass and resin application rate checks, in accordance with the material composition test in ASTM 8.8.1. C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept and copies of test results shall be presented to customer upon written request within a reasonable time period. IX. CERTIFICATION A. When requested by the purchaser on his order, a certification shall be made the basis of acceptance. This shall consist of a copy of the manufacturer's test report or a statement by the supplier, accompanied by a copy of the test results, that the manhole has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. An authorized agent of the supplier or manufacturer shall sign each certification so furnished. X. HANDLING AND STORAGE A. Do not drop or impact the fiberglass manhole. Lift manhole with two slings on spreader bar in horizontal position or by use of an appropriately sized timber or steel beam, 8" longer than the cone top opening, inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Manhole may be rolled, however, insure that ground is smooth and free of rocks, debris, etc. Use of chains or cables in contact with manhole surface is prohibited. XI. INSTALLATION METHODS A. General: The manhole installation should strictly follow the manufacturers recommended installation procedures. B. Prepare Excavation: Excavate an area around the top of the existing manhole sufficiently wide and deep for removal of old castings (ring and cover) and reducer (cone) section. C. Rehabilitation Manhole Preparation: The bottom of the rehabilitation manhole must be cut to fit existing manhole invert as closely as possible - this procedure is absolutely essential when it must support H-20 wheel loads. Make cutouts in rehabilitation manhole wall to accommodate existing inlets, drops and cleanouts. Cuts should be precisely made with an electric or gasoline saw fitted with a masonry -type blade or with a special jigsaw. Application of grout on the existing bench to form a flat surface on which the manhole will set is also allowed. D. Existing piping: Extend all incoming and outgoing pipes inside the liner with PVC pipe. E. Set Manhole: To lift rehabilitation manhole, insert an appropriately sized timber or steel beam, 8" longer than the cone top opening, inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Lower 027206-T Page 5 of 7 rehabilitation manhole into existing manhole and quick -setting grout mixture. A good bottom seal should be obtained in order to prevent loss of grout from the annular space between the outside of the liner and the interior wall of the existing manhole. The installer should place a 6" height of quick -setting grout above the initial bottom seal. F. Liner Grouting: Fill the annular space between the rehabilitation manhole and the existing manhole with an economical Portland Cement and sand grout mixture. G. Backfill: Backfill should be place evenly around any exposed portions of the manhole in 12" maximum lifts and should thoroughly tamped to 95% standard proctor density before the next layer is installed. Backfill material shall be stabilized sand or crushed stone. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. Backfill material shall be subject to approval by engineer. H. Bring to Grade: Construct chimney 011 flat shoulder of manhole using HDPE rings. XII. INSPECTION A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the owner. Such inspections shall be made at the place of manufacture, or at site of delivery, and the sections shall be subject to rejection on account of failure to meet any of the specification requirements. Sections rejected after delivery to the job site shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptable if repaired or removed and replaced at the contractor's expense. B. At the time of inspection the material will be examined for compliance with the requirements of this specification and the approved drawings. XIII. MEASUREMENT This item will be measured will be measured by each type of individual structure completed. The depth will be measured from the flow line to the top of the rim. The size shall be nominal inside diameter. This item includes, but is not limited to the following: A. Structural excavation B. Loading, hauling, and disposing of all excess material C. Furnishing all labor and materials including fiberglass, concrete, mortar, bricks, drop pipe and fittings, manhole rings and covers D. Placing and compacting all backfill E. Final grading 027206-T Page 6 of 7 XIV. PAYMENT A. This item will be paid for at the contract unit price per each structure for the various sizes, types, and various depths of structures complete in place and will be full compensation for all materials required, operations, labor, tools, equipment, and all other incidentals necessary to complete the work as shown 011 the drawings and specified herein. 027206-T Page 7 of 7 SECTION 028020-T SEEDING (S-14) 1. DESCRIPTION This specification shall govern all work necessary for fertilizing, planting seeds and maintaining vegetation required to complete the project. 2. MATERIALS 2.2 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, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. See drawings for mixture. COMMON NAME SCIENTIFIC NAME Green Sprangletop Sideoats Grama (premier) Bennudagrass (Hulled) Bennudagrass (Unhulled) K. R. Bluestem Buffalograss Annual Ryegrass Mixture - A: Mixture - B: Mixture - C: Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaeum Pennisetum Ciliare Lolium Multiflorum LB/ACRE OF PURE LIVE SEED FOR MIXTURES A B C 1.4 1.4 - .6 - .6 7.0 7.4 - - - 30.0 1.2 1.2 1.5 - 4.2 - 5.0 5.0 20.0 Recommended for clay or tight soil planted between December 1 thru May 1 Recommended for sandy soil planted between December 1 thru May 1 Recommended for all soils planted between May 2 thru November 30 028020-T Page 1 of 3 2.3 MULCH: Mulch shall be wood cellulose fiber type. Wood Cellulose Fiber Type - Wood cellulose fiber shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds, and other approved additives, the fibers in the material will become uniformly suspended to forms a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator, and capable of pressure discharge. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments shall be done as indicated on the drawings and as specified below. Top Soil — Prior to planting, the area to be seeded shall be graded, shaped and covered with a minimum of four (4) inches of top soil. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at a rate specified above. 028020-T Page 2 of 3 Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lblacre on flats, 2000 lblacre on 3:1 slopes, and 2500 lblacre on 2:1 or greater. 100 lb. of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. 3.4 MAINTENANCE: The Contractor will water, repair and reseed areas as required for a period of 45 days. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seedings have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square inch. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, seeding will be measured by the horizontal square yard of surface area seeded. Payment shall be full compensation for top soil, tilling, fertilizing, planting, watering and maintaining vegetation, furnishing all materials required, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Payment for seeding under this specification shall be accomplished as follows: - 25% of the total cost of the Seeding Bid Line Item (less retainage) shall be paid to the Contractor after installation of the seed, or hydromulch; - The remaining 75% of the total cost of the Seeding Bid Item will be held until the Contractor achieves grass growth per this specification as approved by the Engineer. Upon the Engineer's acceptance of the grass growth, the remaining 75% of the total cost of the Seeding Bid Item (less retainage) will be paid to the Contractor. 028020-T Page 3 of 3 City of Corpus Christi Standard Revised August 14, 2010 GENERAL NOTES ALL WORK WILL BE DONE IN ACCORDANCE WITH: The standards set by the City Traffic Engineer or Designee at the pre -construction meeting. In accordance with the Standards set forth in the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways." The Traffic Engineer, or his Designee, will show on the plans the initial location of poles bases. The Contractor shall be responsible for the location of utilities prior to any excavating; and if changes are required, the Contractor is to get with the City Inspector, City Traffic Engineer, and/or Traffic Signal Superintendent to discuss relocating the facility. The Contractor shall be responsible for all barricading, safety precautions and removal of excess dirt and materials. Contractor shall contact the City Project Inspector, City Traffic Engineer, Traffic Signal Superintendent, for inspection of form, bolts and stub out layout 24 hours prior to intent of pour, and (2 -hour minimum conformation) prior to pouring concrete. (Pouring bases without an inspection will result in contractor removing said base and installing a new one at contractor expense within one week). Exposed bolt threads and nuts shall be free of concrete and debris. The Traffic Signal Inspector prior to acceptance shall inspect finished base. Finished product should conform to current City of Corpus Christi Traffic Signals standards for cosmetics & quality in workmanship as stated in this document. Conditional Acceptance: Once construction of a traffic signal has been satisfactorily completed, and at the direction of the City Traffic Engineer and/or the Traffic Signal Superintendent, the traffic signal is turned on and the "burn -in" period begins. The Contractor must have the Vendor and/or Manufacturer Representative on hand for the turn on. The burn -in period will last at least 30 days. During the burn -in period the signal system is allowed to operate under normal operating conditions. Any malfunction occurring during this period will require a repair or replacement and if the malfunction is serious enough, the burn -in period must be restarted. Final Acceptance: After the burn -in period is completed, all punch list items have been corrected and the contractor has met all contract requirements (such as final clean up of work site), the signal will be accepted. General Notes Standards Page 1 City of Corpus Christi Standard Revised August 14, 2010 General Notes Continued: Contractor shall guarantee materials and workmanship for a period of one year. City of Corpus Christi Traffic Signals Department reserves the right to bill contractor for materials and labor for repair and/or replacement of contract work due to faulty craftsmanship during warranty period. A minimum of two signal heads shall be maintained over traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. The contractor will also be responsible for the adjustment of video detection cameras during this time. If contractor requests Signals Personnel during non -duty hours, (after business hours, weekends and holidays) contractor will be billed for any overtime of personnel. Minimum billing for overtime personnel and vehicles is 1 hours at standard overtime rates. Upon completion of work, the contractor shall submit an "As -built" or corrected plan showing, in detail, all construction changes including but not limited to, wiring, cable, poles, controller cabinet, detection systems and location of conduits. Red lined signed, stamped plans may be submitted as "as -built" plans. All traffic signal equipment that is removed shall remain the property of City of Corpus Christi. Such property is to be returned by the contractor to the City Traffic Signal Shop at 2525 Hygeia St. Contractor must contact the Signal Shop (361-826-1610) to make arrangements for delivery. All traffic signal equipment shall be returned in the same condition as removed. Poles will be stripped clean of all attached parts before delivery and all equipment will be labeled and inventoried. The contractor shall have full maintenance responsibility of the traffic signal from the time of Notice to Proceed to the initial acceptance and/or completion of removals in the case of rebuild of modifications. All new installations require all vehicle and pedestrian indications to be City of Corpus Christi approved LED's. All new three section signal heads mounted on mast arms shall have one piece back -plates. Contractors that damages Traffic Signal Systems will be billed for all materials used as well as double time for staff that are pulled off existing jobs to make the repairs. General Notes Standards Page 2 City of Corpus Christi Standards & Specification August 2, 2010 ITEM 600 TRAFFIC SIGNAL STANDARDS & SPECIFICATIONS 600.1. DESCRIPTION: The purpose of this specification is to describe the necessary definitions, regulations, procedures, work Lone control, and maintenance for traffic signal construction for the City of Corpus Christi and to provide a consistent set of guideline, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. These specifications pertain to all phases of construction and modifications of new and/or existing traffic signals as shown on the project plans. The requirements of this specification shall he enforced on all contracts which include signaliLed intersections, even if no traffic signal work is part of the Contract. 600.2. DEFINITIONS: The words defined in the following section shall for the purpose of these specifications have the meanings ascribed to them pertaining to traffic signals. • ASA: American Standards Association. • ASTM: American Society of Testing Materials. • AWS: American Welding Society. • AWG: American Wire Gauge. • 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. • Traffic Engineer: City Traffic Engineer responsible for all operations 011 streets & local highways within the municipality. • Construction Traffic Coordinator: The person in charge of construction barricading and barricade inspections. • 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. • Controller: That part of the controller assembly which performs the basic tuning and logic functions for the operation of the traffic signal. • AEP: American Electric Power. • Detector: A device for indicating, the passage or presence of vehicles or pedestrians. • FHWA: Federal Highway Administration. • Flasher: A device used to open and close signal circuits at a repetitive rate. 600 Traffic Signal General Standards Page 1 City of Corpus Christi Standards & Specification August 2, 2010 • Flash Operation: This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits. • IMSA: International Municipal Signal Association. • Inspector: The Inspector referred to is the person appointed by the City in responsible charge of inspection of the traffic signal elements of a project. On a privately funded project, this person may be an Engineer representing the owner under the guidance of the City Traffic Engineer. • ITE: Institute of Transportation Engineers. • Luminaire: 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. • Manual Operation: The operation of a signal controller unit by means of a hand operated switch. • Mounting Assembly: The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole. • MUTCD: Manual on Uniform Traffic Control Devices. • NEC: National Electrical Code. • NESC: National Electrical Safety Code. • NEMA: National Electrical Manufacturer's Association. • Pedestrian Signal: A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations. • Punch List: The list compiled by the City for the Contractor noting deficiencies needing attention prior to fmal acceptance of the traffic signal system. • 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. • TxDOT: Texas Department of Transportation. • 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 plans. 600 Traffic Signal General Standards Page 2 City of Corpus Christi Standards & Specification August 2, 2010 • Signal Indication: The illumination of a signal section or other device, or of a combination of sections of other devices at the same time. • Signal Section: A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp. • TMUTCD: Texas Manual on Uniform Traffic Control Devices. • Traffic Design Engineer: Person in charge of Traffic Design for the City of Corpus Christi. • Traffic Signal Superintendent: Person in charge of the City Traffic Signals Maintenance & Operations Shop. • Traffic Signal Timing Specialist: Person in charge of the traffic signal coordinated systems traffic signal timings. • UL: Underwriters Laboratories. • Vehicle: Any motor vehicle normally licensed for roadway use. 600.3. GENERAL INFORMATION: Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: A. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. 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. B. 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. Contractor is required to have one certified IMSA Level If Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be 011 the job -site at all times to supervise construction. Contractor shall provide to the City a Copy of the individual's certification prior to the start of work. C. 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 material, equipment and work specifications are understood. D. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. 600 Traffic Signal General Standards Page 3 City of Corpus Christi Standards & Specification August 2, 2010 600.4. REGULATIONS AND CODES: A. Electrical Equipment. 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. B. Standards. All materials and 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 plans, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. 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. 600.5. INSPECTION PROCEDURES: A. Notification. Prior to beginning any work on any City traffic signal facility, the Contractor shall notify the Traffic Engineering Division and Traffic Signals Operations Dept. one week in advance. Under no circumstances will the City accept work done without this prior contact being made. B. Inspection. The City Construction Inspector assigned to the project shall be responsible for coordination and inspection of all elements of the traffic signal system. The only persons authorized to modify that Inspector's directions is the City Traffic Engineer and/or his Designee. C. Acceptance. Final inspection 011 City projects as well as privately administered projects, for the purpose of generation of the Punch List, shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Dept. the Contractor and City Construction Inspector. The Contractor shall notify the Traffic Design Engineer and the Traffic Signal Superintendent 48 hours in advance of a desire for final inspection. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 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. If the intersection is an existing it could begin its 30 day test period in normal operation described by the City Traffic Engineer. 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 30 days. If a major malfunction occurs within the 30 -day test, the test must be restarted. 600 Traffic Signal General Standards Page 4 City of Corpus Christi Standards & Specification August 2, 2010 E. Underground Traffic Signal Line Locating. When working in and around a signalized intersection the Contractor shall call the City Customer Call Center 361 -826 -CITY (2489) at least 48 hours in advance before of any digging, excavating and directional boring begins. Traffic Signals Operations is not on the "Call before Digging" list so you need to 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). 600.6. EQUIPMENT SUBMITTALS: A. Approval. 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. B. Material List. The Contractor shall submit two copies of a complete material list for approval which shall conform to these specifications. The list shall state all relevant information regarding materials and equipment to allow the City to procure exact replacements of any items supplied on the project. 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. 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. The materials from catalog cuts shall be clearly indicated by the Contractor. Any material designation used in the contract documents shall be so noted on the material list. If requested, the Contractor shall submit shop drawings for review and approval. C. Pre -Approved Materials. It is the City's intent to keep a "pre -approved" list of equipment for traffic signal projects. 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. This list is in no way to be construed as an endorsement of any brand or product. This list is available from the Traffic Engineer Dept, and use of the list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. 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. 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. Such reference shall be sufficiently complete for the City to judge which item is being proposed. 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. D. Changes to Approved Materials. 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. Proposed changes to the approved materials submittal shall be 600 Traffic Signal General Standards Page 5 City of Corpus Christi Standards & Specification August 2, 2010 submitted in writing. If requested, the Contractor shall submit samples of proposed materials for testing and evaluation by the City. E. Rejection of Material. The City reserves the right to reject an incomplete or unclear material list or submittal. Installation of equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the City, even if the non -approved material might otherwise have been approved had it been properly submitted. F. Submittals. Submittals shall be delivered to the Traffic Engineer Dept. as soon as possible after signing of the contract. Payments to the Contractor may be held if the submittal process is not completed in a timely fashion, considering no equipment can be installed without all submittals being approved. Submittals shall be provided for the following equipment: • Pull Boxes & Lids • Pedestrian Signals • Traffic Signal Heads • LED Lamps (Light Emitting Diodes) • Backplates • Battery Back -Up System (BBS) • Signal Mountings Hardware • Backplates • Video Image Vehicle Detection Systems (VIVDS) • Microwave Detection • Radar Detection • Malfunction Management Units (MTv1U) • Buss Interface Unit (BIU) • NEMA Load Switches • NEMA Controller and Cabinet • Wood Poles • Span Wire • Pedestrian Pushbuttons • Wire and Cable • Conduit and Fittings • Service Pedestal • AC Service Panel • Surge Arrestors • Breakers • Steel Pole & Arm • Sign Mounting Brackets • Internally Lighted Street Name Sign (ILSN) 600 Traffic Signal General Standards Page 6 City of Corpus Christi Standards & Specification August 2, 2010 600.7. BARRICADING: A. General. Barricading shall be provided by the Contractor as provided for in the plans and requested by the City Traffic Engineer, Traffic Design Engineer, Inspector. The Contractor shall supply his own barricades or employ a legitimate barricading company for this purpose, supplying the Inspector with the responsible party's 24-hour telephone number for emergencies. B. Contractor's Responsibilities. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained. All locations and distances shall be in conformance with the barricading details supplied by the Traffic Design Engineer, the Construction Traffic Coordinator and the Texas Manual on Uniform Trac Control Devices. Any time 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 Texas MUTCD. 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. Any trenches left overnight as well as any foundations that do not have poles sitting 011 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. C. Contractor Supplied Barricading. If the Contractor elects to do his own barricading, a traffic control plan is required 48 hours (excluding weekends) in advance for approval. D. Lane Closures. Any lane closures or total closures of streets or existing sidewalks must be approved in advance. A 72 -hour notice is required on all lane closures and/or total closures. 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. E. Sidewalks. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. F. Materials for Temporary Traffic Control Devices. Reflectorized signs shall be constructed of retro -reflective sheeting and shall be maintained to meet the appearance, color and reflectivity requirements. Paints and coloration of signs shall be equal to the TxDOT standards. All traffic control devices shall conform to the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. Contractors shall furnish copies of certifications from manufacturers of the lights that the warning lights meet the requirements of the ITh Standard for Flashing and Steady Burn Warning Lights, if requested. G. Temporary Signage for Traffic Signal Construction. Signs erected on portable supports normally mean signs which are used during the day to warn or guide traffic through and/or around the actual construction area, but at the end of the day such signs are either removed or 600 Traffic Signal General Standards Page 7 City of Corpus Christi Standards & Specification August 2, 2010 turned away from the view of traffic. Portable supports shall be as shown in the detail. Signs required for nighttime usage should not normally be moulted on temporary supports, except when approved by the Inspector. Signs erected on fixed supports for use on construction projects normally mean signs that are to remain in place for both day and night usage to regulate, warn and guide traffic in advance of and within the limits of the project including the crossroad approaches. However, under certain conditions, such as where a sign may be required for a few days duration and then is no longer needed or where a sign is moved from location to location every few days or where it is not practical or desirable to provide a fixed mounting, such signs may be erected on a temporary support. Signs erected on temporary supports should be at a minimum height of 3 feet. Signs erected on fixed supports should be at a minimum height of 7 feet. All regulatory signs shall be erected at least 7 feet above the ground. Posts for fixed supports should be set in the ground without concrete footings. Where portable or temporary supports require the use of weights to keep the sign or barricade from turning over, the use of some type of sandbag is recommended. The use of pieces of concrete, rocks, iron, steel or other solid objects will not be permitted. Signing shown 011 the details is typical and may be adjusted to fit field conditions. No more than 2 signs shall be placed on a barricade. H. Visibility of Signals. The Contractor shall be responsible for maintaining appropriate visibility of new or existing signals. The contractor will be responsible for temporary signals or signal relocations necessary to meet the visibility requirements in the Texas MUTCD when traffic is detoured to another part of the roadway even if no other signal work is part of the Contract. 600.8. SIGNAL SHUTDOWNS: 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. 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. The Contractor shall plan ahead and consider this when planning his project strategy. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in 600 Traffic Signal General Standards Page 8 City of Corpus Christi Standards & Specification August 2, 2010 operation before the old signals are removed. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 600.9. CITY SUPPLIED MATERIALS: 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 plans or approved by the Traffic Design Engineer. 600.10. UTILITY LOCATIONS: The locations of utilities shown on the plans are approximate. All involved utilities, tunnels, and storm drains may not be complete on the plans, 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. Damage to any utility or existing facilities (including detector loops not involved in the project) shall be repaired or replaced at the Contractor's expense. Existing loop detectors damaged or broken by the Contractor shall be replaced with either video detection equipment or Microwave/Radar detection by him at 110 expense to the City, unless other arrangements have been made in writing with the City. 600.11. MAINTENANCE DURING CONSTRUCTION: A. General. 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. The City shall have 110 maintenance or construction responsibilities during construction except for the timing in the controller cabinet itself. B. Detours. 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. A min of two signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. C. Left Turns. 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. D. Damage to Signals by Contractor. 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. It will 600 Traffic Signal General Standards Page 9 City of Corpus Christi Standards & Specification August 2, 2010 also be the Contractor's responsibility to have an off-duty police officer 011 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. 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's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. Any and all cost incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 600.12. CABLE SPLICING POLICY. 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. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. The only exception is on span wire signal installations where individual feed cables enter the main cable from the signal heads. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. At 110 time shall any cable be permitted to be spliced in a pull box. 600.13. SIGNAL TURN-ON'S: A. City Approval. Signals shall be turned 011 when the City has determined that the location is in adequate condition (wiring, signals, service, etc.) to be turned on safely. The City Traffic Engineer or Designee shall make this determination. B. Manual Flash Mode. Unless otherwise shown on the plans, it is the City's policy for new traffic signals to turn 011 the new system and let it remain in the Manual Flash mode for 7 days before the system is switched on to cycling mode. C. Placing Signals in Service. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. 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. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations 011 turning the signals on to the flash mode through the Inspector. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. 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! 600 Traffic Signal General Standards Page 10 City of Corpus Christi Standards & Specification August 2, 2010 600.14. LOCATING OF FACILITIES: A. The Contractor shall locate poles, controllers, etc., as shown in plans. Slight less than three feet) 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 plans. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. The Contractor shall bear in mind that electrical plans are somewhat diagrammatic in nature when it comes to conduit routing and adjustments which may be necessary in the field. B. Ground Boxes: 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. No splices will be allowed in the ground boxes. If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. 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. If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. Traffic Signal Operations will inspect the work before pouring the concrete. 600.15. PRESERVATION OF SOD, SHRUBBERY AND TREES: The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the owner. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 600.16. REMOVAL AND REPLACEMENT OF CURBS AND WALKS: The Contractor shall secure permission from the City Inspector before cutting into any curbs and sidewalks. Sidewalk slabs that require conduit or other facilities to be placed in or beneath them shall be neatly saw cut at the closest expansion or cold joint and the entire slab removed and replaced. Saw cutting slots through slabs is considered unsightly and will riot be tolerated. Exceptions to this may be approved by the Traffic Design Engineer only on conduit runs in excess of 50 feet that are not bored. After the work is complete, the Contractor shall restore facilities which have been removed to the equivalent of their original condition or better. 600 Traffic Signal General Standards Page 11 City of Corpus Christi Standards & Specification August 2, 2010 600.17. PERMITS: The Contractor shall obtain all permits and inspections as required. Cost of these permits is the responsibility of the Contractor and is subsidiary to the various items in the project. 600.18. SALVAGED EQUIPMENT: A. Salvaged Equipment. Equipment not reused in the new signal system shall be removed by the Contractor. Salvaged poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. B. Notification. 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. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. C. Damaged Equipment. All equipment damaged or destroyed by improper care, handling, or transport shall be replaced with new equipment. The Contractor shall remove from the jobsite and dispose of any non -salvaged items and old wire. 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. 600.19. CLEANUP: The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. Dirt areas shall be raked clean. No scraps or debris of any kind shall be left at the site. 600.20. WARRANTY: Unless otherwise noted on the plans 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 year from the date of acceptance. 600.21. AS -BUILT PLANS: The Contractor shall supply the City Traffic Engineer and Traffic Signal Operations Shop with redlined blueprints of any and all field changes and alterations for a file copy on all projects with traffic signals for the City. This set of As-Builts is in addition to and separate from any other As -Built requirements in that contract. 600.22. MEASUREMENT AND PAYMENT: Requirements of this Item shall not be measured or paid for directly and are considered subsidiary to the other governing items specified for the project. 600.23. BID ITEM: 600 Traffic Signal General Standards Page 12 City of Corpus Christi Standards & Specification August 2, 2010 N/A 600 Traffic Signal General Standards Page 13 416 Item 416 Drilled Shaft Foundations _A - Texas Department of Transportation 1. DESCRIPTION Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," and • Item 448, "Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS -4640, "Chemical Admixtures for Concrete,' in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex -415-A. Table 2 Slum u Requirements Placement Type Minimum Acceptable Placement Slump, in. Recommended Design and Placement Slump, in. Maximum Acceptable Placement Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slurry 7 8 9 Perform a slump loss test in accordance with Tex -430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., "Concrete," and Section 416.3.7., "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests al the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex -130-E. Determine pH of slurry by Tex -128-E or pH paper strips. 440 416 Table 3 Mineral Slurry Requirements Before Introduction into the Excavation Sampled from the Bottom of the Excavation before Concreting Specific Gravity Sand Content pH Specific Gravity Viscosity (sec.) Sand Content x 1.10 51 % 8-11 x 1.15 5 45 5 4% Use mineral slurry consisting of processed bentonite or attapulgite days mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral -polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex -130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: • Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. • List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc. • Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. • Details of shaft excavation methods. • When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures. • Details of methods to clean the shaft excavation. • Details of reinforcement placement, including support and centralization methods. • Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods. • Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: • Vertical plumbness-1 in. per 10 feet of depth. • Center of shaft located under column -1 in. of horizontal plan position. • Center of shaft located under footing -3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. 441 416 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre -mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. 442 416 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re -process the hole with the auger as directed if concrete placement is not started within 4 hr, of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., 'Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement. and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. • Extend the cage to the bottom for shafts supporting structures other than bridges. • Extend the cage to 25 ft. or to the bottom, whichever is shorter, far bridge shafts with plan lengths less than 25 ft. • Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length, • Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft. it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved 'roller' type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers ("sleds") are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. 443 416 3.6. Concrete. Perform all work in accordance with Item 420, "Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., "Mass Placements," as directed. Table 4 Maximum Concrete Placing Temperature Shaft Size Mix Design Options 1-5 Mix Design Options 6-8 Diameter < 5 ft. 95°F 95°F 5 ft.5 Diameter 5 7 ft. 95°F 85°F 7 ft. < Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop -tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., 'Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, 'Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 444 416 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, ''Foundation Load Test.' 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. 4. MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft. unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top -of -shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non -Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5. PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel: pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests: backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor. and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. 5.1. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Drilled Shaft," "Drilled Shaft (Non -reinforced)," "Drilled Shaft (Sign Mounts)," "Drilled Shaft (High Mast Pole)," "Drilled Shaft (Roadway Illumination Pole)," or "Drilled Shaft (Traffic Signal Pole)" of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., 'Overrun." 445 416 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling: • For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge. • For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall. • For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract. • For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract. • For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract. • For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. 446 City of Corpus Christi Standard Specification for Construction September 1, 2010 Item 601 Traffic Signal Controller Unit 601.1. DESCRIPTION: The intent of this specification is to describe minimum acceptable design and operational requirements for a TS2-Type 2 Controller Unit (CU) as per NEMA Traffic Controller Assemblies Standards Publication TS2 — 2003 v02.06. 601.2. Full Actuated Controller Unit 1. The CU shall conform to all applicable sub -sections of NEMA Traffic Controller Assemblies Standards Publication TS2-1992 Section 3 for a TS2 Type 2 Controller unit and work with current City of Corpus Christi Traffic Signal System. 2. All cables, connectors and software needed to permit interfacing the CU with a laptop computer or modem shall be provided. 3. The shelf mount CU shall be compact so as to fit in limited cabinet space. 4. The shelf mount CU shall be configurable for NEMA TS -1, TS -2 and TS -2 Type 1 Cabinets. 5. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Unit is: A. Econolite ASC3 w/Ethernet Port & Data Key, with Fiber Optic Interface assembly. 601.3. Communication Protocols 1. The CU shall have the capability of supporting communications with traffic management systems using industry standard protocols with the installation of appropriate software. 2. At minimum the CU shall have optional software to support the following protocols: a. NTCIP Level 2 as defined by Section 3.3.6 of NEMA TS2-2003. NTCIP v02.06 capabilities shall include all NTCIP mandatory and optional objects. The controller shall provide access to all controller data via vendor specific objects. These and all other objects supported by the CU shall be defined in a standard MIB file. 601.4. Ethernet Communication 1. The CU shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. 2. This communication protocols shall utilize the CU built-in Network Interface Card and shall not require Ethernet -to -Serial converters. 601.5. Communication Ports 1. The CU shall as a minimum have the following internal communications ports: a. Port 1 SDLC for communication to other devices in the cabinet. b. Port 2 Terminal port for communication with a computer for the purposes of uploading, downloading or upgrading the controller software. c. Port 3 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. Item 601 Traffic Signal Controller Unit Page 1 City of Corpus Christi Standard Specification for Construction September 1, 2010 d. If applicable the CU shall also be furnished with a multi -mode fiber optic telemetry communication port for communication between itself and the on -street master controller and remotely to the Traffic Operations Center. 601.4. Documentation 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. 601.5. Warranty and Support 1. The controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. 2. The manufacturer shall replace and install free of charge to the City of Corpus Christi 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 of Corpus Christi Signal Shop. 3. 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 of Corpus Christi Traffic Signal Operations. Item 601 Traffic Signal Controller Unit Page 2 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 ITEM 615 Traffic Signal Cabinet and Assemblies 615.1. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS2- Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS2-2003 v02.06. A. 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. As per Specification Item 601. 2 One (1) Type EDI 16LEip Smart -Monitor Malfunction Management Unit (MMU) with Ethernet Port 3 One (1) Power Supply 4 Four (4) Bus Interface Units (Bilis) 5 Sixteen (16) Load Switches 6 Eight (8) Flash Transfer Relays 7 One (1) Solid State Flasher B. Acceptable cabinet manufacturers are: 1. Econolite Control Products 2. Siemens Eagle 3. Control Technologies 4. Henke Enterprise 615.2. Specification and Standards Incorporated In This Document a. TxDOT Standard Specifications for Installation of Highway Traffic Signals b. National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-2003 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: Current. f. City of Corpus Christi Standards: Current. 6153. Compatibility Clause a. This specification covers deviations and extensions above and beyond the standards incorporated. The Terminal Facility, MMU, Cabinet Power Supply and BIU's must be fully compatible with the specifications as listed above. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. Item 615 Traffic Controller Cabinet & Assemblies Page 1 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 615.4. Documentation a. 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. b. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and 2 copies of the repair documentation for the equipment. c. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: 1. Controller Unit (CU) 2. Cabinet Power Supply 3. Bus Interface Unit (BIU) 4. Malfunction Management Unit (MMU) 5. Cabinet Shell (on the inside of cabinet door) d. A list of serial number and manufacturing dates shall be provided with each shipment. 615.5. Warranty Statement a. Warranty Coverage: 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: The term of warranty shall be a minimum of one (1) year from date of shipment for all equipment. Vendor shall state length of warranty in writing. c. Parts Availability: 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: All units shall be covered as follows: 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. e. Reliability Clause: While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. Any unit experiencing a total of three 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. The replacement unit's warranty shall be that of a new unit. 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. e. Shipping & Handling: During warranty period shipping shall be handled as follows: The City of Corpus Christi will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City. 615.6. Cabinet Operational Standards A. Cabinet Construction: 16 phase cabinets NEMA Size 6 shall be supplied. Cabinets shall meet the following criteria. 1. Material shall be 5052-H32 0.125 -inch thick aluminum. 2. The aluminum shall have mill finish per NEMA TS2 7.7.3 3. Door hinge shall be of the continuous type with a stainless steel hinge pin. Rivets shall NOT be used to attach the hinge. 4. All external fasteners shall be stainless steel. 5. The door handle shall be stainless steel. 6. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. Item 615 Traffic Controller Cabinet & Assemblies Page 2 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 7. There shall be no holes in the top of cabinet. 8. The doorstop rod shall be stainless steel. The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height: The cabinet shall have 2 shelves installed. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly: Two ventilating fans shall be provided and controlled by the thermostat. Each fan motor shall be equipped with sealed ball bearings. 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: Air filter shall be one piece re -useable aluminum filter and shall be held in place by Metal thumbscrews at each corner. Air filter shall be a minimum of 16 -inch x 12 - inch x 1 -inch filter. E. Cabinet Light Assembly: An 18-24" cool white LED light strip with protective lens shall be used. The light output shall be greater than 20W. 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. 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: A pull out drawer shall be installed, centered on the bottom shelf. The drawer shall be made of aluminum and come out on full extension drawer sides. There shall be a compartment for documentation storage. The lid shall be hinged at the rear, to gain access to the storage area. The drawer will be used to store documents as well as support a notebook computer. The drawer slides shall be of the ball bearing type. Dimensions of the drawer shall be 24 -inches wide x 13 -inch deep x 2 -inch tall. G. Power Distribution Panel Design and Construction: The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. It shall be manufactured from 0.090 -inch, 5052-H32 aluminum with a removable plastic front cover. The panel shall be of such design so as to allow a technician to access the main and auxiliary breakers without removing the front cover. The power panel shall house the following components: a. A minimum of one (1) 15 amp main breaker. The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. 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. 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. The second breaker shall be installed to supply power for video detection equipment if needed. c. The above circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. d. An EDCO SHA -1250 (or exact approved equal) surge suppressor shall be installed on the 12 VAC incoming line. 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. Item 615 Traffic Controller Cabinet & Assemblies Page 3 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 e. A normally open 75 amp solid state relay. f. A minimum of an 8 -position neutral bus bar capable of connecting three (3) #12 wires per positions shall be provided. g. A minimum of 6 -position ground bus bar capable of connecting three (3) #12 awg wires per position shall be provided. h. GFCI Outlet: One GFCI outlet shall be installed in the cabinet for maintenance use to be mounted and easily accessible. i. Two convenience outlets shall be installed one on each side of the cabinet just above the top shelf to be used for communication equipment. II. Inside Control Panel Switches: a. The inside door panel shall contain two (3) switches: (1) AUTO/FLASH, STOP (2) TIME ON/OFF, (3) TEST/NORMAL. Door panel switches shall be hard wired. b. The AUTO/FLASH switch shall have two (2) positions: AUTO and FLASH. This switch shall permit the intersection to flash and allow the CU to cycle. 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. When this switch is placed in the AUTO position it shall NOT initiate the CU start up sequence. c. The STOP TIME switch shall have two (2) positions: ON and OFF. This switch shall stop time the CU when in the position. d. The Test/Normal switch shall have two (2) positions: TEST and NORMAL. I. Police Panel Switches: a. Police panel shall contain one (2) switches: AUTO/FLASH and Manual/Automatic. b. The Auto/Flash switch shall have two (2) positions: AUTO and FLASH. The switch shall operate according to TS2 section5.5.3.1O Figure 5-5. When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. c. When the switch is placed in the AUTO position the CU shall enter the Start -Up Flash see (TS2 3.9.1.1.). d. ManuallAutomatic switch shall have two (2) positions: Manual and Automatic. The switch shall have a Manual Advance push button switch as specified in section 3.5.5.5 item 6 &7. J. Cables: a. All cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire length. b. The cabinet shall be equipped with two (2) extra Port 1 (SDLC) cables, properly terminated for use. c. Shall provide power adapters for TS -2 Type 1 and TS -2 Type 2 Controller Unit. K. Flash Operation: a. When the cabinet is in MMU Flash, B1U #2 Pin 23a shall also be asserted. L. Wire Termination: Item 615 Traffic Controller Cabinet & Assemblies Page 4 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 a. All connector -wiring harnesses shall terminate all wires on the terminal blocks, whether the wires are utilized or not. This shall pertain to all devices being installed at the factory or in the field. M. Backboards and Wire Terminations: a. The terminals and facilities (TF) shall be a 16 position, NEMA Type 1 Configuration four (4) as shown in TS2 5.3.1.1 Table 5.2. b. Load switches shall be arranged as follows: 1. LS1-LS8 shall be wired and labeled as Vehicle Channels. 2. LS9-LS 12 shall be wired and labeled as Pedestrian Channels. 3. LS 13 -LS 16 shall be wired and labeled as Overlap Channels. c. All wires terminated behind the backboards as well as any additional panels shall be SOLDERED. No pressure or solderless connectors shall be used. d. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. The backboard shall pivot a minimum of 90 degrees from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. 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 a. Shall be amended to provide a power connector adapter for TS2 Type 1 Controller Units. U. INPUT/OUTPUT Terminals: a. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS2 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. Controller Unit Power Up: Item 615 Traffic Controller Cabinet & Assemblies Page 5 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 The CU shall be powered through the "Start -Delay Relay" circuit of the MMU. Q. Flashing Operation: All cabinets shall be wired to flash RED for all phases. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack: a. Two (2) detector racks shall be installed in the cabinet. The detector rack shall conform to NEMA configuration 2 (NEMA TS -2 5.3.4). S. Field Terminal Locations: a. Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with Phase one (1) and following the order of the load switches. Screw type terminal shall be used. T. Bus Interface Unit: Bus interface units (BTUs) shall as a minimum meet all TS -2 Section 8 requirements. All BIUs shall provide three (3) separate front panel indicator light emitting diode (LED) for Power, Transmit and Valid Data. Cabinets shall be provided with four (4) BIUs: two (2) for Terminals and Facilities (TF) and two (2) for detector rack. U. Cabinet Power Supply: The cabinet power supply shall as a minimum meet all TS -2 Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four (4) outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. The cabinet power supply shall be shelf mounted. It shall not be attached to the back panel or shelf. V. Flash Transfer Relays: All eight (8) flash transfer relays shall as a minimum meet NEMA TS -2 Section 6 requirements. W. Load Switches: All load switches shall as a minimum meet NEMA TS -2 Section 6 requirements. X. Inductive Loop Detector a. Section 6 NEMA Traffic Control Systems Standard TS 2 — 2003 v02-06 shall be amended to delete section 6.5 "Inductive Loop Detectors". Y. Power Connector Adapter: Section 5.3.5 of NEMA Traffic Control Systems Standards 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. Item 615 Traffic Controller Cabinet & Assemblies Page 6 City of Corpus Christi Standard Specification for Construction Revised February 26, 2013 615.7. Malfunction Management Unit: Acceptable Malfunction Management Unit (MMU) Types; EDI MMU 16LE with Integral Ethernet port or exact approved equal. 615.8. Controller Unit: Acceptable Controller Units. a. Econolite ASC 2 TS -2 Type 1 b. Siemens Eagle M50 TS -2 Typel All shall have Integral Ethernet Port and Data Key and Fiber Optic Ports or Fiber Optic Panels. 615.9. Ethernet Connectivity Interface: 1. The intent of this section is to address the minimum requirements for the addition of Cisco Ethernet 2955s Single Mode ST Switch with network capabilities to be installed by City Crews. This interface will provide for 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. 2. The interface shall be designed to operate in the harsh environment of a traffic signal cabinet. It shall conform to the environmental requirements of NEMA TrafficControl Systems Standard Publication TS2-2003 v02.06 Section 2. 3. The interface shall be modular in design to provide maximum flexibility for configuration, and efficiency for inventory. 4. The interface shall be designed and supplied with the ability to be managed remotely, using a browser based graphical interface. 5. The interface shall be designed and supplied with intelligence so as to function as a network switch Vs: a hub. 6. The interface shall be designed to utilize Virtual LAN's as an integral part of its' minimum capabilities. 7. The interface shall be designed and supplied with IGMP snooping capabilities as part of its minimum capabilities. 8. The interface shall be available with a minimum of 8, and a maximum of 12 CAT 5 connections using RJ -45 terminations. 9. The interface shall be available with a minimum of 2 single mode fiber connections using ST terminations. Item 615 Traffic Controller Cabinet & Assemblies Page 7 City of Corpus Christi Standard Specification for Construction July 29, 2010 ITEM 618 CONDUIT 618.1. DESCRIPTION: Furnish and place conduit. 618.2. MATERIALS: Provide new materials that comply with the details on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When Specified on the plans, provide: a. Rigid metal (RM) conduit that is hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with the Texas Department of Transportation (TxDOT) Standard Specification Item 445, "Galvanizing." b. Electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion -resistant material. c. Polyvinyl chloride (PVC) conduit that meets the requirement of NEMA Standard TC -2, UL 651, and the NEC. d. High -Density Polyethylene (HDPE) conduit without factory installed e. Flexible conduit that is liquid tight. Furnish conduit from new materials that comply with TxDOT DMS -11030, "Conduit." Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure cast fitting. Steel compression fittings are permissible. When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using a electrically heated wound wire resistance welding method. Use Red 3 -inch 4 -mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 618.4. Construction: Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Install conduit a minimum of 18 inches deep underground unless otherwise shown on the plans. a. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Item 618 Conduit Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 b. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 314 -inch taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or a directed. Fasten conduit within 3 -ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2 -Hole type clamps for 2 -inch diameter or larger conduit. c. Fit PVC and HDPE conduit terminations with bushings or bell ends. 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. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. d. Perform trench excavation and backfilling as shown 011 the plans or as directed and in accordance with "Item 400, Excavation, Trenching and Backfilling." Excavation and backfilling will be subsidiary to the installation of the conduit. e. Jack and bore as shown on the plans or as directed, and in accordance with "Item 406, Jacking, Boring, or Tunneling." f. Place warning tape approximately 10 -inch. Above trenched conduit. 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. Mark conduit location as directed. 618.5. Measurement: Conduit will be measured by the foot of conduit. a. This a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurement or calculations will be made if adjustments of quantities are required. b. Boring through soil or rock will be measured in accordance with "Item 406 Jacking, Boring or Tunneling." 618.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for Item 618 Conduit Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 "Conduit" of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, excavation, and furnishing and placing backfill; replacing pavement structure, sod, rip -rap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, junction boxes and expansion joints; and equipment, labor, tools and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundation. 618.7. Bid Item: Item 618.1 Conduit Item 618.2 Conduit Item 618.3 Conduit Item 618.4 Conduit Item 618.5 Conduit Item 618.6 Conduit Item 618.7 Conduit Item 618.8 Conduit Item 618.9 Conduit (2-inch/PVC (3-inch/PVC (4-inchfPVC (2-inchfPVC (3-inch/PVC (4-inch/PVC (2-inchfPVC (3-inch/PVC (4-inchfPVC schedule 40) per foot schedule 40) per foot schedule 40) per foot schedule 40) (Bore) per foot schedule 40) (Bore) per foot schedule 40) (Bore) per foot schedule 40) (Bore Rock) per foot schedule 40) (Bore Rock) per foot schedule 40) (Bore Rock) per foot Item 618 Conduit Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 620 Electrical Conductors 620.1. Description: Furnish and place electrical conductors, except conductors specifically covered by other Items. 620.2. Materials: Provide new materials that comply with the details on the plans and the requirements of this Item. 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. a. Electrical Conductors. Furnish electrical conductors in accordance with Texas Department of Transportation DMS -11040, "Electrical Conductors." b. Suppliers. Provide electrical conductors from manufacturers pre -qualified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of pre -qualified electrical conductor manufacturers. c. Grounding Conductors. 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. d. Wire Colors. 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. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. 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. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 620.5. Measurement: The Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurements or calculations will be made if adjustments of quantities are required. Item 620 Electrical Conductors Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 620.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Conductors" of the type and size specified. This price full compensation for furnishing, installing and testing electrical conductors and for equipment, labor, tools and incidentals, except that: a. Conductors used in connecting the components of electrical services will be paid for under "Item 628, Electrical Services." b. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. 620.7. Bid Item: Item 620.1 Electrical Conductors (No. 6 Bare) per foot of each single conductor Item 620.2 Electrical Conductors (No. 8 Bare) per foot of each single conductor Item 620.3 Electrical Conductors (No. 6 Insulated) per foot of each single conductor Item 620 Electrical Conductors Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 620 Electrical Conductors Page 3 621 Item 621 Tray Cable Texas department of Transportatlen 1. DESCRIPTION Furnish and install tray cable. 2. MATERIALS Provide new materials that comply with the details shown on the plans and meet the requirements of Item 620, "Electrical Conductors." Furnish tray cable from new materials in accordance with DMS -11050, 'Tray Cable." Provide prequalified tray cable from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Provide an additional 5 ft. of cable coiled in each ground box when installing cable in underground conduit. Splice tray cable conductors only at locations shown on the plans. Obtain the Engineer's written approval for each splice. Ensure allowed splices are watertight. Test the cable's conductors after installation and before any connection. Remove and replace tray cable exhibiting a DC insulation resistance of less than 5 megohms at 1,000 volts DC at no additional cost to the Department. 4. MEASUREMENT This Item will be measured by the foot of tray cable. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Tray Cable' of the types and sizes specified. This price is full compensation for furnishing and installing materials and for equipment, labor, tools, and incidentals. 787 City of Corpus Christi Standard Specification for Construction July 29, 2010 ITEM 624 GROUND BOXES 624.1. Description: Construct, furnish, and install ground boxes complete with lids. 620.2. Materials: Provide new materials that comply with the details shown on the plans and meet the following requirements: A. Precast Polymer Concrete Ground Boxes. Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with Texas Department of Transportation DMS -11070, "Ground Boxes." B. Concrete Apron. Construct a concrete apron, when shown on the plans, in accordance with Item 300, "Concrete," and Item 301, "Reinforcing Steel," C. Supplier. Provide ground boxes from manufacturers prequalified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of prequalified ground box manufacturers. 1. Type A: 11.5in. x21 in.x 10 in. (122311) 2. Type B: 11.5 in. x 21 in. x 20 in. (122322) 3. Type C: 15.25 in. x 28.25 in. x 10 in. (162911) 4. Type D: 15.25 in. x 28.25 in. x 20 in. (162922) 5. Type E: 11.5 in. x 21 in. x 16 in. (122317) Ensure ground box withstands 600 lbs per square foot applied over the entire sidewall with less than 1/4 in. deflection per foot length of box. Ensure ground box and ground box cover withstand a test loading of 20,000 ib. over 10 in. by 10 in. area centered on the cover with less than 1/2 in. deflection. Meet Western Underground Standards 3.6. 624.3. Equipment: Provide the machinery, tools, and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 624.4. Construction: Construct and/or place ground boxes in accordance with the appropriate requirements of the Items shown in Section 624.2 "Material." 624.5. Measurement: This Item will be measured by each ground box complete in place. 624.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Ground Boxes" of the types and sizes specified. This price is full compensation for excavating and backfilling; construction, furnishing, and installing the ground boxes and concrete aprons when required; and equipment, labor, material, tools, and incidentals. Item 620 Ground Boxes Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 624.7. Bid Item: Item 624.1 Ground Boxes Item 624.2 Ground Boxes Item 624.3 Ground Boxes Item 624.4 Ground Boxes Item 624.5 Ground Boxes each. Item 624.6 Ground Boxes each. Item 624.7 Ground Boxes each. Item 624. per each. Type A: 11.5 in. x 21 in. x la in. (122311) per each. Type B: 11.5 in. x 21 in. x 20 in. (122322) per each. Type C: 15.25 in. x 28.25 in. x 10 in. (162911) per each Type D: 15.25 in. x 28.25 in. x 20 in. (162922) per each. Type A: 11.5 in. x 21 in. x 10 in. (122311) With Apron per Type B: 11.5 in. x 21 in. x 20 in. (122322) With Apron per Type C: 15.25 in. x 28.25 in. x 10 in. (162911) With Apron per 8 Ground Boxes Type D: 15.25 in. x 28.25 in. x 20 in. (162922) With Apron PLAN VIEW K END GROUND BOX COVER ji4 P H SIDE ROUND BOX COVER DaMEN5ION5 DIVIENSIOIS (INCHES) F ---GBOX SIZE H 1 J K L M N P A, E & E 23 1/4 23 13 7'4 13 '/e 9 % 5 Ye 1 % 2 C & D 30/2 30 17I,/x 17 /i 13V4 6 Yi 1 % 2 Item 620 Ground Boxes Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 Legibly imprint the cover with the appropriate message from the following table in letters at least 1 in. high: For Ground Boxes Containing Wiring for Label with Message Traffic signal systems and systems that contain illumination powered by the signal electrical service. "Danger High Voltage Traffic Signals" Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown above "Danger High Voltage" Item 620 Ground Boxes Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 628 Electrical Services 628.1. Description: a. Installation. Furnish and install complete and independent points of electrical service. b. Removal. Remove electrical service. 628.2. Materials: Provide materials that comply with the details shown on the plans, requirements of this Item, and the pertinent requirements of the following Items. a. Steel Structures. Texas Department of Transportation (TxDOT) Standard Specification Item 441, "Steel Structures" b. Galvanizing. TxDOT Standard Specification Item 445, "Galvanizing" c. Anchor Bolts. TxDOT Standard Specification Item 4-49, "Anchor Bolts" d. Conduit. Item 618, "Conduit" e. Electrical Conductors. Item 620, "Electrical Conductors" f. Treated Timber Poles. Item 627, "Treated Timber Poles" g. Foundations. Item 656 Foundations for Traffic Control Devices. h. Electrical Services. 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, Electrical Services. i. Suppliers. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.2. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. For installations of electrical services, use new materials that meet the requirements of the NEC, LTL, CSA, and NEMA and that comply with DMS -11080, "Electrical Services." 628.3. Construction: Perform work in accordance with the details shown on the plans and the requirements of this Item. Item 628 Electrical Service Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 A. Installation: Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. B. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2 -ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surface such asphalt pavement or concrete rip -rap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct. Cut off all protruding conduit or duct 6 -in. below finish grade. Abandoned conduit or duct need not be removed unless shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 628.5. Measurement: This Item will be measured by each electrical service installed or removed. 628.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Services" of the types specified or "Removed Electrical Services." A. Installation. This price is full compensation for paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing, and connecting all components including poles, service supports, foundation, anchors bolts, rip -rap, enclosures, switches, breakers, conduit (from the service equipment including the elbow below ground), brackets, bolts, hangers, and hardware; and equipment, labor, tools, and incidentals. Cost for utility -owned power line extensions, connection charges, meter charges, and other charges will be paid for by the City. The City will reimburse the contractor only the amount billed by the utility. No additional amount for supervision of the utility's work will be paid B. Removal. This price is full compensation for coordinating with the utility company to disconnect and isolate the electrical service; removing the service supports; backfilling holes; and equipment, labor, tools, and incidentals. Item 628 Electrical Service Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 628.7. Bid Item: Item 628.1 Electrical Services — per installation Item 628.2 Remove Electrical Services — per removal Item 628 Electrical Service Page 3 City of Corpus Christi Standard Specification for Construction November 18, 2010 Item 635 Internally Illuminated Street Name Sign 635.1. Description: LED Edge Lit, Internally Illuminated Street Name Signs. 1. The internally illuminated street name sign (ILSN) should comply with the materials standards outlined in the Mechanical, Materials, Electrical, and Optical Performance ratings of this specification. This specification shall govern for LED (light emitting diode) Edge Lit, Internally illuminated Street Name Sign attached to a traffic signal mast arm pole. 635.2. Mechanical: Sign Dimensions. 1. The LED ILSN shall be capable of being constructed in standard width from 4 -ft, 6 -ft & 8 -ft. length. 2. The height of the signs shall be a minimum of 15 -inches and a maximum of 30 -inches for viewing at up to 500 feet. 3. The sign should be a maximum depth of 1.65 -inches for single sided signs and double sided sign. Environmental Requirements: 1. The sign fixture shall be designed and constructed to prevent deformation or failure when subjected to 150 MPH wind loads and 1.14 gust factor and ice loading as per AASHTO LTS-4 2001. 2. The ILSN shall be able to withstand and operate at temperature extremes of -40° Fahrenheit to 125° Fahrenheit. 3. The ILSN should be able to withstand salt spray and moisture conditions. 635.3 Materials A. Material: 1. All materials furnished by the Manufacturer/Vendor/Contractor shall be in accordance with the National Electrical Code (NEC). 2. The ILSN signs shall have a single side message or double side message as determined by the City Traffic Engineer or approved designee with a background color and paint filled into the acrylic. 3. The Manufacturer/Vendor shall supply a shop drawing submittals on the fixtures, sign, sign message and mounting hardware. 4. The materials used in the sign shall be the following or their equivalent: a. Protection face: Lexan with ultra violet protection, abrasive and mar resistance. b. Sign Face: Cast Acrylic 9mm. c. Sign Back: Extruded Acrylic 3mm. d. Aluminum Back Plate: Utility aluminum 118 -inch. Item 635 Internally Illuminated Street Name Sign Page 1 City of Corpus Christi Standard Specification for Construction November 18, 2010 e. Top and Bottom Extrusion: Extruded aluminum alloy 6063, powder coated black that is able to withstand the salt air conditions in Corpus Christi, Texas. f. End Caps: Utility aluminum gauge 12. g. Mounting Brackets: Utility aluminum 118 -inch. h. All fasteners shall be stainless steel. B. Housing: 1. The sign frame/housing and backing (single sided sign) shall be formed and manufactured out of extruded aluminum alloy 6063 with a minimum tensile strength of 20,000 ksl. 2. The sign frame and backing (single sided sign) shall be finished with a durable powder coated process that is able to withstand salt air conditions in Corpus Christi, Texas. 3. The sign frame and housing shall incorporate stainless steel fasteners to secure the sign in the closed position. 4. Weep holes shall be located at strategic points in the bottom of the housing assembly to allow drainage of condensation. The sign shall be able to operate in high humidity conditions. 5. The design of the housing shall afford provisions for a continuous gasket between housing and protection face and aluminum back plate to resist entrance of moisture, dirt insects. Gaskets between sign panel frame and panel shall be closed cell neoprene rubber installed in the frame channel to prevent the gasket from slipping or moving out of position. C. Sign Sheeting Panel: 1. The sign panel shall be slide mounted into the frame. 2. The entire surface of the sign panel shall be evenly illuminated so that the surface of a 1 -ft x 1 -ft section of the sign has a light output of a minimum of 50 candela power per square meter with a maximum degradation of 15 candela power per square meter after 5 years. 3. The protection face panel shall be a translucent panel of high impact UV resistant plastic/acrylic material able to withstand 5 years of <400nm UV light. All surfaces shall be free of blemishes in the plastic or coating that might impair the service or detract from the general appearance and color matching of the sign. 4. 3M Electrocut Film Green with White Letter with MUTCD Clear -view Font, HWY (E) Series B, C, D, E modified. D. Hardware: 1. Unless otherwise specified the sign shall be single sided fixed mount to the mast arm that accepts a Pelco Astro -Brae AS -3009 or equivalent. 2. All fasteners, screws nuts, bolts, and hardware for sign attachment shall be stainless steel type on the fixture. 3. All wiring connections within the sign fixture shall terminate through an U.L. approved junction box. Item 635 Internally Illuminated Street Name Sign Page 2 City of Corpus Christi Standard Specification for Construction November 18, 2010 4. All conductors inside the sign fixture and on the load side of the power source shall be U.L. listed appliance material (AWM) stranded copper wire with thermoplastic insulation. 635.4 Electrical: A. Light Source: 1. The LED ILSN sign light module shall be composed of white LED's with a minimum viewing angle of 110° mounted on rugged metal boards consuming 110 more than 1.5 Watts per linear foot, with a thermal resistant path from the LED pin to the most external surface of the aluminum extrusion of 110 more than 20°C/Watt at an ambient temperature of 25°C to reduce wear and tear 011 the individual LED's and to extend useable lifetime. The LED light module should be thermally coupled directly to the aluminum extrusion using thermal adhesive transfer tape. 2. The LED light module should be mounted to project light into the border of an optically coupled light panel. 3. The light panel redirects the light to create a uniform illuminated plane with a minimum of 50 candelas per meter squared at initial turn 011 and 110 less than 15 candelas per meter squared after 5 years. B. Electrical Source/Power Supply: 1. The sign shall be powered by 120 -volts AC to 12 -volts DC Class 11 UL approved grid utility source. 2. The power source should be capable of powering an individual sign. C. Auto On/Off Switch: 1. An automatic On/Off photocell sensor located either before the sign power supply or 011 the initial LED light module shall control the sign. 2. In the event that the photocell sensor is to be located 011 the initial LED module, it should be mounted as the first electrical contact point in the sign and should be mounted directly adjacent to the first LED module. 3. The maximum power per foot of sign shall not be exceed 1.5 watts. D. Surge/Induced Lightning Protection: 1. A protection circuit shall be included to provide up to 100 -watts of protection for 1 millisecond pulse to protect against transients induced by lightning and inductive load switching. 2. The protection circuit should be integral to the first T.FD light module in the street name sign. 635.5 Optical Performance: 1. The sign shall have a contrast ratio of 4:1 minimum. Item 635 Internally Illuminated Street Name Sign Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 655 Controller Foundation 655.1. DESCRIPTION: The purpose of this specification is to describe a controller foundation for NEMA type controller cabinets far a TS -2 Type NEMA controller cabinet. 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. 655.2. MATERIALS: A. Concrete. Concrete shall be 3,000 psi strength at 28 days. B. Polymer Concrete. TxDOT Standard "Traffic Signal Controller Cabinet Base and Pad" TS -CF -04 C. Anchor Bolts. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. D. Ground Box. One Type C Ground Box, unless otherwise shown on the plans. E. Other. All other materials shall be as shown on the Standard Detail. 655.3. EQUIPMENT: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 655.4. CONSTRUCTION: A. Controller Foundation. 1. Placement of anchor bolts shall be as shown on the plans. Failure to properly locate the bolts may be cause for the Contractor to demolish the improper foundation and reconstruct to the proper dimensions. 2. Concrete slab and concrete block on which the cabinet will sit shall be poured as one unit. 3. Concrete shall have a smooth finish free of brush marks or other mars. 4. Cabinets may be set on foundations after they have set a minimum of 72 hours. Cabinets scratched, dented or otherwise damaged prior to final acceptance shall be repaired to the City's satisfaction at no cost to the City. 5. Standard foundations shall contain two 4 inch conduits to the pull box next to the cabinet, 1 inch conduit drain that is cut flush with the concrete surface inside the cabinet, and fitted with a screen on the outside end. Two 1 % inch conduits and one 1 / inch conduit. Item 655 Controller Foundation Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 6. The slab around the block shall sit above the surrounding grade two to four inches and shall be sloped slightly for drainage. 7. A 5/8 inch x 8 -foot copper weld ground rod shall be installed in the pull box as shown in the detail. 655.5. MEASUREMENT: A. Controller Foundation. Controller foundations shall be measured for payment by the number of units each, in accordance with the plans and specifications. 655.6. PAYMENT: A. Controller Foundation. The accepted number of controller foundations will be paid for at the contract unit price which shall be full compensation for the controller foundation, installation, and incidentals. 655.7. BID ITEM: Item 655.1— NEMA Type Controller Foundation - per each Item 655 Controller Foundation Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 680 Installation of Highway Traffic Signals 680.1. DESCRIPTION: Install highway traffic signals. 680.2. MATERIALS: Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements. Furnish new materials. Ensure all materials and construction methods conform to the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: A. Roadway Illumination Assemblies. Texas Department of Transportation (TxDOT) Standard Specification Item 610, "Roadway Illumination Assemblies" B. Zinc -Coated Steel Wire Strand. Item 625, "Zinc -Coated Steel Wire Strand" C. Treated Timber Poles. Item 627, "Treated Timber Poles" D. Plywood Signs. Item 634, "Plywood Signs" E. Aluminum Signs. Item 636, "Aluminum Signs" F. Foundations for Traffic Control Devices. Item 656, "Foundations for Traffic Control Devices" G. Controller Assemblies. Provide controller assemblies that meet the requirements of Item 601 Traffic Controller Unit and the details shown on the plans. H. Flasher Assemblies. Item 685, "Flashing Beacon Assemblies" I. Suppliers. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. J. Sampling and Testing. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Standard Test Method Tex -1170-T. 680.3. EQUIPMENT: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 680.4. CONSTRUCTION: Install traffic signal controller foundations in accordance with Item 655, "Controller Foundation and Pedestal Posts." Item 680 Installation of Highway Traffic Signals Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 A. Electrical Requirements. 1. Electrical Services. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the plans. Unless otherwise shown 011 he plans, install 120 -volt, single-phase, 60 -Hz AC electrical service. 2. Conduit. Install conduit and fittings of the sizes and types shown 011 the plans. Conduit of larger size than that shown on the plans may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. Extend conduit in concrete foundations 2 to 3 in. above the concrete. Seal the ends of each conduit with silicone caulking or other approved sealant after all cables and conductors are installed. 3. Wiring. Unless otherwise shown on the plans, furnish solid No. 14 AWG conductors. 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. Make power entrances to ground -mounted controllers through underground conduit. Wire each signal installation to operate as shown on the plans. Attach ends of wires to properly sized self -insulated solderless terminals. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Place pre -numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Splices will not be permitted except as shown on the plans, unless the Engineer approves each individual splice in writing. Make all allowed splices watertight. 4. Grounding and Bonding. Ground and bond the conductors in accordance with the N.E.C. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than 1 ohm. Install a continuous bare or green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. B. Controller Assemblies. Construct controller foundations in accordance with Item 655, "Controller Foundation and Pedestal Posts." Immediately before mounting the controller assembly 011 the foundation, apply a bead of silicone caulk to seal the cabinet base. Seal any space between conduit entering the controller and the foundation with silicone caulk. Deliver the keys for the controller cabinets to the Engineer when the contract is complete. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. C. Timber Poles. Furnish ANSI Class 2 timber poles other than for electrical services in accordance with details shown on the plans. Item 680 Installation of Highway Traffic Signals Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 D. Preservation of Sod, Shrubbery, and Trees. Replace sod, shrubbery, and trees damaged during the Contract. E. Removal and Replacement of Curbs and Walks. Obtain approval from the Engineer before cutting into or removing walks or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks removed equivalent to original condition after work is completed, to the satisfaction of the Engineer. F. Sign Lighting. Attach sign lighting to traffic signal equipment as shown on the plans. G. Intersection Illumination. Construct luminaires on signal poles as shown on the plans. H. Test Period. Operate completed traffic signal installations continuously for at least 30 - days in a satisfactory manner. If any Contractor -furnished equipment fails during the 30 - day test period, repair or replace that equipment. This repair or replacement, except lamp replacement, will start a new 30 -day test period. Replace materials that are damaged or have failed prior to acceptance. Replace failed or damaged existing signal system components when caused by the Contractor. The City will relieve the Contractor of maintenance responsibilities upon passing a 30 -day performance test of the signal system and acceptance of the contract. 680.5. Measurement: This Item will be measured as each signalized intersection controlled by a single traffic signal controller. 680.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Installation of Highway Traffic Signals" of the type (isolated, system, or flashing beacon) specified. This price is full compensation for furnishing, installing, and testing the completed installation, controller and associated equipment, luminaires, signs and sign lights mounted on signal equipment, timber poles, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees; removal and replacement of curbs and walks; and equipment, labor, tools, and incidentals. The City will pay for electrical energy consumed by the traffic signal. New drilled shaft foundations for traffic signal poles will be paid for under Item 308, "Drilled Shafts And Under -Reamed Foundations." Controller foundations will be paid for under Item 655, "Traffic Signal Controller Foundation." New conduit will be paid for under Item 618, "Conduit." New electrical conductors will be paid for under Item 620, "Electrical Conductors." New ground boxes will be paid for under Item 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." New vehicle and pedestrian signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." New traffic signal cables will be paid for under Item 684, "Traffic Signal Cables." New traffic signal pole assemblies will be paid for under Item 686, "Traffic Signal Pole Assemblies (Steel)." New traffic signal detectors will be paid for under Item 688, "Pedestrian Detectors and Vehicle Loop Detectors." Item 680 Installation of Highway Traffic Signals Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 680.7. BID ITEM: Item 680.1 - Installation of Highway Traffic Signals [Isolated] - per each Item 680.2 - Installation of Highway Traffic Signals [System] - per each Item 680 Installation of Highway Traffic Signals Page 4 City of Corpus Christi Standard Specification for Construction October 21, 2010 Item 682 Vehicle and Pedestrian Signal Head 682.1 Description: Furnish and install vehicle and pedestrian signal heads. 682.2 Materials: Furnish only new materials. A. Definitions. 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces, including back plates and louvers when required, attached at a common location on a support. B. General. Provide vehicle signal heads in accordance with Texas Department of transportation (TxDOT) DMS -11120, "Vehicle Signal Heads." Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. Provide pedestrian signal heads in accordance with TxDOT DMS -11130, "Pedestrian Signal Heads" and Item 683, "LED Countdown Pedestrian Signal Module." Provide pedestrian signal heads from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified pedestrian signal head manufacturers. Supply only black polycarbonate signal head components that are of the same material and manufacturer for any one project. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed -cell silicone or closed -cell neoprene gaskets. 682.3. Equipment: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Item 682 Vehicle and Pedestrian Signal Head Page 1 City of Corpus Christi Standard Specification for Construction October 21, 2010 682.4. Pedestrian Signal Design Requirements. 1. The pedestrian signal housing shall be of a quick side mount pole attachment single section clam shell with molded polycarbonate components. Housing shall be polycarbonate ultraviolet stabilized material. Clamshell housing shall be at least 0.09 in. thick and ribbed so to produce the strongest possible assembly consistent with lightweight. All screws, latching bolts and hinge pins shall be "304 grade" stainless steel. Weather resistant gasket shall be provided on all housing openings. 2. The door shall be attached to the housing with two hinged lugs on the side of the door and shall be fitted with easily removable stainless steel hinge pins. Two latch lugs on the door side shall permit positive sealing between the door and housing. 3. The clamshell will be drilled on both side's right & left of housing for side mount hinging. Holes will be plugged with rubber caps. 4. The visor shall be of a sunscreen design projecting no more than two (2) inches from the door. It will be flat black in color and removable & replaceable in design. 5. Terminal block shall be part of the side mount to allow wiring of the intersection before the pedestrian signal is mounted. Separate connection points are provided for each socket wire on one side of the terminal block (of the quick disconnect type). On the opposite side of the terminal lug, terminals shall be provided for field connection wire. All terminal positions shall be permanently marked for identification. 6. A side mount attachment to pole of 4 1/2 inch or larger shall be provided. The side mount shall be of a single piece polycarbonate and shall have a gasket to form a watertight bond to the signal head housing. The side mount may be attached to either side of the housing. Attachment to the pole can be by stainless steel strapping or using 1/2 inch bolts. Opening of the signal door shall be of a design to allow either left or right swing. 682.5. Traffic Signal Design Requirement. 1. The traffic signal head shall be constructed of sturdy polycarbonate resin, and shall be ultraviolet stabilized material having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy duty serrated ring, which will allow positive orientation in 5 -degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 1/2 inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. Item 682 Vehicle and Pedestrian Signal Head Page 2 City of Corpus Christi Standard Specification for Construction October 21, 2010 3. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in Color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in Color. The signal heads shall have a louvered or slotted back plate. 4. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. 682.6. Equipment: Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 682.7. Construction: A. Assembly. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with the manufacturer's recommendations. Close any openings in an assembled signal head with a plug of the same material and color as the head. B. Wiring. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. 682.8. Measurement: This Item will be measured by each vehicle signal section, pedestrian section, back plate, and louver. 682.9. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestrian Signal Section," "Vehicle Signal Section with Back Plate," or "Louver," of the types and sizes specified. This price is full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, LED countdown modules, lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals. Item 682 Vehicle and Pedestrian Signal Head Page 3 City of Corpus Christi Standard Specification for Construction October 21, 2010 682.10. Bid Item: Item 682.1 Install 12 inch Vehicle Signal Section with Back Plate (3 section) per each Item 682.2 Install 12 inch Vehicle Signal Section with Back Plate (4 section) per each Item 682.3 Install 12 inch Vehicle Signal Section with Back Plate (5 section) per each Item 682.4 Install Pedestrian Signal Section (16 inch) wILED Countdown per each Item 682.5 Install 12 inch Louver Back Plate (Adjustable) per each Item 682 Vehicle and Pedestrian Signal Head Page 4 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 683 LED Pedestrian Signal Countdown Module 683.1. Description: The intent of the this specification is to define the minimum acceptable design and operational requirements for a pedestrian signal module that displays the ITE standard "Hand / Man", with a countdown of pedestrian time using LED technology. 683.2. Materials: Ensure electrical materials and construction methods conform to the current National Electric Code (NEC) and additional local utility requirements. Materials used for the lens and LED module construction shall conform to ASTM specifications where applicable. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94V0 flame retardant materials. The lens of the LED module is excluded from this requirement. Furnish new materials. Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: A. Signal Head. Item 682, "Vehicle and Pedestrian Signal Heads." B. Controller. Item 601, "Traffic Signal Controller." C. Signal Indications. "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"). D. National Electric Code (NEC) E. American Society for Testing and Materials (ASTM). 683.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner 683.4. Construction: A. General. 1. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI size stated in Section 1 of the "Walking Person" and "Hand" icon pedestrian signal indication Standard without modification to the housing. 2. All T.FD's used shall be rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C. The modules shall be rated for a minimum life of 72 months. Modules shall meet all parameters of this specification throughout this 72 -month period. Installation of a retrofit replacement module into existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e. lens, lamp module, gaskets, and reflector; Modules shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. Item 683 Pedestrian Countdown Signal Module Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 B. The Module. 1. The retrofit module shall be capable of replacing the optical unit. The modules lens maybe a replaceable part without the need to replace the complete unit. The walking person and hand icons (16"x18") shall be full display (not outlines). The countdown digits shall be made up of two rows of LED's. Each digit shall be a minimum of seven (7) inches high and three (3) inches wide. 2. For each nominal message bearing surface (module) size, use the corresponding H (height) and W (width): Bearing Surface Module Size Icon Height Icon Width Countdown Height Countdown Width H (16x 1 S) in. rain. 7 in. 7 in. min. 9 in. 6.5 in. 3. The unit shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the foil walk/don't walk cycle. 4. The module shall be a single, self contained device, not requiring on site assembly for installation into existing traffic signal housing. The power supply shall be designed to fit and mount inside the pedestrian signal module. 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. C. Environmental Requirements. 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. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. The test is to be conducted on a stand-alone unit. No protective housing shall be used. The module lens shall be UV stabilized. D. Signal LENS. 1. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of 1/4" thick. 2. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. E. Module Identification. Each module shall be identified on the backside with the manufacturer's name, model numbers and serial number. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt -Ampere. Item 683 Pedestrian Countdown Signal Module Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 F. Photometric Requirements. 1. Luminance, Uniformity & Distribution. 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. 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. 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). 2. Chromaticity. 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. G. Elech ical. 1. General. The modules shall be operationally compatible with NEMA traffic signal controllers, cabinets and accessories manufactured to TxDOT standards and the City of Corpus Christi standards, where different the City of Corpus Christi standard will be used. Maximum power consumption requirements for each indication are as follows (in Watts): Icon 25 c 74 c Hand 10.0 watts 12.0 watts Walking Person 9.0 watts 12.0 watts Countdown 2 digit 8.0 watts 11.0 watts All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. 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. Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15K ohm (either resistive or capacitive). 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 15K ohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. 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 100m sec when the module is switched off by any solid state switch or switch pack having an impedance of 15K ohms or greater. Item 683 Pedestrian Countdown Signal Module Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 2. Voltage Range. a. LED module shall operate from a 60 +3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. Nominal operating voltage for all measurements shall be 120 +3 Volts rms. Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%. The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above. The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LED's. b. There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. c. Turn -On and Turn -Off Time: 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. The modules shall not be illuminated (turn-off) after 100 ms of the removal of the nominal operating voltage. d. 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. 3. Transient Voltage Protection. 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. 4. Electronic Noise. 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. S. Power Factor (PF) and AC Harmonics. The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°F. Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F shall not exceed 20%. H. Module Functions. 1. Cycle. The module shall operate in one mode: Clearance Cycle Countdown Mode Only. 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 tnodification of cycle. Item 683 Pedestrian Countdown Signal Module Page 4 City of Corpus Christi Standard Specification for Construction July 29, 2010 2. Learning Cycle. At power on, the module enters a single automatic learning cycle. During the automatic learning cycle, the countdown display shall remain dark. 3. Cycle Modification. The unit re -programs itself if it detects any increase or decrease of Pedestrian Timing. 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. The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). 5. Preemption. The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. 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. 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. The next cycle, following the preemption event, shall use the correct, initially programmed values. 6. "Don't Walk" Steady. 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. I. Quality Assurance. 1. General. a. Unless otherwise specified all of the test will be conducted at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. b. The following production quality assurance tests shall be performed on each new module prior to shipment. 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. Following the burn -in period, the initial luminous intensity shall be measured. A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSH for circular indications may be used. The current flow and power factor shall also be determined. Units found to have parameters outside the ranges allowed by this specification shall be rejected. c. The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. QA process and test result documentation shall be kept on file for a minimum period of seven years. 2. Conformance. 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. Item 683 Pedestrian Countdown Signal Module Page 5 City of Corpus Christi Standard Specification for Construction July 29, 2010 3. Design Qualification Assurance. Design Qualification testing shall be performed 011 new module designs, and when a major design change has been implemented 011 an existing design. 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. Testing shall be performed once every 5 years or when the module design or LED technology has been changed. 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. All new modules shall undergo Production Quality Assurance testing prior to shipment. Failure of any module to meet requirements of the QA tests shall be cause for rejection. QA test results shall be maintained for a period of 4 years. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are 110 scratches (abrasions), cracks, chips, discoloration or other defects. 5. Delivery and Acceptance. 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. The AC voltage developed across each LED module so connected shall not exceed ten (10) V rms as the input to the LED module is varied from 95V rms to 135V rms. J. Warranty. 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. 683.5. MEASUREMENT: This Item will be measured by each installed LED Countdown Pedestrian Signal Module. 683.6. PAYMENT: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement," will be paid for at the unit bid price for "LED Countdown Pedestrian Signal Module." This price is full compensation for furnishing and installing the module; and equipment, labor, tools, and incidentals. 683.7. BID ITEM: Item 683.1 - LED Countdown Pedestrian Signal Module - per each Item 683 Pedestrian Countdown Signal Module Page 6 684 Item 684 Traffic Signal Cables Texas department of Transportation 1. DESCRIPTION Furnish and install traffic signal cables. 2. MATERIALS Provide polyethylene -jacketed multi -conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts. Fumish new materials. Provide traffic signal cables in accordance with DMS -11110, "Traffic Signal Cable." 2.1. Type A Cables. Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. 2.2. Type B Cables. Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. 2.3. Type C Cables. Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. 2.4. Types A and B Cable Materials. Provide the following materials for Type A and B cables: • Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans, use conductors consisting of 7 copper strands. • Ensure color coding of conductors and sequence for cables are in compliance with Table 1. Base color is the insulation color. Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. • Ensure 2 -conductor cable is of the round twisted type with fillers used where necessary to form a round cable. • For cables with more than 2 conductors, ensure individual conductors are laid up symmetrically in layers with fillers used when necessary, to produce a uniform assembly of conductors with a firm, compact cylindrical core. • Ensure fillers are a non-metallic, moisture -resistant, non -wicking material. • Supply conductor assemblies covered with a wrapping of a moisture -resistant tape applied to overlap at least 10% of the tape width. • Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes, splits, blisters, and any other imperfections. • Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2 -ft. intervals to the outer surface of the jacket by indent printing. 843 684 Table 1 Conductor Color and Sequence for Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 2.5. Additional Requirements for Type B Cable Materials. Additional material requirements particular to Type B cable are as follows: • Ensure cables consisting of 5 or more conductors have a 0.25 -in. nominal diameter messenger. For the messenger, use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. • A solid strand messenger with 0.134 -in. diameter may be used for cables with less than 5 conductors. • To provide corrosion protection, ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. • Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials. Use the following materials for Type C cables: • Unless otherwise shown on the plans, use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor. Ensure conductors have a minimum of 2 twists per foot within the cable. • Use cables that have 100% shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper, 2 AWG sizes less than the conductor, and in continuous contact with the aluminum side of the shield material. • Ensure the jacket is black polyethylene. • Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2 -ft. intervals on a tape under the outer jacket. 2.7. Sampling. The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA. The samples will be at least 3 ft. long. Replace any cable failing to meet IMSA requirements. 3. CONSTRUCTION For each cable run in underground conduit, coil an extra 5 ft. of cable in each ground box. Splices are not permitted in Type A and B cables unless shown on the plans, or approved in writing. Ensure splices are watertight. 844 684 Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing. Use non -corrosive solder for splices. Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables. Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Traffic Signal Cables' of the types and sizes specified. This price is full compensation for furnishing and installing materials, and for equipment, labor, tools, and incidentals, except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes, pole bases, and on span wires will not be paid for directly but will be subsidiary to pertinent Items. 845 686 Item 686 Traffic Signal Pole Assemblies (Steel) Texas Department of Transportatlen 1. DESCRIPTION • Installation. Fabricate, furnish, and install steel traffic signal pole assemblies. • Relocation. Remove and relocate exisiing steel traffic signal pole assemblies. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 416, "Drilled Shaft Foundations" • Item 421, "Hydraulic Cement Concrete" • Item 441, "Steel Structures" • Item 442, "Metal for Structures' • Item 445, "Galvanizing" • Item 449, "Anchor Bolts' Furnish alloy steel or medium -strength mild steel anchor bolts in accordance with Section 449.2.1., "Bolts and Nuts," unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design. Fabricate poles assemblies in accordance with this Item to the designs shown on the plans. Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole, electronically submit shop drawings in accordance with Item 441, "Steel Structures," to the Bridge Division for approval. 3.2. Fabrication. Fabricate and weld in accordance with Item 441, 'Steel Structures," AWS 01.1, Structural Welding Code—Steel-, and the requirements of this Item. Fabrication tolerances are given in Table 1. Table 1 Fabrication Tolerances Part Dimension Tolerance (in.) Pole and mast arm shaft Length ±1 Thickness +0.12, —0.02 Difference between fiats or diameter ±3/16 Straightness 118 in 10 ft. Attachment locations ±1 BaseThickness and mast arm mounting plates Overall ±3/16 +114, —0 Deviations from fiat 3116 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Anchor bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length —1/4 Assembled shafts Angular Orientation 1/16 in 12 in.1 Centering ±3/16 Twist 3°in 50 ft. 1. 1/8 in 12 in. between mounting plates and between mounting plates and base plates. 849 686 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS -7380, "Steel Non -Bridge Member Fabrication Plant Qualification." The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans. The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. and longer. Provide circumferential welds only at the ends of the shafts. Provide no more than 2 longitudinal seam welds in shaft sections. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. Ensure 100% penetration within 6 in. of circumferential base welds and 60% minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot -dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing," Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load (actual or simulated) applied. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark, at a visible location when erected, pole base plates and mast arm mounting plates with the design wind speed. Permanently mark, at a visible location when erected, pole base plates and fixed mast arm mounting plates with the fabrication plants insignia or trademark. Place the mark on the pole base plate adjacent to the hand - hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. Ship all components with a weatherproof tag identifying the manufacturer, Contract number, date, and destination of shipment. 3.3. Installation. Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities. Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449, "Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in 2 places to its washer. Tack weld each washer to the base plate in 2 places. Never weld components to the bolt. Tack weld in accordance with Item 441, 'Steel Structures." After tack welding, repair galvanizing damage on bolts; nuts, and washers in accordance with Section 445.3.5., "Repairs." Do not grout between the base plate and the foundation. 850 686 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. Repair or replace damaged components as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft, below final grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans, or as directed. Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations,' and the details shown on the plans. Install existing pole assemblies on new foundations in accordance with Section 686.3.3., 'Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under 'Measurement' will be paid for at the unit price bid for "Install Traffic Signal Pole Assemblies (Steel)" of the types and sizes specified or "Relocate Traffic Signal Pole Assemblies (Steel)' of the types specified. New drilled shaft foundations will be paid for under Item 416, 'Drilled Shaft Foundations." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms and luminaire arms; furnishing and placing anchor bolts, nuts, washers, and templates; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing traffic signal pole assemblies; removing existing foundations; backfilling and surface placement; storing the components to be reused or salvaged; furnishing; fabricating, and installing required new components including anchor bolts; nuts, washers, and templates; placing and securing traffic signal pole assemblies on new foundations; furnishing and placing conduit, ground rods, and wiring; disposal of unsalvageable materials: loading and hauling; and materials, equipment. labor, tools, and incidentals. 851 CITY OF CORPUS CHRISTI STREET SERVICES Date: 31 -December -2001 PAGE 1 OF 2 #927 SPECIFICATIONS FOR TRAFFIC SIGNALS LED 1.0 GENERAL 1.1 This specification describes the minimum acceptable requirements for a light emitting diode (LED) signal lamp unit. 1.2 The design, material, and construction of the traffic signal lens shall be in accordance with the requirements for the signal set forth in the latest "Signal Head Standard" of the Institute of Traffic Engineers 2.0 FUNCTIONAL REQUIREMENTS 2.1 OPTICAL SYSTEM 2.1.1 The lens shall be polycarbonate unless specified in the invitation to bid. 2.1.2 The Lens shall be a minimum of 12 inch round. The RED shall be ITE Red. The Amber shall be ITE Amber, extended view. The Green shall be ITE Green. Green Arrow shall be ITE Green. Amber Arrow shall be ITE Amber. These colors shall be in accordance with the requirements set forth in the latest "Signal Head Standard" of the Institute of Traffic Engineers. 2.2 LED Requirements 2.2.1 The LED indication shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housings on both mast arm and span wire hung. 2.2.2 The assembly and manufacturing process for the LED traffic signal lamp unit assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 2.2.3 Each LED traffic signal lamp unit shall comprise of multiple LED light sources with a regulated power supply. The LED's are to be mounted on a polycarbonate positioning plate or conformally coated PC board. 2.2.4 The LED's shall be manufactured using AIInGaP technology or other LED's with low susceptibility to temperature degradation (A1GaS LED's will not be allowed). 1 CITY OF CORPUS CHRISTI STREET SERVICES Date: 31 -December -2001 PAGE 2 OF 2 #927 2.2.5 The LED units shall incorporate a regulated power supply engineered to electrically protect the LED's and maintain a safe and reliable operation. The power supply shall provide capacitor filtered DC regulated current to the LED's per the LED's manufacturer's specification. 2.2.6 The LED traffic signal lamp unit shall be operationally compatible with controllers and conflict monitors currently used by the City of Corpus Christi Signal Shop. The traffic signal must continue to operate with 60% or more of the LED's operating without damaging the remainder of the signal assembly. The LED assembly shall show an open circuit to the traffic signal conflict voltage monitor any time less than 60% of the LED assembly is operating. 2.2.7 Two captive color coded, 36 inch long, 600 V, 18 AWG minimum jacketed wires, conforming to the National Electric Code, rated for service at 105 C, are to be provided for an electrical connection. 2.2.8 The LED signal shall operate with a minimum 0.90 power factor. 2.2.10 Total harmonic distortion (current and voltage) induced into an ac power line by a signal module shall not exceed 20 percent. 2.3 ENVIRONMENTAL REQUIREMENTS 2.3.1 The LED traffic signal lamp unit shall be rated for use in the ambient operating temperature range of -40 degrees C to +74degrees C. 2.3.2 The unit shall be dust and moisture tight to protect all internal LED and electrical components. 3.0 WARRANTY 3.1 The LED traffic signal lamp unit shall be warranted against failure due to workmanship or material defects within the first 120 months of field operation. 3.2 If any one LED circuit should fail, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. 2 CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 1 OF 10 PAGES Date: 12/04/2010 SPECIFICATION Battery Back -Up System for Signal Cabinets 1. Description. Install a externally -mounted Battery Back -Up System (BBU System) for traffic signals that will provide reliable emergency power in the event of utility power failure or interruption. The system will also function as a power conditioner and/or voltage regulation device. A BBU System consists of inverter/charger, manual bypass switch, power transfer switch or automatic bypass switch, batteries, battery monitoring device, wiring, and external cabinet, all necessary hardware and software, and all associated equipment required to operate in a field environment. The BBU System shall be capable of operating an "LED only" signalized intersection (700W load) for minimum of 4 hours of full runtime when utility power is disabled and under ambient temperatures of 250C. The BBU System shall switch the intersection to flash mode of operation when approximately 40% of battery charge is remaining, via relay contact connection points on the front panel of the unit. The BBU system shall operate the intersection in the flash mode of operation for an additional 2 hours. BBU system components shall be rated for a minimum 1400W load capacity. The BBU System shall have a circuit break that can be reset if needed, fuses are not acceptable. The BBU shall be designed for outdoor applications in accordance with NEMA TS2-2003, Section 2. All components of the BBU system shall be rated to operate under temperature extremes of --3400 to +740C. 2. Definitions. A. Automatic Bypass Switch. A unit connected between the utility power supply and the inverter/charger which can automatically switch power to the controller cabinet service panel from inverter output power to utility line power. B. Battery Back -Up System (BBU System). The battery back-up system includes but is not limited to a manual bypass switch, automatic bypass switch or power transfer switch, inverter/charger, batteries, battery monitoring device, wiring, Ethernet communication port, external cabinet and all necessary hardware for system operation. C. Battery Back -Up System Software (BBU System software). All software associated with operation, programming and functional requirements of the BBU system. Shall be able to upload faults, by direct or remotely to a desktop or laptop to keep track of all faults. CITY OF CORPUS CHRISTI PURCHASING DWISION SPECIFICATION NO. 1195 PAGE 2 OF 10 PAGES Date: 12/04/2010 D. Battery Monitoring Device. The device which monitors battery temperatures and charge rate of the batteries used in the BBU system. E. Batteries. Standard 12V batteries wired in series to create a 48VDC to 96VDC voltage storage. F. Boost. When enabled, the BBU inverter/charger shall automatically switch into this mode to raise the utility line voltage when it drops below a preset limit. The limit may be user defined or use manufacturer default settings (typically 100V AC). G. Buck. When enabled, the unit shall automatically switch into this mode to reduce the utility line voltage when it rises above a preset limit. The limit may be user defined or use manufacturer default settings (typically 135V AC). H. External Cabinet. The structure which houses the system components and batteries for the BBU System. I. Inverter/Charger. The unit which converts the DC voltage input into 120 VAC output for the traffic signal cabinet to operate. As a minimum the inverter/charger shall be rated for 1400 watts. J. Inverter Line Voltage. The power supplied from the BBU system to the traffic signal cabinet from the BBU System inverter. K. Manual Bypass. Manual switch that allows user to bypass BBU power to service system equipment. Manual bypass switch switches utility line power directly to cabinet. L. Power Transfer Switch. A unit connected between the utility power supply and the inverter/charger which can automatically switch from utility line power to inverter output power. The power transfer relay may be a separate unit or combined with the manual bypass switch. In the event of battery voltage loss, the power transfer switch will automatically return to utility line power. M. Signal Operation Mode. A signalized intersection generating a min. 700W load when running in normal operation. N. Signal Flash Mode. A signalized intersection generating a min. 300W load when running in the flash mode of operation. CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 3 OF 10 PAGES Date: 12/04/2010 O. Utility Line Voltage. The 120V AC power supplied to the BBU system. 3. Equipment. Provide and install a BBU system that is able to fulfill the following requirements: A. Method of Operation. The BBU system shall operate using one or more of the following methods: 1. Buck and Boost Method. When the buck and boost functions are enabled they shall set the upper and lower control limit allowable for the utility line voltage. If the utility line voltage fluctuates above or below the buck and boost values, the BBU system shall raise or lower the voltage by approximately 10-15%© of the utility line voltage in an attempt to bring the voltage back into the upper and lower control limits. Buck and boost shall have preset manufacturer defaults. If the utility line voltage falls above or below the functional capabilities of buck and boost, then the BBU system will transfer power from the utility line voltage to the inverter line voltage. 2. Stand-by Method. The stand-by method shall set upper and lower control limits for the utility line power. If the utility line voltage falls above or below the upper or lower control limits, then the BBU system will transfer power from the utility line voltage to the inverter line voltage. 3. Continuous Operating Mode, Double Conversion Method. The continuous method supplies the cabinet with inverter line voltage at all times. This method requires the disabling of buck and boost functions. B. System Capabilities. The BBU system shall be capable of providing 2000 W peak load, with a minimum of 80% inverter efficiency, for at least 10 seconds. The BBU system shall be capable of providing a min. of 700W signal operation load for a minimum of 4 hours, and then switching to and providing a min of 300W signal flash load for an additional 2 hours minimum, when batteries are fully charged. When the BBU system is running on battery power, the inverter/charger shall be capable of allowing the voltage at which the transition from normal operating mode to flash mode occurs (usually 47.5V) to be selected by a user, via relay contacts and connection points on the front panel of the inverter/charger. CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 4 OF 10 PAGES Date: 12/04/2010 The transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries, shall be less than 65 milliseconds. The same allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. The BBU system shall bypass utility line voltage whenever the utility line voltage is outside of the manufacturer's default, or a user -programmed voltage range, ±2VAC. When the utility line power has been restored to a normal operating voltage for more than a user defined setting (default 30 seconds), the BBU system shall transfer from inverter line voltage to utility line voltage. The BBU system shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. The BBU system shall be compatible with TS1, TS2 controllers and cabinet components for full run-time operation. The BBU system shall be shelf -mounted or rack -mounted in its own BBU cabinets. The manual bypass switch shall be able to be mounted on the shelf or side of cabinets. The interconnect cables shall be no less than 10 feet in length. Relay contact wiring for each set of NO/NC relay contact closure terminals shall be no less than 6 feet long and #18 AWG wire. Use manufacturer recommendations for size of wire for any cables lengths greater than 10 feet. The BBU system shall have lightning surge protection compliant with IEEE/ANSI C.62.41 latest edition and meeting all current UL1449 standards. Lightning surge protection shall be provided to the utility line voltage coming into the inverter/charger with a resettable circuit breaker. The surge protection device shall be easily accessible and mounted externally from the inverter/charger. The BBU system, including batteries and hardware, shall be easily replaceable and shall not require any special tools for installation. The BBU system shall operate in automatic "fail-safe" mode. Should a breaker trip on the inverter/charger and/or the power transfer switch, the system will automatically operate from utility line power and bypass the BBU system. As stated above, in addition to the inverter/charger, the BBU shall be provided with both an external manual bypass switch and either an external automatic transfer switch or external automatic bypass switch. CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 5 OF 10 PAGES Date: 12/04/2010 The BBU system shall be capable of logging up to 100 events. Events shall be date - and time -stamp faults with utility line voltage and battery voltages. At the minimum, the BBU system shall log an event when: • the utility line voltage falls above or below the upper or lower control limits, • the BBU system automatically switches to battery power, and • when self-monitoring BBU system components fail. C. Displays, Controls, Diagnostics and Maintenance. The BBU system shall include a front panel menu driven display. All applicable programmable functions of the operational methods described in this specification shall be viewable from the front panel display. All events described in Section 3.B shall be viewable from the front panel display. The BBU system software shall be programmable from the front panel of the inverter/charger by means of a keyboard or momentary buttons allowing user to step through menu driven software. A 10/100 Ethernet port shall be provided on the front panel of the inverter/charger. A RS232 port shall be provided on the front panel of the inverter/charger. The BBU system software shall be provided for the operational needs of the BBU system. The user/operator shall be able to access all system software via the Ethernet and RS232 ports on the front panel of the inverter/charger. The user shall be able to read logged events and change programmable parameters from the keyboard, laptop or local area network via the Ethernet port. System software shall be upgradeable via the RS232 port on the front panel of the inverter/charger. D. Inverter/Charger. The inverter/charger is the unit that provides the voltage regulation; power conditioning of utility line power; convert the DC voltage input into 120 VAC output for the traffic signal cabinet to operate; provides emergency backup power upon loss of utility power and provides for temperature compensated battery charging. As a minimum the inverter/charger shall be rated for 1400 watts. Provide a minimum of 6 sets of normally open (NO) and normally closed (NC) single -pole double -throw dry contact relay closures on the front face of the inverter/charger and labeled so as to identify each contact. The relay closures shall of consist a set of NO/NC contact closures that shall be energized whenever the unit switches to battery power (contact shall be labeled or marked as "On Battery" or equivalent) and a second set of NO/NC contact closures shall be energized whenever CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 6 OF 10 PAGES Date: 12/04/2010 the battery approaches 40% remaining capacity (contact shall be labeled or marked as "Low battery" or equivalent"), which will determine when the unit will switch from normal operation to flash. A third set of NO/NC contact closures shall be energized after a user settable time after the unit switches to battery power. The contact may be labeled "Timer. The remaining relays shall be user definable. Operating temperature range for both the inverter/charger and power transfer relay shall be -34°C to +74°C. When battery power is used, the BBU system output voltage shall be between 110VAC and 125VAC, pure sine wave output, < 3% THD, 60Hz ± 3Hz. E. Manual Bypass Switch. The manual bypass switch shall be provided as a separate unit external to the inverter/charger unit. The manual bypass switch shall consist of housing, two position switch, terminal blocks, internal wiring, service outlet, circuit breakers and mounting hardware. All components shall be rated at a minimum of 240VAC / 30 amp. Provide the manual bypass switch with # 8 terminal blocks. The manual bypass switch shall be 2 position and allow the user to switch utility line power directly to the cabinet service panel. The switch positions will provide the following functions. In the "Bypass" position the inverter is bypassed, utility power is removed from the BBU and passed directly to the signal power panel. In the "UPS" position the inverter / switch is powered and the signal circuits are supplied by the output of the inverter. When the manual bypass switch is in the `Bypass" position the user may replace the automatic bypass switch (or transfer switch) and the inverter/charger without interrupting power to the intersection. Provide the manual bypass switch with over current protection (20 Amp circuit breaker). Fuse not acceptable. F. Power Transfer Switch. These requirements are for BBU systems provided with a power transfer switch. The power transfer switch will operate such that the inverter/charger input and cabinet power panel are supplied with power from the utility line, in the event that the utility line power is lost or requires conditioning (buck or boost) the power transfer switch will automatically connect the inverter/charger output to the cabinet power panel such that the inverter/charger output provides the power. In the event of inverter/charger failure, battery failure, or complete battery discharge, the power transfer shall revert to the NC (de -energized) state, where utility line power is connected to the cabinet service panel. All wire to the power transfer switch from the manual bypass switch, to and from the inverter/ charger and from the manual bypass switch to utility power service shall be sized accordingly with system requirements. G. Automatic Bypass Switch These requirements are for BBU systems provided with an automatic bypass switch. The automatic bypass switch will operate such that the inverter/charger input is supplied with power from the utility line and the cabinet CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 7 OF 10 PAGES Date: 12/04/2010 power panel is supplied with power from the output of the inverter/charger. In the event of inverter/charger failure, battery failure, or complete battery discharge, or other loss of power from the output of the inverter/charger, the automatic bypass switch shall revert to the NC (de -energized) state, where utility line power is connected to the cabinet service panel. H. Batteries. Provide batteries from the same manufacturer/vendor of the BBU system. Individual batteries shall be 12V type, and shall be easily replaceable and commonly available for purchase by common off-the-shelf equivalent. Option to replace the batteries one at a time while in BBU mode operation. This will allow us to extend the length of signal operation during a power outage if longer the 6 hours. Batteries shall be sized and rated to operate a 700W load for 4 hours (normal operation) followed by a 300W load for 2 hours (flash operation) for a total of 6 hours. Battery configuration shall consist of 12V batteries arranged for total voltages of 48V, 60V, 72V, 84V or 96V. Batteries shall be deep -discharge, sealed prismatic lead -calcium based, valve - regulated lead -acid AGM (Absorbed Glass Mat). Batteries shall operate over a temperature range of -34°C to +74°C. Batteries shall indicate maximum recharge data and recharging cycles, and manufacturer defaults on the inverter/charger shall not allow the recharging process to exceed the batteries maximum values. Battery interconnect wiring shall connect to the inverter unit via modular harness with red and black cabling that terminates into a typical power pole style connector. Harness shall be equipped with mating power flag style connectors for batteries and a single insulated plug-in style connection to inverter/charger unit. Harness shall allow batteries to be quickly and easily connected in any order and shall be keyed to ensure proper polarity and circuit configuration. A fusible link or device sized accordingly with system requirements and to protect against currents exceeding each battery current rating shall be provided within 3 inches of the negative and positive leads of each battery. Fusible links shall be insulated stranded wire. Insulated covers shall be provided at the connection points (post) as to prevent accidental shorting. CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 8 OF 10 PAGES Date: 12/04/2010 Battery cables provided to connect battery to battery harness main cable shall be a minimum of 18 in. or long enough to accommodate the battery covers provided with the battery ground box, whichever is longer. Battery harness shall be sized accordingly with system requirements. I. Battery Monitoring System, The BBU system shall use a temperature -compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV/°C per cell. The temperature sensor shall be used to monitor the temperature and regulate the charge rate of the batteries. Unless required otherwise by the plans the temperature sensor wire shall be as follows: • 16 feet long if external battery ground box is used with controller foundation. • 8 feet long if external side -mounted cabinet is attached to existing controller cabinet. • 8 feet long if batteries are housed in traffic signal base used for cabinet foundation and batteries are stored on shelf within base. • 8 feet long if stand-alone cabinet is used. Should the temperature sensor fail, the inverter/charger shall not allow the BBU system to overcharge the batteries. The BBU system shall provide an alarm should the temperature sensor fail. Recharge time for the batteries to obtain 80% or more of full battery charge capacity shall not exceed 20 hours at 21 °C (70°F). Batteries shall not be charged when battery temperature exceeds 50°C ±3°C. The BBU system shall monitor battery strings within a system and set a fault indicator if battery voltage falls below normal operating voltage. CITY OF CORPUS CHRISTI PURCHASING DIVISION J. SPECIFICATION NO. 1195 PAGE 9 OF 10 PAGES Date: 12/04/2010 1. External Battery Cabinet. The external cabinet shall be NEMA type 3R all -aluminum with stainless-steel hardware, or approved equivalent. The external cabinet shall be designed to attach on the side of a TS2 size 6 base -mount cabinet. The batteries, inverter, transfer switches, manual bypass and all associated hardware shall be housed in the external cabinet. The external cabinet shall be equipped with proper ventilation, electric fan, and air filter in accordance with TS2 standards. External cabinets will be equipped with a door opening to the entire cabinet. The door shall be attached to the cabinet with a full length stainless steel piano hinge or four, two -bolts per leaf, hinges. The door shall be provided with the same latch and lock mechanism as required for standard traffic signal cabinet. In addition, a padlock clasp will be provided. If external cabinet is used, battery harness shall be at least 8 feet long and sized accordingly with system requirements. Documentation. Operation and maintenance manuals shall be provided. The operation manual shall include a block diagram schematic of all system hardware components. The manual shall include instructions for programming and viewing software features. The manual shall include all uploading/downloading (communications protocol) requirements via RS232 or Ethernet port. Board level schematics shall be provided when requested. Battery documentation and replacement information shall be provided. L. Testing. The Department reserves the right to do testing on BBU systems to ensure Quality Assurance on unit before installation and random sampling of units being provided to the State. BBU systems that fail will be taken off the Qualified Products List (QPL). Department QPL testing procedures will check compliance with all the criteria of this specification including the following: • Event logging for fault/alarm conditions • Demonstrated use of one or more of the operating methods described in section 3.A CITY OF CORPUS CHRISTI PURCHASING DIVISION SPECIFICATION NO. 1195 PAGE 10 OF 10 PAGES Date: 12/04/2010 • Testing of ability to power a 700W load for 4 hours, transfer to flash mode and power a 300W load for 2 additional hours, at an ambient temperature of +25°C. • Testing of all components in environmental chamber (temperature ranges from 30°C to +74°C) following NEMA TS2 2003 standards, section 2. M. Warranty, Maintenance and Support. The manufacturer shall provide a 5 year full replacement warranty on all components of the BBU system except batteries. Batteries shall be warranted for full replacement for 5 years. Batteries shall be defined as bad if they are not able to deliver 80% of battery rating. 4. Measurement. This Item will be measured by each BBU system installed. 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "BBU System" of the type (type of signal controller, cabinet-, ground box-, or stand-alone-, mounted batteries) specified. This price is full compensation for furnishing, installing, and testing the completed installation, BBU system and associated equipment, mounting hardware, software, and conductors, and equipment, labor, tools, and incidentals. New battery ground boxes will be paid for under Item 624, "Ground Boxes". 2004 Specifications SPECIAL SPECIFICATION 6007 Removing Traffic Signals 1. Description. Remove, store, and salvage traffic signals. 2. Construction. Traffic signals must remain in operation during construction until their removal as directed. The Contractor will not be responsible for maintenance of the signals during this period of operation. Remove existing electrical services, pedestal poles, strain poles, mast arm pole assemblies, luminaires, signal heads, controllers, cables, and other accessories. Remove materials so that damage does not occur. Remove and store items designated for reuse or salvage at locations shown on the plans or as directed. Remove abandoned concrete foundations to a point 2 ft. below final grade. Backfill hole with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3. Measurement. This Item will be measured as each signalized intersection salvaged. A signalized intersection is a group of signals operated by a single controller. 4. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Removing Traffic Signals." This price is full compensation for removing the various traffic signal components; removing the foundations; disposal of unsalvageable material; hauling; and equipment, labor, tools, and incidentals. 1-1 6007 09-04 6025 Special Specification 6025 Radar Presence Detection Device Texas Icpartment or Transportation 1. DESCRIPTION Furnish and install radar presence detection devices (RPDD) as shown on the plans. The RPDD must continuously detect stationary vehicles, including motorcycles. An RPDD detects vehicles by transmitting electromagnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the RPDD. The returned signals are then processed to determine traffic parameters. 2. MATERIALS 2.1. General Requirements. 2.1.1. Sensor Outputs. The RPDD shall transmit real-time presence data from up to 10 lanes, depending on mounting location and lane widths. The RPDD shall support a minimum of eight detection zones. The RPDD shall support a minimum of eight detector channel outputs and have user -selectable channel assignments. The RPDD shall use 'OR' or `AND' logic gates to map a single zone to multiple channel outputs, and shall have channel output extend and delay functionality. The RPDD algorithms shall mitigate detections from wrong -way or cross traffic. The RPDD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 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. 2.2. Detectable Area. 2.2.1. Detection Range. The RPDD shall be able to detect and report presence in lanes with boundaries as close as 6 ft. (1.8 m) from the base of the pole on which the RPDD is mounted. The RPDD shall be able to detect and report presence in lanes located within the 140 ft. (42.7 m) arc from the base of the pole on which the RPDD is mounted. 2.2.2. Field of View. The RPDD shall be able to detect and report presence for vehicles within a 90 degree field of view. 2.2.3. Lane Configuration. The RPDD shall be able to detect and report presence in up to 10 lanes. The RPDD shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.3. System Hardware. Unless otherwise shown in the plans, use one RPDD corner radar per approach to be detected. 1 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 6025 2.3.1. Preassembled Backplate. Each RPDD shall have a traffic cabinet preassembled backplate with the following: • AC/DC power conversion • Surge protection (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.) • Terminal blocks for cable landing • Communication connection points The preassembled backplate for the RPDD shall be a cabinet side mount or rack mount. 2.3.2. Contact Closure Input File Cards. The RPDD shall use contact closure input file cards with 2 or 4 channel capabilities. The contact closure input file cards for the RPDD shall be compatible with industry standard detector racks. 2.3.3. Cabling. The cable end connector shall meet the MIL -C-26482 specification and shall be designed to interface with the appropriate MIL -C-26482 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter (0.D.) of this jacket shall be within the backshell's cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. The cable shall conform to the following specifications: • The RS -485 conductors shall be a twisted pair. • The RS -485 conductors shall have nominal capacitance conductor to conductor of less than 71 pF/Ft at 1 Khz. • The RS -485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/(304.8 m) at 68°F (20°C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/(304.8 m) at 68°F (20°C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. ▪ The wire shall be a single continuous home -run cable with no splices allowed and terminated only in the junction box provided by the manufacturer and in the traffic signal cabinet at the other end. The cable O.D. shall not exceed 0.4 inches. The cable length shall not exceed 2000 ft (609.6 m) for the operational baud rate of RS -485 communications (9.6 Kbps). If 12 VDC is being supplied for the RPDD then the cable length shall not exceed 90 ft. (27.4 m). If 24 VDC is being supplied for the RPDD then the cable length shall not exceed 500 ft. (182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 2.4. Radar Design. The RPDD shall be designed with a matrix of radars. 2.4.1. Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthe- sizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated 2 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 6025 modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. The RPDD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. The bandwidth of the transmit signal of the RPDD shall not vary by more than 1°/0 under all specified operating conditions and over the expected life of the RPDD. 2.4.2. Antenna Design. The RPDD antennas shall be designed on printed circuit boards. The vertical beam width of the RPDD at the 6dB points of the two-way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPDD two-way antenna pattern shall be -40dB or less. 2.4.3. Resolution. The RPDD shall transmit a signal with a bandwidth of at least 245 MHz, which provides for a resolution of 2 feet. 2.4.4. RF Channels. The RPDD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 2.4.5. Verification. The RPDD shall have a self -test that is used to verify correct hardware functionality. The RPDD shall have a diagnostics mode to verify correct system functionality. 2.5. Physical Properties. The RPDD shall not exceed 4.2 lbs. (1.9 kg) in weight. The RPDD shall not exceed 13.2 in. by 10.6 in. by 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. All external parts of the RPDD shall be ultraviolet -resistant, corrosion -resistant, and protected from fungus growth and moisture deterioration. 2.5.1. Enclosure. The RPDD shall be enclosed in a Lexan, Makrolon, or other approved polycarbonate material. The enclosure shall be classified 11" outdoor weatherability in accordance with UL 7460. The RPDD shall be classified as watertight according to the NEMA 250 Standard. The RPDD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External Icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7) • 4X Corrosion Protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The RPDD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. The RPDD enclosure shall include a connector that meets the MIL -C-26482 specification. The MIL -C-26482 connector shall provide contacts for all data and power connections. 2.6. Power. The RPDD shall consume less than 10 W. 3 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 6025 The RPDD shall operate with a DC input between 9 VDC and 28 VDC. 2.7. Communication Ports. The RPDD shall have two communication ports, and both ports shall communicate independently and simultaneously. The RPDD shall support the upload of new firmware into the RPDD's non-volatile memory over either communication port. The RPDD shall support the user configuration of the following: • Response delay • Push port The communication ports shall support at least a 9600 bps baud rate. 3. CONSTRUCTION 3.1. Manufacturing. The internal electronics of the RPDD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC -A -610C Class 2, Acceptability of Electronic Assemblies. The RPDD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: • Functionality testing of all internal sub -assemblies • Unit level burn -in testing of duration 48 hours or greater • Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased RPDD by serial number, upon request. 3.2. Configuration. 3.2.1. Auto -Configuration. The RPDD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto -configuration process shall execute on a processor internal to the RPDD and shall not require an external PC or other processor. The auto -configuration process shall work under normal intersection operation and traffic conditions and may require up to ten vehicles to pass through each lane to complete. 3.2.2. Manual Configuration. The auto -configuration method shall not prohibit the ability of the user to manually adjust the RPDD configuration. The RPDD shall support the configuring of lanes, stop bars and detection zones in 1 -ft. (0.3-m) increments. 3.2.3. Windows Mobile® -Based Software. The RPDD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. The graphical interface shall operate on Windows Mobile, Windows XP and Windows Vista in the .NET framework. The software shall support the following functionality: • Operate over a TCP/IP connection • Give the operator the ability to save/back up the RPDD configuration to a file or load/restore the RPDD configuration from a file • Allow the backed -up sensor configurations to be viewed and edited 4 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 6025 • Provide zone and channel actuation display • Provide a virtual connection option so that the software can be used without connecting to an actual sensor • Local or remote sensor firmware upgradability 3.3. Operating Conditions. The RPDD shall maintain 95% accuracy of 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. The RPDD shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). The RPDD shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing). 3.4. Testing. 3.4.1. FCC. Each RPDD shall be Federal Communications Commission (FCC) certified under CFR 47, Part 15, section 15.249 as an intentional radiator. The FCC certification shall be displayed on an external label on each RPDD according to the rules set forth by the FCC. The RPDD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPDD. 3.4.2. NEMA TS2-2003 Testing. The RPDD shall comply with the applicable standards stated in the NEMA TS2- 2003 Standard. Third party test results shall be made available for each of the following tests: • Shock pulses of 10g, 10 ms half sine wave • Vibration of 0.5 Grms up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature storage at -49°F (-45°C) for 24 hours • High temperature storage at 185°F (85°C) for 24 hours • Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC • Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 VDC • High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC • High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC 3.5. Support. The RPDD manufacturer shall provide both training and technical support services. 3.5.1. Training. The manufacturer -provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPDD to ensure accurate RPDD performance. The manufacturer -provided training shall consist of comprehensive classroom labs and hands-on, in -the - field, installation and configuration training. Classroom lab training shall involve presentations outlining and defining the RPDD, its functions, and the procedures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPDD. To facilitate the classroom presentation and hands-on labs, the manufacturer -provided training shall include the following items: • Knowledgeable trainer or trainers thoroughly familiar with the RPDD and its processes. • Presentation materials, including visual aids, printed manuals and other handout materials for each student. 5 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 6025 • Computer files, including video and raw data, to facilitate the virtual configuration of the RPDD. • Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. • All other equipment necessary to facilitate the virtual configuration of the RPDD. Field training shall provide each trainee with the hands-on opportunity to install and configure the RPDD at roadside. Training shall be such that each trainee will mount and align the RPDD correctly. 3.5.2. Technical Assistance. Manufacturer -provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and auto -configuration of each supplied RPDD. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDDs should such services be required. During the warranty period, technical support shall be available from the supplier via telephone within 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. Ongoing software support by the supplier shall include firmware updates for the RPDD processor unit and external software needed to set-up and operate the RPDD system. These updates shall be provided free of charge during the warranty period. The update of the RPDD software shall be tested and approved by the engineer before installation. 3.6. Documentation. RPDD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick -reference guide and a user quick -reference guide. The RPDD manufacturer shall supply the following documentation and test results at the time of the bid submittal: • FCC CFR 47 certification (frequency compliance) • IED 6100-4-5 class 4 test report (surge) 4. WARRANTY The RPDD system will be warranted to be free from material and workmanship defects for a period of five (5) years from the date of installation. 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. Product repair or replaced under warranty by the supplier will be returned with transportation prepaid 5. MEASUREMENT The radar presence detector will be measured as each detector furnished, installed, and made fully operational. The radar presence detector communication cable will be measured by the linear foot of cable furnished installed and made fully operational. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for under the unit bid price for 'Radar Presence Detector" or "Radar Presence Detector Communication Cable." This is full price for furnishing, installing, and establishing a connection to each RPDD. Any tools or incidentals needed to accomplish this will not be paid for separately, but will be considered subsidiary to this bid Item. 6 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 688 Item 688 Pedestrian Detectors and Vehicle Loop Detectors * ® Texas Department of Transportation 1. DESCRIPTION Furnish and install traffic signal detectors. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirments of the following Items: • Item 618, "Conduit" • Item 624, "Ground Boxes' • Item 682, 'Vehicle and Pedestrian Signal Heads" • Item 684, 'Traffic Signal Cables" 2.1. Pedestrian Detectors. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. Supply adapters of the same material and construction as the housing. 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. Ensure the intemal components provide a push-button with normal open contacts, and include all electrical and mechanical parts required for operation. Ensure the push-button assembly is weather -tight and tamperproof, is designed to prevent an electrical shock under any weather condition, and has provisions for grounding in accordance with the NEC. 2.1.1. Standard Pedestrian Detectors. Provide a 2 -piece cast aluminum housing unit consisting of a base housing and a removable cover. Provide threaded holes for 0.5 -in conduit in the housing for any necessary conduit attachment. Ensure the manufacturer's name or trademark is located on the housing. 2.1.2. Accessible Pedestrian Signals (APS). Provide accessible pedestrian detectors in accordance with DMS -11132, 'Accessible Pedestrian Signals (APS)." 2.2. Vehicle Loop Detectors. Use stranded copper No. 14 AWG XHHW cross -linked -thermosetting - polyethylene -insulated conductor rated for 600 volts AC for vehicle detector loop wire unless otherwise shown on the plans. Ensure each length of wire shows the name or trademark of the manufacturer, insulation voltage rating, wire gauge, and insulation type at approximate 2 -ft. intervals on the insulation surface. When shown on the plans, use flexible vinyl or polyethylene tubing with 0.184 in. minimum inside diameter, 0.031 in. minimum wall thickness, 0.26 in. maximum outside diameter, and a smooth bore. Use tubing that does not adhere to the loop wire in any way and is capable of resisting deterioration from oils, solvents, and temperatures up to 212°F. Use tubing that is abrasion -resistant and remains flexible from —22°F to 212°F. Use orange or red tubing unless otherwise shown on the plans. Use sealant for the vehicle detector loops in accordance with DMS -6340, 'Vehicle Loop Wire Sealant." 854 688 3. CONSTRUCTION 3.1. Pedestrian Detectors. 3,1.1. Push -Button Unit. Meet the requirements of the TMUTCD when installing push -buttons. Wire the push- button according to manufacturer's installation instructions. Close unused housing openings with a weather- tight closure painted to match the housing. Verify that each button is communicating and fully functional. Do not use terminal connections or splice wire leads except at approved locations. All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturers recommendations. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Mount a pedestrian push button sign near each push button as shown an the plans. For installations where APS buttons are placed less than 10 ft. apart from one another, program the appropriate speech walk message (include the name of the appropriate street in the message) for these buttons. When 2 APS buttons are installed on the same pole ensure that the APS buttons are insulated to eliminate vibrations from traveling to the other button. 3.1.2. Controller Unit. If a controller unit is required by the plans, integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. 3.2. Vehicle Loop Detectors. Provide the loop location, configuration, wire color, and number of turns shown on the plans. Loops may be adjusted by the Engineer to fit field conditions. 3.2.1. Saw -Cuts. Cut the pavement with a concrete saw to form neat lines. Do not exceed 1 in. depth on concrete bridge slab saw -cuts. Cut all other saw -cuts deep enough to provide a minimum of 1 in. depth of sealant over the wire. Make a separate saw -cut from each loop to the edge of the pavement unless otherwise shown on the plans. Ensure the cut is clean and dry when the wire and sealant are placed. 3.2.2. Conduit. Place conduit between the pavement and ground box as shown on the plans. 3.2.3. Loop Wire Color. Use the following color code unless otherwise shown on the plans. Use white for the first loop on the right followed by black, orange, green, brown, and blue. Use the same color for all loops in the same lane. Loops installed in multi -lanes will have the same color code in the order the loops are installed. When facing the same direction that traffic flows, the color code will read from right to left for all lanes carrying traffic in that direction. If traffic moves in 2 directions, the color code will be repeated for the other direction of traffic. 3.2.4. Loop Wire Installation. When shown on the plans, place the loop wire in a flexible vinyl or polyethylene tubing in accordance with Article 688.2., "Materials.' The loop wire color requirements do not apply to wires in tubing. Twist the wire from the loop to the ground box a minimum of 5 turns per foot. When only one pair of wires is in a saw -cut, it need not be twisted while in the saw -cut. Do not splice loop wire in the loop or in the run to the ground box. Hold the loop wire in place every 2 ft. with strips of rubber, neoprene flexible tubing, or polyethylene foam sealant approximately 1 in. long. Leave these strips in place and fill the slot with loop sealant. Splice the loop lead-in cable and loop detector wires only in the ground box near the loop it is serving. Use non -corrosive solder for splices and ensure the splice is watertight. Ground the drain wire of the loop lead-in 855 688 cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm, 4. MEASUREMENT This Item will be measured by the foot of saw -cut containing loop wire and each pedestrian push-button and controller unit. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Vehicle Loop Detectors" of the type specified, 'Pedestrian Detector Push-button Units" of the type specified or "Pedestrian Detector Controller Unit." This price is full compensation for furnishing, installing, and testing the detectors, detector controller units, including detector configuration devices or software (when applicable); saw -cutting, excavation, backfill, sealant, and sealant placement; pavement repair associated with saw -cutting; and materials, equipment, labor, tools, and incidentals, except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly but will be subsidiary to this Item. New ground boxes will be paid for under Item 624, "Ground Boxes.' New loop lead-in cable will be paid for under Item 684, 'Traffic Signal Cables.' 856 APPENDICES • Appendix 1: Geotechnical Study (Rock Engineering 5-15-14) • Appendix 2: SWPPP — Notice of Intent Form APPENDIX 1 Geotechnical Report (Rock Engineering 5-15-14) May 15, 2014 RVE, Inc. 820 Buffalo Street Corpus Christi, Texas 78401 Attention: Mr. D. Scott Jones, P.E., Civil Group Manager • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION AND LABORATORY TESTING PROGRAM AND PROVISION OF PAVEMENT RECOMMENDATIONS FOR THE PROPOSED GOLLIHAR RD. — WEBER RD. TO KOSTORYZ RD. (BOND 2014) City of Corpus Christi Project No(s). E13088 and E13089 Corpus Christi, Texas RETL Job No. — G114122 Dear Mr. Jones, 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 RVE, Inc. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL) would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6617 LEOPARD STREET • CORPUS CHRISTI, TEXAS. 78409-1 703 OFFICE: (361) 883-4555 - FAX: (361) 883-4711 10856 VANDALE ST. SAN ANTONIO TEXAS 78216-3625 OFFICE: (210) 495-8000 ' FAX: (210) 495-8015 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND PROVISION OF PAVEMENT RECOMMENDATIONS FOR THE PROPOSED GOLLIHAR ROAD — WEBER ROAD TO KOSTORYZ ROAD (BOND 2014) (CITY OF CC PROJ. NO(S). E13088 AND E13089) CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G114122 PREPARED FOR: RVE, INC. 820 BUFFALO STREET CORPUS CHRISTI, TEXAS 78401 MAY 15, 2014 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION NO. - 2101 t tiff . OF T i tt 1 * ;, . MARK C. ROCK Si 4.0' 71395 '1; liffeee>1?4-G I S T E-�0'a' '. Mark C. Rock, P.E. Vice President of Operations # *: ': r CHRISTOPHER A. ROCK 0 . Y-• r 95866 .45 VlONAL�NG C ristopher A. Rock, P.E. Vice President Corpus Christi TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 5 Field Tests and Measurements 5 LABORATORY TESTING PROGRAM 6 SUBSURFACE CONDITIONS 6 General 6 Soil Conditions 7 Groundwater Observations 8 OSHA Soil Type Classification 9 PAVEMENT RECOMMENDATIONS 10 Routine Maintenance of Rigid & Flexible Pavement Systems14 Earthwork and Foundation Acceptance 15 Dewatering Construction Considerations 15 GENERAL COMMENTS 15 APPENDIX Boring/Core Location Plans Boring Logs B-01 through B-11 Key to Soil Classifications and Symbols May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 INTRODUCTION This report presents the results of a soils exploration for the proposed Gallihar Road with project limits from Weber Road to Kostoryz Road to be constructed in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and RVE, Inc. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P103013A (Revision No. 1) dated March 14, 2013. The proposal was approved and referenced in a RVE, Inc. Sub - Consultant Services Agreement executed on April 1, 2014. Purpose and Scope Based on information provided to RETL, the proposed project will include the reconstruction of the existing 4 travel lane roadway. The roadway will include a continuous left turn lane and bike lanes on each side. It is understood that the profile grade line of the roadway will be lowered approximately 6 -inches. In addition, new storm box culverts plus local laterals will be installed approximately 13 to 18 -feet below finished pavement, new waste water lines will be installed approximately 8 to 10 -feet below finished pavement and new water lines will be installed approximately 4 to 6 -feet below finished pavement. RETL performed the following: • Evaluation of the subsurface soils within the limits of the proposed roadway rehabilitation project by obtaining information on the in-situ soils and groundwater conditions to provide flexible and rigid pavement sections suitable for 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 utilizing the recycled existing pavement. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide this recommendation in this report. • Provide soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. In addition, prospective contractors will utilize the information provided in this report during the bidding process. 1 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 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 RVE, Inc. and the soil information obtained at the sample locations. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics and engineering geology. No warranties are expressed or implied. This report has been prepared for the exclusive use of the City of Corpus Christi and RVE, Inc. for the specific application for the proposed Gollihar Road with project limits from Weber Road to Kostoryz Road to be constructed in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included performing the soil borings and determining strength and classification of the subgrade soils samples obtained. A summary of the field investigation performed for the Gollihar Road is provided in the tables below: 2 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 GOLLIHAR ROAD WEBER ROAD TO KOSTORYZ ROAD; CORPUS CHRISTI, TEXAS Depth of HMAC & Flexible Base Material Boring/Core Number Boring Depth (ft) Location Depth of HMAC (in) Depth of Base (in) B-01 20 N 27° 44.283' W 970 24.400' Gollihar Road; 100' E from Kostoryz Rd.; 15' from south edge of pavement; Inside EBL 4.00 6.00 B-02 5 N 27° 44.247' W 97° 24.315' Gollihar Road; 500' E from Kostoryz Rd.; 5' from north edge of pavement; Outside WBL 7.00 8.50 B-03 20 N 27° 44.197' W 97° 24.217' Gollihar Road; 30' E from Laura PI.; 15' from north edge of pavement; Inside WBL 5.50 9.00 B-04 5 N 27° 44.166' W 97° 24.154' Gollihar Road; 100' W from Moravian Dr.; 5' from south edge of pavement; Outside EBL 5.50 10.00 B-05 20 N 27° 44.132' W 970 23.074' Gollihar Road; 40' E from Kosarek Dr.; 5' from north edge of pavement; Outside WBL 5.00 10.00 B-06 5 N 27° 44.071' W 97° 23.968' Gollihar Road; 100' E from Carroll Ln.; 6' from south edge of pavement; Outside EBL 7.00 8.00 B-07 20 N 27° 44.030' W 97° 23.876' Gollihar Road; 100' E from Kasper St.; 20' from south edge of pavement; Turn Lane 4.00 7.50 B-08 5 N 27° 44.007' W 97° 23.820' Gollihar Road; 200' E from Willow St.; 15' from north edge of pavement; Inside WBL 5.50 9.50 B-09 20 N 27° 43.956' W 970 23.725' Gollihar Road; 200' W from Sequoia St.; 15' from south edge of pavement; Inside EBL 6.25 8.00 B-10 5 N 27° 43.935' W 97° 23.669' Gollihar Road; 40' E from Sequoia St.; 5' from north edge of pavement; Outside WBL 6.00 12.00 B-11 20 N 27° 43.886' W 97° 23.584' Gollihar Road; 100' W from Weber Rd.; 15' from south edge of pavement; Inside EBL 4.75 6.25 3 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 GOLLIHAR ROAD WEBER ROAD TO KOSTORYZ ROAD; CORPUS CHRISTI, TEXAS Depth of HMAC & Flexible Base Material Boring/Core Number Boring Depth (ft) Location Depth of HMAC (in) Depth of Base (in) C-12 --- N 27° 44.283' W 97° 24.402' Gollihar Road; 70' E from Kostoryz Rd.; 6' from north edge of pavement; Outside WBL 6.25 9.75 C-13 --- N 27° 44.263' W 97° 24.363' Gollihar Road; 350' E from Kostoryz Rd.; 5' from south edge of pavement; Outside EBL 5.00 12.00 C-14 --- N 27° 44.228' W 97° 24.279' Gollihar Road; Intersection of Gollihar Rd. & Randall Dr.; Turn Lane 3.50 9.00 C-15 --- N 27° 44.184' W 97° 24.193' Gollihar Road; 50' W from Kirkwood Dr.; 15' from south edge of pavement; Inside EBL 5.00 12.00 C-16 --- N 27° 44.148' W 97° 24.108' Gollihar Road; 50' E from Moravian Dr.; 15' from north edge of pavement; Inside WBL 4.50 12.50 C-17 --- N 27° 44.103' W 97° 23.016' Gollihar Road; 150' W from Carroll Ln.; 5' from north edge of pavement; Outside WBL 5.00 13.50 C-18 --- N 27° 44.047' W 97° 23.914' Gollihar Road; 100' W from Kasper St.; 15' from south edge of pavement; Inside EBL 4.25 9.50 C-19 --- N 27° 44.020' W 97° 23.851' Gollihar Road; 50' E from Willow St.; 15' from north edge of pavement; Inside WBL 4.50 9.00 C-20 --- N 27° 43.981' W 97° 23.781' Gollihar Road; 750' E from Kasper St.; 6' from south edge of pavement; Outside EBL 4.50 9.00 C-21 --- N 27° 43.949' W 97° 23.705' Gollihar Road; 150' W from Sequoia St.; 15' from north edge of pavement; Inside WBL 5.50 8.25 C-22 --- N 27° 43.916' W 97° 23.645' Gollihar Road; 500' W from Weber Rd.; 6' from south edge of pavement; Outside EBL 6.00 9.25 Average Thickness of Existing Pavement Constituents (in) 5.25* 9.50* `These values were rounded to the nearest'/4-inch. Where: EBL = East Bound Lane WBL =West Bound Lane 4 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 The thicknesses of the existing pavement constituents provide an opportunity to utilize the salvaged material into the proposed rehabilitation roadway. The borings performed for this project were used to determine the classification and strengths of the in-situ soils, groundwater observations and thickness of existing pavement constituents. The information obtained on the boring logs includes boring location, boring depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test results, groundwater observations and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. Drilling and Sampling Procedures At each boring location, pavement cores were performed to provide access to the subsurface soils. The pavement cores were obtained using a coring machine equipped with a diamond bit to penetrate the existing pavement constituents to a depth the subgrade soils were encountered. Once the pavement constituents were penetrated and the existing pavement constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586).' Undisturbed soil samples were obtained using thin- wall tube sampling procedures in accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587).' The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. 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. 5 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations at the boring locations were not provided. Therefore, all depths referred to in this report are from the actual ground surface elevations 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 Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs and test reports provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration 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. 6 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the design parameters recommended for use when designing of braced excavations are provided in the following table: Soil Profile Table D Description LL PI C 4) ye Ka Kp 0-1.2* Ex. HMAC Pavement Not Applicable 1 2-12 Lean/Fat CLAY & CLAYEY Sand 23-56 8-37 1,900 0 120 0.40 2.5 12-15 Silty SAND/Silty Clayey SAND & Poorly Graded SAND ___ --- 0 31 115 0.32 3.1 15-20 Silty SAND/Silty Clayey SAND & Poorly Graded SAND __ --- 0 30 55 0.33 3.0 *The thickness of the existing pavement provided in the table above reflects the average thickness of the existing pavement sections encountered. Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf Ka = Active Earth Pressure Coefficient Kp = Passive Earth Pressure Coefficient Exceptions to the generalized soil conditions provided in the table above were observed. Detailed descriptions of the soils encountered within the project limits and the sample locations are provided in this report and on the boring logs included in the Appendix. 7 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Composite base samples were subjected to Atterberg limits tests to determine the plasticity. The liquid limit (LL) ranged from 27 to 28 -percent and the plasticity indices (PI) ranged from 10 to 13. The base material encountered and tested for plasticity indicates that this base material would be acceptable for use as sub -base in a flexible pavement section or for use as cement treated base material in a rigid pavement section. 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. 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 4-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-01 15' GW at 16' and Caved at 16.5' B-02* Dry Dry and Open B-03 13' Dry and Caved at 10' B-04* Dry Dry and Open B-05 13' Dry and Caved at 10.5' B-06* Dry Dry and Open B-07 15' GW at 16' and Caved at 16.5' B-08* Dry Dry and Open B-09 18' GW at 16' and Caved at 16.5' B-10* Dry Dry and Open B-11 13.5' Dry and Caved at 16` 8 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. *Borings were terminated at a depth of 5 -feet. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Based on measurements made in the field and moisture contents obtained in the laboratory, it appears that groundwater at this site, during the time of our field investigation, will be encountered near the 13 to 15 -foot depth. The groundwater observations provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: D DESCRIPTION OSHA SOIL TYPE CLASSIFICATION 0-12 Stiff to Very Stiff Lean/Fat CLAY/CLAYEY Sand Above the Water Table Type B yp 12-20 Silty SAND/Silty Clayey SAND/Poorly Graded SAND Generally below the Water Table Type C It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4 Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 11/2 Horizontal : 1 Vertical 9 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 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 the reconstruction of the existing 4 travel lane roadway. The roadway will include a continuous left turn lane and bike lanes on each side. It is understood that the profile grade line of the roadway will be lowered approximately 6 -inches. In addition, new storm box culverts plus local laterals will be installed approximately 13 to 18 -feet below finished pavement, new waste water lines will be installed approximately 8 to 10 -feet below finished pavement and new water lines will be installed approximately 4 to 6 -feet below finished pavement. In designing the proposed roadway, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon local experience and soil classification, the estimated CBR and K values for the natural predominately low to moderately plastic clay soils encountered at this site in the upper 5 -feet is 5 and 138 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 2044 traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations: 10 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 • 100% Design Lane Traffic Distribution • Terminal Serviceability Index — 2.5 • Most Recent ADT Provided by City of Corpus Christi — 13,494 Bi -Directional (02/13/2012) If the owner or consultant provides considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental recommendations are warranted. ADT numbers provided and calculated for 30 -years, calculated 18 -kip Equivalent Single Axle Loads (ESAL) and calculated required structural number are provided in the table below for 30 -year pavement designs: GOLLIHAR ROAD (Weber Rd. to Kostoryz Rd.) 30 -Year Design (2044) ADT 02/13/2012 (Bi -Directional) 13,494 Design Lane ADT (with 0.6% growth) 8,171 Percent Trucks 4% Calculated Flexible ESAL's 1,562,730 Calculated Rigid ESAL's 1,840,920 Required Minimum Structural Number (SN) 4.10 Rigid Pavement Thickness (in) 8" 2012 ADT, percent growth and percent trucks were provided by the City of Corpus Christi. 11 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Recommended Pavement Sections — Gollihar Road (Weber Rd. to Kostoryz Rd.) 30 -Year Design Life — Required SNso = 4.10 Pavement Constituent Section No. 1 Section Na. 2 Section Na. 3 Section No. 4 Section No. 5 Section No. 6 Rigid Section No. 7 Rigid Concrete Pavement N/A N/A N/A N/A N/A N/A 8" HMAC Type D 4" 4" 2" 4" 4" 2" 1" HMAC Type B --- --- 3" --- --- 3" --- Limestone (Type A Gr. 1) 7" 9" 10" 8" 7" 9" 6"* Tensar Geogrid TX -5 No No No TX -5 TX -5 TX -5 No Tensar Geogrid BX1100 BX1100 BX1100 BX1100 No No No No Lime Stabilized Subgrade (3%%) 8„ --- 8" Salvaged Base Material 8" --- --- --- 8" --- --- Calculated SN 4.10 4.22 4.14 4.22 4.23 4.23 N/A *6 -inches of cement stabilized salvaged base material may be used in lieu of crushed limestone. After all surface organics, deleterious materials and existing roadway materials have been removed to the desired subgrade elevation, the upper 12 -inches of exposed subgrade shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Any soft areas identified shall be removed and properly recompacted in place. Where specified in the table above, lime placement and mixing operations should be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Lime shall be mixed with the natural in-situ soils at a rate of 3Y2 -percent based on the maximum dry unit weight of the raw subgrade soils, as determined by the standard Proctor (ASTM D698). After proper curing time, usually 48 to 72 hours, the lime stabilized soils should be remixed and compacted to a minimum density of 98 -percent of the maximum dry unit weight of the lime stabilized subgrade soils, as determined by a standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. 12 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Where specified in the table above, when the existing pavement constituents are properly salvaged, stockpiled and replaced in accordance with 2004 TxDOT Specification Item 305; Salvage, Stockpile and Replace may be utilized. The salvaged base material shall be compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698), and within 11/2 - percent of the optimum moisture content. If the existing salvaged pavement constituents are utilized in the Rigid Section No. 7 provided above, then the salvaged pavement constituents will require cement stabilization in accordance with 2004 TxDOT Specification; Item 275; Cement Treatment (Road Mixed) with a minimum of 4 -percent cement based on the maximum dry unit weight of the raw salvaged pavement, as determined by the standard Proctor (ASTM D698), and then compacted in place to a minimum density of 98 -percent of the standard Proctor (ASTM D698) and within 11/2 -percent of the optimum moisture content. RETL recommends that field operations be performed in order to assure that when cement stabilizing the salvaged base material to comply with 2004 TxDOT Specification; Item 275; Cement Treatment (Road Mixed) which limits the amount of asphalt concrete pavement to no more than 50 -percent of the mix. Where specified in the tables above, upon completion of the raw subgrade preparation, or lime stabilization of the subgrade soils, whichever is applicable, a layer of the specified geogrid shall be placed on the properly prepared raw subgrade or lime stabilized subgrade and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the project engineer or manufacturer, whichever is greater. The geogrid shall be placed in accordance with the manufacturer's recommendations. The flexible base materials utilized shall meet the minimum physical requirements for TxDOT Item 247, Type A, Grade 1. Base materials in flexible pavement areas should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 98 - percent of the maximum dry density, as determined by the modified Proctor test (ASTM D1557), and within 1 -percent of the optimum moisture content. Note that the compaction requirement for the Type A Grade 1 crushed limestone base material in the Rigid Pavement Section No. 7 shall require that the base material be compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698), and within 11/2 -percent of the optimum moisture content. RETL recommends placing a single course seal coat or a prime coat (MC -30 or AE -P) on the finished base material prior to placing the HMAC surface courses. A seal coat should be utilized if opened to traffic. Hot mix asphaltic concrete shall meet the requirements set forth in TxDOT Item 340; Type D and Type B surface and base courses, respectively. Minimum and maximum thickness of HMAC placement for the types of HMAC recommended are provided in the following table: 13 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Minimum/Maximum Recommended HMAC Compacted Lift Thickness HMAC Mixture Type Minimum Compacted Lift Thickness Maximum Compacted Lift Thickness Type 6 HMAC 2.5" 5" Type D HMAC 1.5" 3" Any other pay items not specifically referenced shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2004 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES." Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a mean concrete modulus of rupture of 620 psi (4,000 psi compressive strength concrete). Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based on 18 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance, moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. 14 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. Earthwork and Foundation Acceptance GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and the pavement, utilities, boxes and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. Backfill materials should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content should be maintained within -1 to +3 -percent of the optimum moisture content. The Geotechnical Engineer or his designated representative should monitor the placement of roadway constituents, bedding material, backfill and backfill behind the curb. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it appears that dewatering may be required, when installing the proposed underground utility lines to depths near 12 -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. 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. 15 of 16 May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 16 of 16 APPENDIX BORING/CORE LOCATION PLAN May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 BORING/CORE LOCATION PLAN May 15, 2014 RVE, Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi, Texas RETL Job No.: G114122 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 BORING/CORE LOCATION PLAN May 15, 2014 RVE. Inc. Attn: Mr. Scott Jones, P.E. GOLLIHAR ROAD Weber Rd. to Kostoryz Rd.; Corpus Christi. Texas RETL Job No.: G114122 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 LOG OF BORING B-01 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone. (361)883-4555 Fax: (361) 883-4711 CLIENT. RVE, Inc. PROJECT: Prop. Goliihar Road Project LOCATION: Goliihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04/07114 - 04107114 FIELD DATA LABORATORY DATA SOIL SYMBOL E a u, SAMPLE NUMBER U7 W o_ MOISTURE CONTENT (%) ATTERBERG 1 LIMITS to 5 a J U r— rA LL PL PI DRY DENSITY POUNDS/CU.FT MINUS NO. DRILLING METHOD(S): Ho'Iow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 15' during drilling operations. GW at 16' and caved at 16.5' upon completion of driiling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM c� 8 N 1, SS 3-1 SS S-2 SS S-3 SH S-4 ss 5-5 " SS S-6 15 - Ss 8-7 20 - N= 11 N= 4 N= 9 P= 3.5 18 17 14 39 14 29 1 12 N= 6 N= 14 11 18 25 17 114 2.0 47 40 _\ASPHALT (4.00" \BASE MATERIAL (6.00" Z CLAYEY SAND dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray, firm. (SC) Same as above, brown, stiff. CLAYEY SAND brown, moist, very stiff. (SC) SILTY CLAYEY SAND brown, moist, loose. Same as above, medium. l N= 14 20 60 SANDY LEAN CLAY, brown, moist, stiff. Boring was terminated at a depth of 20 -feel. N - STANDARD PENETRATION TEST RESISTANCE o P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH v 1 REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 44.283' W 97' 24.400'. Boring Loca cin Goliihar Road; 100' E from Kostoryz Rd. 15' from south edge of pavement; Inside east bound lane LOG OF BORING B-02 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi. TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04/16/14 - 04/16/14 FIELD DATA LABORATORY DATA SOIL SYMB 1 PLE NUMBER MOISTURE CONTENT ATTERBERG LIMITS a W 0 J E (J 0 g LL PL COMPRESSIVE MINUS NO. DRILLING METHOD(S): Hollow Siena Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during dolling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM 0 z 4 c SS S-1 SS S•2 ASPHALT (7.00") BASE MATERIAL (8.501 1 N= 14 N= 20 16 12 23 12 11 42 CLAYEY SAND, brown, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, very stiff, (SC) Sand seam encountered. 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 RETL at GPS Coord. N 27' 44.247' W 97° 24.315'. Boring Location: Gollihar Road; 500' E from Kostoryz Rd.; 5' from north edge of pavement: Outside west bound lane LOG OF BORING B-03 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 863-4555 Fax: (361) 883-4711 LABORATORY DATA SOIL SYMBOL 3 S 0 0 CO 0 J w 5 10 - 15 - 20 SAMPLE NUMBER S5 s-1 SS S-2 SS 8-3 SS S-4 SS S-5 S5 S-6 SS S-7 N w a MOISTURE CONTENT (%) ATT E€BERG IMITS r !LIQUID LIMIT PLASTIC LIMIT 0 U PL PI DRY DENSITY POUNDSICU.FT 7 N zLL 0 Lo z 2 - z vrrnt MINUS NO. 200 SIEVE (% CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04/16114 - 04/16114 DRILLING METHOD(S): Hofow Stem Auger GROUNDWATER INFORMATION: Groundwater {GW) was enCounteted at 13' during drifting operations. Dry and caved at 10' upon completion of drilling operations. SURFACE ELEVATION: N/A N R A N N= 11 N N= 4 N= 8 N= 8 N= 12 N= 13 N= 16 15 11 13 21 14 21 22 30 29 22 22 14 8 14 8 33 40 21 DESCRIPTION OF STRATUM ASPHALT (5.501 BASE MATERIAL (9.00") CLAYEY SAND, brown, dry, stiff. (SC) Presence of rime was not indicated using phenolphthalein, a lime indicating solution. Same as above, firm. Same as above, stiff. (SC) CLAYEY SAND, brown, moist, stiff. Sand seam encountered. Same as above. Same as above. (50) CLAYEY SAND, brown, moist, very stiff. Sand seam encountered. Boring was terminated at a depth of 20 -feet. N - STANDA P - POCKET T - POCKET RD PEKE PENETR TORVAN TRATION METER E SHEAR TES REST STR TR STA ENG ESISTANCE NCE TH REMARKS: Boring depth and location was determined by RET'_. Borir.g operations were performed ay RETL at Gp5 Ceord. N 27° 44.187' w 97° 24.217'. Boring Location: Gollihar Road, 3D E from Laura PI.: 15' from north edge of pavement; Inside westbound lane LOG OF BORING B-04 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St, Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361)883-4711 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04/16/14 - 04!16114 FIELD DATA LABORATORY DATA •g •• •• SAMPLE NUMBER 55 s-1 I5ss 5-2 z ATTERBERG LIMITS J 7 a J U 5 PLASTICITY INDEX LL 35 PL PI 13 22 COMPRESSIVE US NO 200 SIEVE 2 56 DRILLING METHOD(S): Hallow 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 ASPHALT (5.50") BASE MATERIAL (10.00") SANDY LEAN CLAY, dark gray, moist, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. (CL) 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 RETL at GPS Coord. N 27° 44.166' W 97° 24.154'. Boring Location! Gollihar Road; 100' W from Moravian Dr.; 5' from south edge of pavement; Outside east bound lane LOG OF BORING B-05 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04116/14 - 04/16/14 FIELD DATA LABORATORY DATA SAMPLE NUMBER 2 0 0 Fe w 2218 m00�r j752 zo I -a 1- z z 0 0 w 7 ATTERBERG LIMITS ❑ 5 a U ✓ 0 w w ❑ 2 a LL PL PI COMPRESSIVE c7 co z; LOG OF BORING B-06 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (351) 883-4711 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 FIELD DATA LABORATORY DATA R x F Lu ce w z w 0 1— Lu w r z 0 U w y O 2 ATTERBERG LI I DATE(S) DRILLED: 04/16/14 - 04/16/14 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 SS S-1 SS 3-2 ASPHALT t7.O01 BASE MATERIAL (8.00") SANDY LEAN CLAY dark gray, moist, stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. 1— 0 C7 00 m N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH Same as above, very stiff. Boring was terminated at a depth of 5 -feet. REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 44.071' W 97° 23.968' Boring Location: Golihar Road; 100' E from Carroll Ln.; 6' from south edge of pavement: Outside east bound lane LOG OF BORING B-07 SHEET 1 of 1 $ t.�`e Rock Engineering & Testing Lab., Inc. *: O C T% Corps hard T Corpus Christi. 1) 78409-45 ¢P� Telephone: {361} 863 4555 4c Fax: (361) 883-4711 4r `� La CLIENT: RVE, Inc. PROJECT; Prop. Gofiihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX p NUMBER: G114122 DATE(S) DRILLED: 07/07/14 - 04%07/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger IL SYMBOL 'Tli (FT) MPLE NUMBER ;ARLES MOISTURE CONTENT (%) ATTERBERG LIMITS GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 15 during drilling operations.. GW at 16' and caved at 16.5' upon completion of drilling operations. SURFACE ELEVATION: N :LIQUID LIMIT I. _ U aa° X 111 i } L1 1— ? E , Vy = W n.2w z 6 w y ry 3 DESCRIPTION OF STRATUM LL PL Pi o oo a� o N G z 5 (4.00") .` �%D,. \ASPHALT _BASE MATERIAL (7.50'°) V g f/ 4 5 - V - %/ 9io // SS SH 8-2 5r1 5_3 5�t . 5-4 SH 5-5 N= 16 P=4.0 P= 4.0 P= 4.5+ P= 4.5+ 21 22 22 r 9 25 51 56 56 19 22 19 32 34 37 102 , 104 2.7 3.0 76 86 FAT CLAY,, with sand, dark gray, dry, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution, Same as above, brown, moist. (CH) Same as above, slightly slickensided. (CH) FAT CLAY, brown, moist, very stiff. Same as above. (CH) ' 15 - SSN= S-6 S5 S-7 32 — N= 10 25 w 24 I p POORLY GRADED SAND, with silt, brown, moist, medium. Clay seam encountered. Same as above. 20 - Boring was terminated at a depth of 20 -feet. N - STANDARD PENETRATION TEST RESISTANCE si P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Gourd. M 27' 44.030' W 97° 23.876'. Boring Location: Gollihar Road; 1p0' E from Kasper Si.: 20' from south edge of pavement: Turn Lane 2 LOG OF BORING B-08 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361 ) 883-4711 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 44/16/14 - 44/16114 FIELD DATA LABORATORY DATA SOIL SYMBOL i z m 0 ❑ J v_ 1- H w w ss 5-1 55 S-2 ATTERBERG LIMIT z U F u. ❑ DRILLING METHOD(S): Holow Stern Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. a SURFACE ELEVATION: N/A N= 28 N= 5 DESCRIPTION OF STRATUM ASPHALT (5.50"'} BASE MATERIAL (9.50") CLAYEY SAND, brown, moist, very stiff, possible fill. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. 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 RETL at GPS Coord. N 27° 44.007' W 97°23.82V. Boring Location: Gollihar Road: 200' E from Willow 5t.: 15' from north edge of pavement; Inside west bound Lane LOG OF BORING B-09 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 8817 Leopard St. Corpus Christi. TX 78409 Telephone: (361) 883-4555 Fax: (361) 853-4711 FIELD DATA LABORATORY DATA SOIL SYMBOL nJ co z a N W a 2 z 0 z Et 07) LU Lu >c sc,cgJ m0000 z 0- 0 MOISTURE CONTENT z F • 0: ce c0a z m N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE o T - POCKET TORVANE SHEAR STRENGTH 10 15 20 S5 8-1 SS S-2 SS S-3 - SS S-4 SS S-5 SS s-6 ss S-7 N= 8 N= 6 N= 9 17 18 12 1 ATTERBERG LIMITS us z 0 (] a 1- 2 5 0 LL r (PLASTIC LIMIT PI 0 z ❑ z 2 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04/07/14 - 04/07/14 DRILLING METHOD(S): i-lol'ow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 18' during drilling operations. GW at 16' and caved at 16.5' upon completion of drilling operations. SURFACE ELEVATION: NIA DESCRIPTION OF STRATUM 25 16 32 ASPHALT (6.25"), BASE MATERIAL (B.00 CLAYEY SAND, dark gray and brown, moist, stiff. (SC) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown, firm. SILTY CLAYEY SAND, brown, moist, loose. 1 N= 7 N= 12 14 15 29112 17 43 CLAYEY SAND, brown, moist, firm. (SC) Same as above, stiff. N= 20 N= 18 18 23 18 SILTY SAND, brown, moist, medium. Same as above. 0 J Boring was terminated at a depth of 20 -feet. REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27' 43.956' W 97° 23.725'.. Boring Location: Gollihar Road: 200' W from Sequoia St.; 15' from south edge of pavement, Inside east bound lane LOG OF BORING B-1(1 SHEET 1of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361)883-4711 LABORATORY DATA J 0 ap :4: ❖ ❑GPJ ROCK FTLG]T S 0 LOG_OF SQRING G 5 E NUMBER SS 5-1 SS S-2 N W O. MOISTURE CONTEN ATTERBERG LIMIT$ 0 0 U co a STICITY INDEX 0. LL PL P1 COMPRESSIVE CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04116114 - 64/16114 DRILLING METHODS): Hollow Siem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. crs Dry and open upon completion of drilling operations. bL C7 N z z� z z or 2 SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (6.901 BASE MATERIAL (12.00' N= 22 12 29 23 N= 30 10 39 SILTY CLAYEY SAND, brown, dry, medium. (SC -SM) Clay seam encountered. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. CLAYEY SAND, brown, dry, very 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: Baring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 43.935' W 97° 23.669'. Boring Location: Gollihar Road; 40' E from Sequoia Sf.; 5' from north edge of pavement; Outside west bound lane LOG OF BORING B-1 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 N= 5 N= 9 LABORATORY DATA ATTERBERG LIMITS TURE CONTEN 14 17 13 15 15 22 21 (LIQUID LIMIT 4 14 22115 -0 IPLASTICITY INDEX 20 110 2.2 N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH 50 34 21 CLIENT: RVE, Inc. PROJECT: Prop. Gollihar Road Project LOCATION: Gollihar Road; Corpus Christi, TX NUMBER: G114122 DATE(S) DRILLED: 04/16/14 - 04/16/14 DRILLING METHODS): Ho,low Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 13.5' during drilling operations. Dry and caved at 16' upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (4.75") .BASE MATERIAL (6.25") SANDY LEAN CLAY, dark gray, moist, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown. (CL) Same as above, with calcareous deposits, dry. SANDY LEAN CLAY, with calcareous deposits, brown, moist, stiff. CLAYEY SAND brown, moist, very stiff. SILTY CLAYEY SAND brown, moist, loose. (SC -SM) CLAYEY SAND, brown, moist, stiff. Boring was terminated at a depth of 20 -feet. REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 43.886' W 9T 23.504'. Boring Location: Gollihar Road; 1 fill' W from Weber Rd.; 15' from south edge of pavement; inside east bound lane Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM Major Divisions Letter Symbol Hatching Color NAME TERMS CHARACTERIZING SOIL STRUCTURE COARSE GRAINER SOILS FINE GRAINED SOILS GRAVEL AND GRAVELLY SOILS GW GP w re ' Well - graded gravels or gravel - sand mixtures. little or no fines Poorly -graded gravels or gravel - sand mixtures, little or no fines GM GC 3 tu r Silty gravels, gravel -- sand - silt mixtures Clayey gravels, gravel - sand -- clay mixtures SAND AND SANDY SOILS SILTS AND CLAYS LL < 50 SILTS AND CLAYS LL ' 50 SW SP Well - graded sands or gravelly sands, little or no tines Poorly - graded sands or gravelly sands, little or no fines SM SC ML CL CL MH Cli OH w z w ui cc w - m Silty sands, sand - silt mixtures Clayey sands, sand - clay mixtures Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SLICKENSIDED -- having inclined planes Of weakness that are slick and glossy in appearance FISSURED - containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED) - composed of thin layers of varying color and texture. usually grading from sand or silt at the bottom to clay at the top. CRUMBLY - cohesive soils which break into small blocks or plumbs on drying CALCAREOUS - containing appreciable quantities of calcium carbonate, generally nodular. WELL GRADED - having wide range in grain sizes and substantial amounts of alt Intermediate particle sizes. POORLY GRADED - predominantly of one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) SYMBOLS FOR TEST DATA Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays Organic silts and organic silt -clays of low plasticity Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts HIGHLY ORGANIC SOILS rt Peat and other highly organic soils WC = 15 - Natural moisture content in percent. y = 95 - Dry unit weight in Ibslcu ft. Qu =1.23 - Unconfined compression strength in tons/ sq ft. 51 - 21 -- 30 - Liquid limit, Plastic limit. and Plasticity index. 30% FINER - Percent finer than No. 200 mesh sieve 30 B/F - Slows per foot, standard penetration test. - Ground water table. TERMS 0 ESCRISING CONSISTENCY OF SOIL 12, COARSE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS FT. STANDARD PEN. TEST DESCRIPTIVE TERM FINE GRAINED SOILS NO. BLOWS f FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER 50. FT. Very loose Loose Firm (medium) Dense Very Dense 0-4 4-10 10-30 30 - 50 over 50 Very Soft Soft Plastic (med. Stiff) Stiff Very Stiff Hard <2 2-4 4-8 8-15 15.30 over 30 <0.25 0.25 - 0.50 0.50-1.00 1.0 - 2.00 2.00 - 4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. APPENDIX 2 SWPPP - Notice of Intent Form TCEQ-20022 (03/05/2008) Page 1 TCEQ Office Use Only (N01) for Storm Water Permit No.: TXR15 with Construction RN: General Permit CN: Ref No: Notice of Intent Discharges Associated Activity under TPDES TCEQ (TXR150000) Sign up now for ePermits NOI Get Instant Permit Coverage ..a.0 �If filing a paper NOI you can pay the o•• at www6.tceu.state.tx.uslsteers and only pay a $225 application fee. application fee on line? Go to https:Nwww6.tceq.state.tx.uslepayl IMPORTANT: •Use the INSTRUCTIONS to fill out each question in this form. •Use the attached CUSTOMER CHECKLIST to make certain all you filled out all required information. •Incomplete applications WILL delay approval or result in automatic Denial. Renewal of General Permit Is this NOI to renew an ACTIVE permit? Yes - What is your permit number? Permit No. TXR15 j No - a permit number will be issued. Application Fee if mailing a paper NOI: You must pay the $325 Application Fee to TCEQ for the application to be considered complete. Payment and NOI must be mailed to separate addresses. See instructions for correct mailing addresses. Provide your payment information below, for us to verify payment of the application fee: Mailed: Check/Money Order No.: Company Name on checking account: EPAY: Voucher No.: Is the Payment Voucher copy attached? Yes A. OPERATOR (applicant) 1. If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN 600131858 (Search Central Registry) 2. What is the Legal Name of the entity (applicant) applying for this permit? City of Corpus Christi (The legal name must be spelled exactly as faded with the Texas Secretary of State, County, or in the legal document fonning the entity) 3. What is the name and title of the person signing the application? (The person must be an official meeting signatory requirements in TAC 305.43(a).) Name: Job Margie C. Rose Title: City Manager 4. What is the Operator's (applicant) mailing address as recognized by the US Postal Service? (verify at USPS.com) Address: PO BOX 9277 Suite No.fBldg. No./Mail Code: City: Corpus Christi State: TX ZIP Code: 78469-9277 Country Mailing Information (if outside USA). Country Code: Postal Code: 5. Phone No.: (361 ) 826-3220 Extension: 6. FaxNo.: ( 361 ) 826-3839 E-mail Address: margier@cctexas.com 7. Indicate the type of Customer: ❑ Individual ❑Sole Proprietorship-D.B.A. ❑ Corporation ❑Federal Government ❑ State Government ❑County Government ❑other Government ❑ Other (describe): ❑ Limited Partnership ❑General Partnership J City Government TCEQ-20022 (03/05/2008) Page 1 8. Independent Operator: ■ Yes © No (If governmental entity, subsidiary, or part of a larger corporation, check "No".) 9. Number of Employees: ■ 0-20; ■ 21-100; ■ 101-250; ■ 251-500; or 151501 or higher 10. Customer Business Tax and Filing Numbers (This item is not applicable to Individuals, Government GP or Sole Proprietor.) REQUIRED for Corporations and Limited Partnerships ( Verify the entity's status and filing no. with TX SOS at 512/463-5555 ) State Franchise Tax ID Number: N/A Federal Tax ID: NIA TX SOS Charter (filing) Number: NIA DUNS Number (if known): N/A B. APPLICATION CONTACT If TCEQ needs additional information regarding this application, who should be contacted? 1. Name: J.H. Edmonds, P.E. Title: Director of Engineering Sys Company: City of Corpus Christi 2. Phone No.: ( 361 ) 826-3500 Extension: 3. Fax No.: 361 826-3501 E-mail Address: JeffreyE CT cctexas. con C. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE 1. TCEQ Issued RE Reference Number (RN): RN (Search Central Rezistrv) 2. Name of Project or Site (the name as known by the community where this facility/project is located): Gollihar Road Improvements - Kostoryz Road to Weber Road (Bond 2014) E13088 & E13089 (example: phase and name of subdivision or name of project that's unique to the site) 3. Does the site have a physical address? If Yes, complete Section A for a physical address. If No, complete Section B for site location information. Section A: Enter the physical address for the site. (verify it with USPS.com or other delivery source) Street Number: Street Name: City: ZIP Code: Section B: Enter the site location information. If no physical address (Street Number & Street Name), provide a written location access description to the site: (Ex.: phase 1 of Woodland subdivision located 2 miles west from intersection of Hwy 290 & 11135 accessible on Hwy 290 South) Gollihar Road from Kostoryz Road to Weber Road, 0.8 miles north east from Hwy 358 City where the site is located or nearest city to site: Corpus Christi ZIP Code where site is located: 78415 4. Identify the county where the site is located: Nueces 5. Latitude: 27.7347 N Longitude: 97.3998 W 6. What is the primary business of this entity? In your own words. briefly describe the primary business of the Regulated Entity: (Do not repeat the SIC and NAIcs code) Texas Home -Rule Municipal Government 7. What is the mailing address for the regulated entity? Ls the RE mailing address the same as the Operator? ElYes, address is the same as Operator No, provide the address Street Number: N/A Street Name: NIA City: N/A State: N/A ZIP Code: N/A D. GENERAL CHARACTERISTICS 1. Is the site located on Indian Country Lands? If the site is on Indian country lands, you must obtain authorization r through No DYes — If Yes, do not submit this NOI. Contact EPA, Region VI EPA, Region VI. 2. What is the Standard Industrial Classification (SIC) code (see instructions for common codes): (Search Osha.2ov) Primary: 1611 Secondary: 1623 TCEQ-20022 (03/05/2008) Page 2 3(a) What is the total number of acres disturbed? 9.7 3(b) Is the project If Yes, the total If No, the total project site does general permit site part of a larger common plan of development or sale? ❑Yes 1 No number of acres disturbed can be less than 5 acres. number of acres disturbed must be 5 or more. If the total number of acres disturbed is less than 5 then the not qualify for coverage through this Notice of Intent. Coverage will be denied. See the requirements in the for small construction sites. 4. Discharge Information (all information MUST be provided or the permit will be denied) 4(a) What is the name of the water body(s) to receive the storm water runoff or potential runoff from the site? Corpus Christi Bay 4(b) What is the segment munber(s) of the classified water body(s) that the discharge or potential discharge will eventually reach? 2481 CB 4(c) 303(d) If Yes, Are any of the surface water bodies receiving discharges from the construction site on the latest EPA -approved CWA list of impaired waters? Yes ❑ No srovide the name of the im wired water bod s . Cors us Christi Ba - 2481 C B 1 4(d) Is the discharge If Yes, what Note: The into an MS4? © Yes No is the name of the MS4 Operator? City of Corpus Christi general permit requires you to send a copy of the NOI to the MS4 Operator. 4(e) Is the discharge or potential discharge within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer? ❑ Yes Q No If the answer is Yes, please note that a copy of the agency approved Plan required by the Edwards Aquifer Rule (30 TAC Chapter 213) must be included or referenced in the Storm Water Pollution Prevention Plan. E. CERTIFICATION Check "Yes" to the certifications below. Failure to certify to all items will result in denial. ,/ Yes I certify that I have obtained a copy and understand the terms and conditions of the general permit (TXRI 50000). Yes I certify that the full legal name of the entity (Operator) applying for this permit has been provided and is legally authorized to do business in Texas. r` Yes I understand that a Notice of Termination (NOT) must be submitted when this authorization is no longer needed. ,/ Yes I certify that a storm water pollution prevention plan has been developed and will be implemented prior to construction, and that is compliant with any applicable local sediment and erosion control plans, as required in the general permit TXR150000. Operator Certification: I_ Maraie C. Rose City Manager certify under to assure system, or accurate, knowing I further proof of Signature: penalty that qualified those and complete. violations. certify such authorization Typed or printed name (Required & must be legible) Title (Required & legible) of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this doctnnent, and can provide documentation in upon request. Date: (Use blue ink) TCEQ-20022 (03/05/2008) Page 3 Texas Commission on Environmental Quality General Permit Payment Submittal Form $325 for a paper Construction NOI Application Fee Use this form to submit your Application Fee only if you are mailing your payment. •Complete items 1 through 5 below: • Staple your check in the space provided at the bottom of this document. •Do not mail this form with your NOI form. •Do not mail this form to the same address as your NOI. Mail this form and your check to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC -214 P.O. Box 13088 Austin, TX 78711-3088 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC -214 12100 Park 35 Circle Austin, TX 78753 Fee Code: GPA General Permit: TXR150000 1. Check / Money Order No: 2. Amount of Check/Money Order: 3. Date of Check or Money Order: 4. Name on Check or Money Order: 5. NOI INFORMATION If the check is for more than one NOI, list each Project/Site (RE) Name and Physical Address exactly as provided on the NOI. DO NOT SUBMIT A COPY OF THE NOI WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES. See Attached List of Sites (If more space is needed, you may attach a list.) Project/Site (RE) Name: Gollihar Road and surrounding areas. Project/Site (RE) Physical Address: Gollihar Road from Kostoryz Road to Weber Road in Corpus Christi, Texas. Staple Check In This Space TCEQ-20134 (3/05/2008) Page 1 CALL BEFORE YOU DIG! CM IVO ME LOPE STAR OTifICATPOli =WAXY ST A9DM68Y6W-689-8314 CORPUS CMRS'S RAY CRAPH(C APAP SCALE 1000V1.2001 atioaa VICINITY MAP POTS or PLANS FOR: ;NEEP NO OEBC9I111109/ 01$E, 4O. DESCRIPRW (STREET, STORM WATER, GAS, WATER AND WASTEWATER) GOLLIHAR ROAD IMPROVEMENTS KOBTORYZ ROAD TO WEBER ROAD (BOND 2014) PROJECT NO(s): E13088 & E13089 PREPARED BY l/I LJA Engineering, Inc. TUE PIMA REGISTRRTCN NOP 1388 a2.er Copp COI. reps /PP I MIL TAR ! IITP.111 PO.. Poplar rt 1114.1121. ruin TOL 11.69 IS top 1. 14120.01 nays Sy. pop Ay Mon -ro 1, a�'ri 1099 TO -.rm.MPP464 or noon sp71004 X11 U sstri spa" 88x. Sy Or Malt TM.. 111111. 461..1. `oaa ZS STOW 1.4I FUN NOME 1.9. Dow m a.9p ai PPP OE PP PCPS S4 4.10 TO 1018 3, PAW Y3 P w Manz W 11-10 +814,1+80 tPlea say PPP pun en 31.311 91 ma, P41 PP POW Po 1.491 TO Moro if TIM OS PP PPP SP 14,00 TO 30.43 41 .1214 .111 PP TOPE 10.4 .10 19 m1-10 42 141111 SP POT PPP Ple 414•3 49 IP le IMP OPP MN MOM Ins OPP 40 1.0 MOPS 111.1049 P 1411 w 1141 81, win 1 7 w1 18 818.8 aM/ law 11404.1 86. WO 8 7 O2 .1 mar O. 011111 PEE K. NOMSPA 88.ao m 1,53 41, MINIM 1,61111 Otr, MORI rm. Now to OP, 01 PPP ISSMI PP MOM fla. MOO TO SI rO 47 170110 MO MO MOW 610. 26/00 TO 614,0 4110 10 •040 w SOW q LOOMSI aPo 25.0 To .400 41 IOW Wall MO MOO t a 00 ,o w Sr.(plin n acan atm ygspa11.:1,$0 mr 216064 N Of 111 AOY IMMO atia NOW �ua x r (1 Of 1,7 46114 WM WOWS 11 OPP 40094 MOM OF 19 ila. 4 IV 19 44 44 Ill CPPMM a I•8;; OS ON 14111 MM. CM MO '' MOM .. OF M Pt OM OM r1, vi; 1f M.O. MAO `` OMO14 Mo. s' q 11 08501+ 4.ai 14 MOO MO n 11 88 ,1 = = :: 5ABEN xif�PE�PiRlI(lIi(*3 '9677) ,`a3 in4149.0 OP SPAM PUN 11-51 SUP PPM. STA 0400 TO 5.50 in ▪ ...to perrrp9s. num prone sr. par In luso 111 WIT ntlIP.1121 MPS Trs P. 50 TO 441.0 ▪ sO3,1 0.311001031 0.11 01420412 Pt PPS TO 10.0 PSYSPTER ..11.2 Pk 10.00 TO 4.40 .131 11115,1,11 • I, STA 10•50 TO 114103 4.1 10:014 11.106111114 14o moo TM N.. TO 41.0 01 WO POMO,. RAN moo ors 43.50 To or. WEN Por 140104m1 s.m1aP1' 11.11 roar. p 91 WO NIMIS 91 .61 WOOS Of oTor 16191•6• OP mes v m ay WU uMPS 1s01 e1 e°A IQ MOM 11646COMM] 41444 Oro. [ONO ▪ .0,6066 ofro 85611 6,1666 O 9066 MO 4,6166 in Toss 1 corpu4no OMM of mho moos 03 MIMI 01 MOO SOO °04557r. r1.11 �7n.n en+ 446.8 r, ▪ more from 046•101 Or 1-4 / Mori .64 16119661 1114 moo 16466,209 MO -4 4 MOO ad ..comm 113.54-11 • nom soon summons SOM.. • TOM SO. 1104611121 f MOM HO, 11.6101 DM- IWO $6116 SPIOWYL 1111%-,.20 TOMO MOO 914.495 yy Y4-1-12 11 Minns spro. poppli 11-n TRunC141.6 1066.06 462-6, 1 MOW Mimr. 5•60,604 1.11. spas swaps w... 4225 yI • RnMA, 531140511013 foLon m 14-c15.0.4ST TONIC Poo 14.01.1101 us.2140-41 Sews IP MOOG POOL SI•64616 (Ott 01 ▪ varac soup Grunonn 4.17 -sr 44 22 norm cam, prop II SOPA PM 44 01 ▪ 0errnc 5.7140. Mo. • 00664. TIMa ▪ 1.1610V141onirenerm 6.6 `r41 006111,114 CEPS Of 4? L00011101Tell 01113-1 15 Of 41 rOSItto-MA Oros • or 4] Soto or our.; 41 21.11. OM CUOMO f1fid ii fr./arra.1+1n anw ?=1 r 11 ▪ • ow ss�7S' 1. LOTT cenf 114.14 Mormon ono, Cr •I ip 8,82. OPOnT Moo.i p or 8]] 811 CO 0444.] 11.040 04 Egret. POrs1104 aro -.4. X51-1naee 0106 18 n 1]] 1fOr Mem TAU stoup ottons OT Mt SA ST pytt SUMP° 8, Or.f la COOT WO �,- 140 CEOS (2 Of 6 11 n».; w or con'o'01 1'1 ip roST.Wrol r.9.1111 [Pon P my MOPS IrEETS 101.121. 1 E(07 LOST PrO90.16 PPS ( /M)1 171 4006. bZr.tfrE41111nw ..n o 06411 0,11011,1 11.6214406 1.reroto t1 n e e Po Lops Poll ^ -1111 inalnTW1 Te10. c015a48+8 81087 roman rp rocs Ei 41 187) STR A T_1 892 Pyr, El MRS r PE1A,89 a s TmE; 5E3 LEwee R�.:' 1 � -' �. M-4 TE5(10410 504EOEILE 0* 400 - - A ee OESS010005 RAR OUA(4111Y •0RCA POS MAO c OLD isLE -RM.- mow). RD.D.DMO owsmETE MPE - «w ,,.: — — Imo' ... ""-' WILE swum pirsoron - BA• MEM. PER IAL STPEEM Dom, -mom axA acx�uT 724. -.3.000E (1RRaT STREETS ,w LEnreEI FT x00 1 (O9 EPs 1 r m,on RD • MEHME r1x.LE NEEMEMEEN1 MOMS. wow, - x 04E (100008E STREW cm MAPPER. _ d F 1 3 AERM1114 - 08400E 10«0.0*..... - yM3.0 ounw BMWS - OE�GOEw�nS] 16 rnana - roso ra me v 54 4 x axe. PANPLE E « _ 25 . SOO V PM IAD V JTAFEn ERAD pm, siE0 OE 4 M31 wuEOMB I=1 mcnA caw ma o....namw10 080,,1 04. 0M. I=1 ® _ � �u Lwow 11.0 — ,� Haws -• TEE DANGLE .�C/0 8 w AW m k xrrtEf use (+i 362 R. -C1 AROMA UM DA. 6 HmERR = 1 „.0 �R‘.,..„.....E.,....4,,,,�T. Flow MEP 0 AHM o �6 ARE^� =I 00sr reliC- sum nee E, cornew. pow EI-- ..r. (R1 010.4 MA ESTYPEWRO) NM IAMB, PER,011 opmlaw W.. DERFT a Er .., . 1 111 Jvr - Few ;`�; e0. ma LE CES *4 -,- g yIy _ Ce I e HOT -WO T � 1R ): MARIE, N RrvFREL AETNAI: �0 « _ e EmE ew 1. v mum • -THAM ea1.�v0.= • I I x,91,. I GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 Raw TO WEBER Raw (BONG 3014) LEGEND & TESTING SCHEDULE S 41 PM EMO SF 0 cm, posr OD,mrs (c u,«4ucr11-01 160 LF 4. PER DARPLE WOO. em ,a MR 5 - TOP EUSIIAG WE n 5 - 0'•"1--r o1011•TAOM 'DINA ax�x�d, - RRR,�H 41 , •�, _ EOM - � C,. �,� ---R WM - — — � � — LEE T, -r1 EPT "0000: n 004.0000SSTT1OAR - - 9r�� .r nE MY 04084 R��E1101. 1E-iEir FOR FNW<ESTu1E ROT 1x[!.4400. o RE HOUSES WITH DENSITY TEST. . 10114E EVERT oL PRIMES., 0001110..1 TESTS MLL SE REWIRES. 500CESN 00 1, 04 0AT PETa00 OCGUR5 ORA PREV0p)R0 TESTES 8CTILW, E x x RE -TESTS AS RECE05..01. 4. TEST RATES ESTeoua, 0 *1 THE CITU' OF 08Ptn 009311. ea,�« m m,, jai TITLE a o. PAMERT UM- 1.14 - - r« - .0,, .r« - _ 1440* 10 0•-14 0040 - - ME1140 - 041x)1 r - re�rt or W«r - �� ODIMETE OPE - Am (LEFT) - CITEM - 1. IPE 020 er - e,o,r A. a RE 158,4E e _� •4m 4r«.�T IFIE«°' .�® `- �wm , FL LOW UNE ELEM. - (enmcm mxREa mx nucn MST SCEY. 10 - R.. 1540E ...EU TI+PICAL SF[:1)01.4 0Nfl nFTAIL SY015[1I S raysaendn's a.. reM0 NU 7ft. aaa mamma .7 bry. b. .7 .4 ....21.4 I. morma• r. PAPT A , 611111WL . ............ . .. . .......................... A . .......7 0 UN -a. . . \ A:4 .• .....-... . ., ,4. ". . -'°...§'.-e.•• .. M-14 ..., . 1 A .1,19........1 A .1 fil .. ow.. opaan.a.......:61.11........ LA A 4 AM. .1 • .0 ororreneax......• IA 1 0 .TY.1,11, I! ,Ot 4., . I* 47 .0.01.3 r eareareura LA I. OA A A .1 • em ain merra a.m. o r ye • AI .......... L. ' " IA A A 9. okkowan.aksvaaritutwasneeernm•am ur a ore • 9 0 ea ...en ea re, re r e a. e re ea 0 • r ru . ........0 '''rr...M=A:A''Ar4a....'1.1.'.......A... miue reree000004 AL •7 IA .....41,..............A. 0 A ... A.11.9.1.4.....1.1 IA 1 PART 9 • STIIEET NAPFXWENENTS PART a • Md.. MIPRENEME14. ae 0•000e0 e ee erre. 0 • . 00.00.00.00.rarreer e kr.. uneeeeratu• 0 00 • mama.. ala Yalu. LA I . Ail.... e ....rift. 0 re .00 areeererrearer0 r • 0 ....Le... 0 00. li .19114 0 A.A491.11.4.4•2.1 AA l• 411 Ail.... e ...A A A .... ................. .. . v IA IF I 4 - 3 . A...• ....A. li . A AAA 4.1.0.1. Li IN All .1.7.4.01- AAA.. A Ili A. LA • .. ',.....2,......... w Ag. if All.../.1.. dame . L „ ........................4•••• 0 re er. areare rarrear 0000e A .........11.1 Al AIM A All.../... Li li• .............. • A A . .. A AAA... A • Al AIM a maaraaa aka . iga sa aaesumaladatadaaa-aliaalanaaahol•akaill A • 0 4.0...000 0 . we.v,paagnn .. . 0 ......11...............• A le PART 1•TRAFFOG MM. MIFF.001ENTII ara err ea newer ewer ere. 0 PI roe.......r. 0.00.0000.ter000 Le • 0, .0 me. Fawner 0 e V AKI ar reerrteereer 0. 0 ra Al ar .7.1.0.0.1.40•001...04.100.10010A Le 0 A............ IN l ,,,„„,,„,„_____,,,„„,„._, , „,„„„,,, , Fr AA MA le 7 . • A IAA AAA. V Al . NA V A IA reerrteereer re. 0 0 Al rerrear.0.0. sr I • • A .91 AAA. V Al .... „ „„ „ „„,..„.„ ....„„„„ 1.9 . ea rear.... sr I • A AA .42.4111.1 V A , „„,„..„,„ „,„„„.„3„,„„„..„.„.„ 6. IA ......91. MA.. re ea rear.... sr il. • ...." i•••411twarm•riimm ae 0 ' 9 ..‘14' r ter nere.earreer warm rrempanaterer erere.0.00 0 al ir we... LI re erromeammem sr II ' '-' A.1.2 AI. „ „„,„„.„,...„„„„„,„„„„.„, „„„,„ ,„ ar ar we.. le ALL........ MA 4. • '-' .......... V 7. AI repree-0.00.0.1.00..o. eern• , ar air a0.00. e0 .1.9.9.1.1.1ff lomems Ir.. re11196,..... LI Al. ......7 „. „ . A..........143-1.921 A . ........... A Al • In......5.11.111611,1 A.A.. h. „, „„ „ , n......, 1.1. • re 1.1.1.1.1.12.1.1.- AAA min le • • .[0110....0. ,era.nre mereen101001•110 he nroareerrea ree 1°. I bil 477 MA 0.6.I. L. el RS .1.12. I. MI I ' .7 SAITA2141.....4119. I 0.000. were 1.0.11.1 FM MT 1011earreir YU 1°. r ea err re ea orert u. ra• .112 bl. 7 I I I GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 ROAD TO WEBER RORO (BOK 2614) ESTIMATED QUANTITIES SUMMARY . . =ream wee. tta . ererawriareern ne• ,,.. ., ,,,, „yr ,,.,,,,,...„..r , ,,,,,, ,. IA 2 ...„ A „ „ „ „„„.„,...„„„„ A • A A.. LA I „, „ . „ „„....„.„„„„„ A . A A A ....3 urre errimanmeararome •01.00 . e 7ms:roe. 0.nerreer 00. a re ea r a 0 ear. ma • ,,,, ,I, .171191.4.1111.1.¢roanismorwasm. re • ea 1.0011.00.0.. 0 0 FA iitleill A. IA . ..78.1.141.1..4 11.124101...... L.A. .1 • ,o 0.0. re ........... 0. • ea are area caw.. wro • a 0 e uear arrere area a . IL ...1121.1411.1. AO. .1 A .. l AAA ..19-1.110-116.4......... A . ................ A . I. ....„=„...„..„.......................... .414.......7."................... . ., 00.r0e0rereoa. IA Ai A A .. Al. . •' ... A... A b . -a. ere. 0.1•00R IA lb ..., „„„r„ A A . •erarrrearr rerer. au a i ocoserro.s, ur uceeas au no.ereror • i 0a...14 meriarre• IA Ai A le. .. I.-................... a i 00144.77.951 49..... Ma Fkan.... • • 0acer.Nou Mr 0.000 IA ii. A AA.1911.1.11.1. LA I M. All-lifff.....11..eweine • i mosurro.s, 4.....0 ALL mos.... a a , .6, 311,l M. I IM,1.11111 Rh 2 Al ....../. , ...AAA.. ... • i oaecorTo.n eaceor er.er roma .00.004 ra . ' .64 31.1..1...1.11.1111 MA I .24,744..... LA HI AA . . 0014.770.1.1 der ueroess ou nooserreer ra • • •,511.1.11,1.1....... MA I we lakereerralara.uwerenertre 0 • ee LA I 0014.77.1.1 I. All...9.1111k,...1 • a 9,74 AAA 1.4. •71.14.1.412A .... MA Ai !MALL MI 1.0.126 LA am ........................aa.aa...... • i .................w.....,... a . a.- ......,..••••,..11 .... e ....00...mea ....I. A 0 0 0 re. 00......000000 0 0 PAW. 0VOSTENNTER 11.11:0001ENTS .00•••1.0.0110000 0 0 ee emir.... .00.000.010.11. 0 • re 00.0000 0.0. 0 • NA Al............ 41. • I. ................. AI 99949. Al • A. A..........91 Al • Mari C -RTATalearrEMENTO 0 • 0 ,,,, ....' 0 • n an.................... 1.• 1 01 eareerrett.00000101...00.0a. 0 . er 0.001..er 0 A. lei reel 6.0.4.0.001......00 0 1.,..r.......;........L...n‘........''.....'''... r...... OT re re ••••,1101.1....... EA 4 A rererrerreor re sr aree IN 1744.1.61....rn A I A .1.1.1, 41 .7 A l PAR D -Alle INKKINIMIEhrall MIT F - WU ERMIKKIVENEIM If ..9197.74. 1.9 A, l II AMA ir A. II 9.74.1.1.11.......... • PI 1.9.14.4.44. 1.9 re weromere....0.11 V A Al .1.4.1111711..11. .9 re rwaremearfe rearm... 0 0 or merre... 0 . ................ LA I II 9914.................... 1.9 A weerfies• wawa. 0 0 re ellierreer le A +4..., M-14 STREET & GAS STREET 8 GAS SEE SHEET 26 SEE SHEET 27 STREET & GAS SEE SHEET 28 — STREET & GAS SEE SHEET 29 STREET 5 GAS ISTREET & GAS SEE SHEET 30 '''..SEE SHEET 31 STORY STORM —1 STORM STORM STORM,L STORM e — F G SEE SHEET 38 SEE SHEET 39 SEE SHEET ID SEE SHEET 41 J SEE SHEET I2 - SEE SHEET 43 WATER 8 WASTEWATER WATER & WASTEWATER — — WATER &WASTEWATER — WATER & WASTEWATER WATER 8. WASTEWATER WATER & WASTEWATER SEE SHEET 82 SEE SHEET 83 SEE SHEET 84 SEE SHEET 85 SEE SHEET 86 SEE SHEET 87 — — — F. — — — — r — — — T I y / e r — 1 { //qq � �wHAR ROAD ' -.. g MIHYI DRIVE ,. D Sr I I x,91,. GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER nag? (130No 3014) SHEET LAYOUT J L 1 LINDEN STREET 3 — STREET & GAS SEE SHEET 32 STREET & GAS SEE SHEET 33] STREET & GAS SEE SHEET 34 STREET E GAS SEE SHEET 35 STREET & GAS STREET & GAS SEE SHEET 3Sl SEE SHEET 37 {f y _ STORM STORM `— STORM STORM STORM J;'.. '. STORM SEE SHEET 44 SEE SHEET 45 SEE SHEET 48 CF.T1nfT5TnEET SEE SHEET 47' --' SEE SHEET 4S SEE SHEET 49 WATER 8 WASTEWATER XE WATER & WASTEWATER �SHEi lET - ` f WATER & WASTEWATER SEE SHEET 90 I WATER ` & WASTEWATER ~ WATER 8 WASTEWATER —SEE SrHE f ` WATER 8 WASTEWATER SEE SHEET 93 _ A_.m ae.m - _ rev N+HARR iil___ _=_ _._.ow'es .00 T�.00 .05 .50 51.5 w c 6 E J ay W � _ * faF 4 - SHEET LAYOUT o ,m am — OWL EFNFRR1 N[3TF[• 10 NADENE115 •m1114 THE SCOPE OF IRE 04010:-1 Mi. OUME 611 Ox THE RIO FOR. 0rr�x 5ERLICES C6>a L Rllc THE [ii0 PILL 0N1E FOL 1=1)91013 ON 'T 5•N o arr,erues EAE PRL, MEL No r 5 RFACE HRI'bL WrE30GATh34 FTE3 IN u SE REPLACER 31. I EE MICR.1000 51 F0101 FRODESS CF HS 0000 E r TO THE N. rR TER N-. TR•FFC CONh10. +Uu. U P NSVT SLIECJJ1ES FOR THE PIKE 2Co: pr DCk Erp1�AN0 k T000001 THE 010.:0PEOTIC00 I0 LA x R' PINS THE 101 lxx x10 l.111E ErY E F15 10000 1fEPNGY D THE CBkRR1STORY AST E prFDA Hp>OrT I, Iv113,1Eu N T1E LJM4r-T uE Fulumny 001 SHEETNM 1 E' IE0UOE PIPE OTHER.. N"LOO€ ALL £0�IRE FRilrr;. 000014+01 TC .0.1DE CIRELINES TC TIE • COF OET P 5164 10 110 130170 TE MLL1r %n REua s T3 c 54111 NUJeTNE1Ts *0101 h 1011 11 +L 10, 411 i CR'ME VL P OPERT- E5 u 1 RE '1 PNxER 100 PUCHWF OTHER D her PND WR RE1M.TEL . H 0 PAYE)E11T Pse �' w THE ik, F THE aECT x11 LION .110 11-E101 cm. AND O [� EmeoGE OR .13100 sxA�. TER SHILL RE GRI ERtt E (z1 F REM.PEE, FOP ^01510 FTpce OF IE/ 2 E 0Q TML' N NE PL.. ATME FU. Emm €11110 'NN.T a MA. ON 0 O.EWNC OF NRHIALT 1"rENi LL hot EO 5L/NEO a FF. EOSIN., FlxE HpLun .s T E EJ.y.E . R JEU THE Aan 'RI m ne rxrev.c OUALLV RCM OF EfxuL00..80.01010 5�1LLE0 *TRIO cqE �_ MOM. ani , N.L. ASSURES 11D TIE AIG 0 R5 T SHR_ P15 .LL e[ ALLURED =LYE SOS 00 METED s CR SUR. IE FOR. ui. OR SMCR,EES. .E NNTRLIT, R 15R.o. in�eE aumm Rmm �ngNj wASTE m� x +ry 311 amu [F Ew FlxE tfruxr+Rs Iv5iN1ER0w+ ExbTNuu•xiExgrEa YIxLL of r ox 010x0 010 FEL) L00011NG -LL Ex0TNC �CENONIF ] 9r F CE D 10. HTP IMPLEtpu% OF THE PROJECT MIP ENCRIN. 11-10 1r •�"'' n TArww 01EFL"rt A.0 111E �c00aro 00900 _ B. £911R0NELR 05 NEWLrxCIIPR.STN LEP .TER UlE3 10100_14 0191:0: $ 0o1EK 1011 Ism. PM. 0rEr0U0 lPIIPE, kJ Psoue.Er0N. MRI Th' 0100 01111R1NIES RPO1GN5 TIE L .N l*R SHALL F1 tic HAMa r ETHp PF THE T. PI r1RFarrc Am' CECER.ID ICH THE SIGNS ARE 0.13.11 TO 00 ORgPte1 WIN Ilk^ 11010 PAYER i '0 04111x0 TO 0T1021 RE I¢MGa. �r N frmLJ 6" � 1 ff _ gm 04 _ r - 00FLETS DR CISCREMIC. N111 THE PATE. s. TER - 1011E Cf THE ORkpe. THE THACN RFP/J. DTF1 ..EFT, ER (cram EH[1'L Ia. uH[+Ewe ... SERE 9uu I£ u LEMI..R.STE0 1-11 J FOR THE R000e 9101DED 011 WAN. TENiw 1111:1 THE , RECOM s E u5.Ex0r rest HE 11101013E ROM.. FROPERTIM AT LE.Fsr 72 HOT. xEsk EuTNL, F .0 T 0TY 1a F aR 00 THE '0' EC..... THE STIRS PPE 0001ER %r£ Arn p. PPE. h1 T0E[H AT ALL 111E6 F 01 01 JG 1-FEv 20110.01100 SHyy F til 121 THE Fitt 0 "E03FESI F R'11FFlLL 'FF RLL THREE ['] xPMES fvL 001)01' To Valour IQ s. - 000 111 4E.PF`1 11 -OT N.J. 10000 k L ur- HEN0] 0_01 RE Ax91s A IMO. ED LEONE. G Mu400 TE :0x10 EROSION 1011 AP - - Er , WASTEWATER NOTES:T ORE 0] F TIE TM COITRCL :DALES SHALL RE 770_U x0_ ARE RE 1�%.E N THE MOTE oar/. FENC ITI'I F THE NFR1iTTHu3Tu E N F /. H �' cu1FHET MIH TIE EUI OJENEITS gRANE 1 TFEE ...........E THE [col -R T LL LE xEswr61V.E FOr • .xxNu t 1 010 IN ommearc NAN rE NM TO C.F. T[Ec FE3iH OARS. THE colrtlu[TOR 5H%.L CCOMINAIE MIA THE PHYVAIE .N7111.6 Mo. 110 11100 ` E E ¢ARr_ i :.TM T9 ....CL MGT PS TO 1.13,RE IH.T PRIM. xuTEERNIER x1OD 5x0_ 0T .... F MCOSaT.3 P IRA ODE OIL nsLa Lv,. F 101 NEENT AA UTNE 0 - -T Fr1r1 THE .v k NER 00 001 5 ReaOE»C¢ H J t¢ _ _ O1- VRF 054010AJOSI.PN TO NM MMUS RIO 2 COMMN:TO.OI11 00 160Rf Fon rLL (0001110[ .00012501 x, _ HALF F BEN ONmx.r N.. eE rcEg*u T SHALL PE :001 1 E E 1 1- T. TIE 0.1185 y{ErHn0.5 313 RENS. 0 "M. To u0?4101 :: . 1 P ' THE 0 :0 150113 1xbTl e PD.. SHALL SE w SUB... 10 TIE x040115 110 a?180 PLAN TO 11.11.0 111E - 1' . r ALTRITIE. F EATON W. THE ESRRE ?011501 Ix] EE'''''''' 0' .. 00. 01010 1-101 SPECFICATIMIS THAT IS NE SPECIE.. mcR¢�n v THE EN OHIO 0101 S U F • 10 THET R F NPoSII- ' rr[i5sire10m.sa ItTt1uMM.E NOTES:TO UNTO N THE PL.. ASO WASTEWATER SETTEE. LAITMCTST " T IJR P. RASIBLATER RILL 60.E. . P dE- • 7 II PE.E., .3 IKLUTE TIM RE. DF TIM PROJECT. ...WATER DEPARTIIETT .. T Ts, NSFEC7104 R r �. E € "I W EF E THE ,-,...1,,,t 01 11 E SL10,EIE F0 41 C NL ECC'00S lE0 - S rAN) 4 E E 1 F • T E ex+AaJs S. w� o0 3 0 f 1 F N E MRI TIE,L-5/5:E Fl 0 01 -FEREnCE . P 'c+0 1�T AT oll TM. - . Ta •1••=0L ¢ 3. 1111 .0TEAA s .013 Iz1 �°- R g FOP i -HT N LL i T E 1110 SCC[IRgkC THE E ilLER .M(9 THF LEO HALL E NS ERET ESTREILISIED ON SHEET 5. N Amour/ INE 100 m nn To 101111 s SONATA,N.TS rovcorEF::: SF S.ITAILE ',MAID i 1110 LIE .E H T1E i l THE ..T 1610110 14N Rr 103 Or e . 0101 E •hF�E i Ti H� _ � � 1110 Fl.r iD 1 kR 1111 'mE EST 1 IF 3, 14111 1 LET QDT1N1 0 E ,E- -T " 4041-11- NASR n nH T IL-11 F EMAIDER:MELT 3['11 wmTi M NM J0110 M3. TO OF THE wf[E , i LL •€x [:o1s INLET Tor: ,.:.T JE -- T-01-PUt� 3NnE i •. NOR sETrvCE •OAH10 c •_ 1. TALE 01 01 100009 CFx1S1R51R11 SH0LL Tl -EH SNO.E To THE hpT J0 .�.. T THESE uEFLE T E TIT- 110 • .N0 .,L.ERT; ANO 3N[TDN KNEE SH 40 RE FREH3vsi _.� _ 50 . <c'JOlE 1 RIE T - i H -LL ...'14-11.‘1.‘ ' HI T 1 :-TELL L L - E 00 41 P/E of -TIFF '" i1E NINFMTu4W TO HL -03 L4Np6. u1Rf ¢ ;HALL R.. 0 1' .4111/V u.. N� T WIED 1THE: 1E a. FRF0SED u .11.5 RIC NEWS. TrRE •Er HIVE. 8 411 F. 100 IED 70 T=ME AMR TC LT.. CO1STRIMTION Oar. i74..v.-.1 sTCRu�xuTm AELT .FEcn3H5 NMS9 Sl 0.0 t: 16 CE THE 1 F: ':TM MST THE NEAT TSv SEMEN OF THE aacx.F�.ANC .ARL P11 4 THE - 1. - 1- E TE T EE -•E F- E Tn 1h5TN.uhG 13 gy Nn 0001 o tlN 101 Irn E.FIE - FlE - E i >�' 'AwWEtTGR.%anRVRTO vuaoJs eo REy E. Ei cm' 0111301 510x101 .roof• GOLLIHAR ROAD IMPROVEMENTS KOSrORr2 Raw TO WEBER ROAD ( NO 2014) GENERAL NOTES (1 OF 2) - .EEE E E. E9. THE TLL7 HALL E-1 AIL ETP TME. 1 E F 4114. 011 INTAE10115 Ir.4101 800.0 111 5MINA. C SE O PERFCRILF0µ0N41¢10 TO m .i uh6 NsrxuN3 [11ET 'lu101110 AIM Hk FIST1{ T 1 IE 110 O N0, ( 070 TO 9.13LE s3 NERS] EE`1iM M. RE 110 PI N1.. 501 - NEu- v�HL,LP11J [ E1G ENLI/AE c r F T ,. 10101 xv E xeryvrllr T NTExsE.i1J 5T N10 O OSiicaEn e. u PAVEMENT MARKERS: xpgHEm ALONIO •RH -10110.,¢ Pi _ NE THE _ ea 7. STORK. u ...EFL NM r. ID AMA, ivH E CF THE �MRAC:To5 I4 RRESP:TRIPLE F TRENCH E c T MOM 3 TME FgMRRFT04 SHALL EttaRLLttl 1)AkCR' FSfEO LNNS 14 1110 to THE A Oik eTue stall ecln'MiH THE [.Ne Al UwNHrE •COSSINL...... LIPMS AM_ PE LEFT LINICISSWBED AS PS 120 TO4 1.1 x.ip I E f T EriJl .ecxk AL3 0100 L 0050 00.5 cH1b11 COOE 53 rrR, 010 85 _ _ _ 10 _ _ RMKEIL OF Hi THREE (3) JAMES [S.,EUNAHr TD naq� 001 n, % M. r _ REn1 111 TIE RE Folio YVLL 11101110E TRAFFIC CONTROL MOTES: 1L 11. 00c CC10R1L 01 F 50.03¢ sac,. 01T%ON F N'RTE0 NOTES• 5 1 -LIEN THell FE HE ERNS OF F q 110.0141 I MANS. TH AE15•R S ThN EFF1'+P' Tv FF13 ie::L NM �] H0110 E i 1 Wm1 THE COMRALmN5�� .. _ _ _ kNFEDE 3 ' E E 'Fr- F TH0 4004 0' 1' F Es1'0 002 0. NE• so Ann .ATff y Je¢C�E as ws51Ru.'no 5 NS SHALL a u1J .51110, T •FFl THE m TIM H's O'ERRTg1r 5141 RE RE.cr03 ar ,IE E11Er1�4 IXI P L` IE sp0: 1011 ALL TRAFFIC :O IP k�CJ1 iiEv k,A - THE �M�J3'To.. x mm �. T L 10,1 E LLL 1 .r r EE FREPARE3 A. SOLER .CF 000(1, n PROFESSED. 10'nMOL O015.h HL - mOxiSICEEm TALL Am m THE v AND1.1.111.1.11:0 � �N 5N9nx ITEM � i E JYHr E H i • w T EVE .ECAT0110 MAIM. 1 0101. FR.wu A uNN1)1 F NYC (2) WEEKS I0 F LOPING THE w _ - =TREE RILL EE NOE FDR MAE •DRK, 13.7 IT �d, . 1 `_ L - a To THE Cm' F LINECT TRAFFIC 1. LCMPAGTa0 .0 rE 111 N MOLE uo-a5E 1011 SHALL1 SE FR G.E3 aF THE .T -..T- T • ...Op. 3 RAL NO ADO -RENAL [OST. - H5n IN.EFEInEVT SCHODL -STPo:T un J - CRT ALUM 111E mau Lo. PLANS .11., DISCANNEU CHRISTI IF =MP TRIrnarvS ARE MESE: CURNG THE CouRSE _ cT00110 IF . •0101. SE eY 1100 70 LCT IN .PORCY.PEERSERJrIll CIE . 5171 E oNI FE h MRI SERM'E Th kER FEN R. RIS carie 1103 TH.i HE FOLL. TEOO 2 on. CF 51102 COWEN CM '...IEC SR'NG D REPEL. SWEET H•CF LMH .p4k SHV. 111050 NME AS TM01ET5 w A WMTHui.T1 AT THE SAME R. a =ID K CLAIME ED .N. TO 010 AOJs lEN Om nos THE .7 ASTOR WILL FR.13E Fax'E3 I.FC.S.R.A. iymo ma 00106070 �D FmRLIERC10: ZEES ..LATER 011110445E 30e1j .413 •CAPP3LL LAM FP. for- E. T .ALL 11)105 ENE'rES7O AEHILLE5 SHALL H.LE F55EP a cOMRALTOR SITYL 1EWHwE' HE LNIE 4110 00101E[T •11ER 110 0 R"`'E111 E (010 M. G 3 sal AL E T ES /EMYL a univen41 PRVOERTES T NL MI.. [4X0.. ON LA= AND RER O DLR11x o e ' 'SECT Y 1 TOES ToN R. ACME. As lESTMLEL1 IN THS NOTE SHA_ 1'10 REO �1S.1E3 RE 'IO' *mi TIE H T OBER MLAC:TOHR 4Ann SLEET ' 01 .10 SHALL EE 00)05 90 510501011 m TIE TR/N110 PO 1ED I NJn�NPCLR. SIMSGONT 10101. Ell RREIits. �' j TF 001011lTE+� iii r '1nLLT Walt01 10400Tx To µi CML GENERAL NOTES 10NANDE07„ ..1. E. sTRA.CT 30. 11s1µ1 TEI'rnwr IOMENET u•R01rrs Fon 2 -WAS T0/FFIC. x • win N300(01 m S 0300 [ uwrtv" ND. AAA PERSOnNEL 1,8..381E E TRE CONTROL *I FF ONE AT&T NOTES: 0.2.0 Al amsnIXOn'1 ,Ps WESUN INSTALL 3a- In THE :URO. S.] TM ] 1EFELEKIE 15 101 NE. DEN.. THE i&CA CF Yuen 1. THE 0'' C/NIWR 105 I.T. 9 1.0 GENERAI FIOOIOOEO LICACATON 00411 tt E 035TRAMOR PAT 3009/0 TF �N TNOFFlr RICHT- OFF TER FUN 0 FROMM 1,1. THE FRO.ECT RHNL Inrly00 THE 10dµ10134µ CF AR.C.51..IELr ONERICHT-OF-WAY 9 A DYE i ATTH ME E.EFTICN OF m0(1030 SHEETS. 3.2)1 Un FEET =NELOE 13115E RE 00 0 ..14µ,r 51000361 ELON.IF 06 (30(03_-0 TO 1NSTNy� RC. MIN o-0991 0 4,091 TIE FLU. PURI OF THE .0.0 9i 000 se OF 2. 131.011 u TAS 34010 In =Nu i. 04134051. _ ALL 5 LABOR,_ £, RE 4'03111,721 t/MT STAGE THE 1.711. 4101 5 ixln F-µ., NE 1 S FIE NCFTx A un1.1. 08Tt. .1 C 31503 1 UDR.. N E'OFNNE 03140.1. N 2 RICHT-OF-WAY APO 8[G, FA.TFE 509.1H -qE OF THE ICHf-CF r ARNE C0 .. .. - aNANONAL we" =1921 3¢ - ElENE 10ER UTLIrI 13301035 3EFCEa o E3Ixc ......� 0E1T Tp D.M. IuiSe-Tc x11ATM SHALL 1 NAT FEE 31AUNc n. E CONTRACTORN 1ORE1 0111OF E x01 LEASTENA Ruc 1) 300331BLE TMwgR .0 LIFE yr cc«smurnm Fl clr�el.E Tz DA 30 T NORTH ' `ME SOUTH 11P3033H 1 0010 xo 010 HO 3 111011130.1 OF nTRT NF10010.10T.RE PROJECT m[ c0 030 cANT 4910 = IENWRwr ..TE.ENi PER 6ETAL0 Iry RU... OWE DM DA OF 311 THE mas. 13Es 41 TWO (2i µ1x _ ADA AND TAS COMPUAHCE FOR A.CCFSSIBLE ROUTES' C 9w4 CHAN THE EN tR' cab UTE MMN THE 12100913 c0 ANNA.. Lu CF Tx RUNE PRgR m .15. GENTRAC _ FLET£ RD 0 IF . ff �11.111 I '4e mmp G s E I*411 ll 1 4 ` 3 E RRp1ECT E9 RE Do -TN. 411 1310 E REu"1130 JY. IMT IEA. rt MEWL. I EFFORT Hao u4E 01 RE ENO4rEER Tel 'L. 44041x05,'103 aE THE 143/1594105 ANR SHALL EEwuE rl]N5IRIICRON AGTIYrt16 _ NRH RE ERI 111 U LJ1ES .CT N. TE FROM. OF THE :0.111ATOR. W w i CNNORTH 500 10, 1033 E c.DS 1.201 TO ERSTINC PATERA.. 9 OE 01 0EnTT 11'1 a 12 0lE THE ' 11 :10-+ LE` F ATN µEAST 7.3 C. THE µ01m1 �.F NE Jb TEST I{fN u. L F ALL p PATE. ErOR.. Ry 391 EI TO +�5f 4TH 519 3 GTN THE U E TTATOR 119 E THE SpfIH ZS OF E515114 +.MEuE3T m MT vp NEC....2mER TO 99µµwµ 2 TRA 1 FTA TEL E TE• T RE 100310£0 REFORE PRO OECNc CAS 11 01E5 1391 N : F - FR010619 :ES9 ATM 0 d0 411.1 __ THE 1 TREµ^H N THE RE3r:....11. •12 RE 9 T 'T T1Ei':I.. TrvIR qI{ of 1HE x THRpICH RE Nrnk E JSII� x u n Ns BELOW slue 310 Aplmm m 10µ4H£5 A u OTIOe IXG9r9R0 u.1 T EE 9,,,,,EUE I'. TE- ... +.MEuE3T +Ew DEIN. N RNA .m ARE m -E gcrvvECEn TO THE NEW 10 AFTER WAN. ..1110 TN. A NL s I H41 .e u Nuw [F n DICK. SEE 4e0µ 34091 Ev 64114 - E''H tt.� TO Ann 0 1110E MRI THE R. 443 w -'a'• NE THE 1 Own NANA 3 .40 min. 1 0110 THE 019 S 31011 r.R annTIMER r.E-. 3a• 1000M(µ£01 m soul£ IXSTI � 11 REu: : .701 µw9'11414 E r 06 06. 1.5.CEPL SHEETS. THE UT, UYCo E 1 H41 9,V«N Vmu, E iL MRI THE E - T.d]+T • FE ws NAB TNI, 3I1EET 02.£.101 . TEI UTD.La F.33 sE•M.E. RHE E.Eu4. LNED. 19131E u THE 00140Mµ4 sE0Eu•1 iExas Esxlnll0' s1 12AxD5 9'+rua.. SILE 1 m THE 1 MORLA mATER, .3 A.N3 RATER ILA RIANDADATE A. TO EE r FOP 1u , AN aeanocr� 1� E R 9,41:4....... 0i uwE J E N FFA E i LbtTS 3. tl 1E.THE.. RATTIU_ CF i 11 u E IBLE EC .9E V FIFE R H ONG - 1dµ10 IME4 RFEEER .15. p I.T.U. • E 'IEP'1TET0 130.2.5.0.3 544Eu0.3 Iry RH 051 xn E sku.e.r3 ND ...DT WHICH ARE E1Wi' 1.9.µ3T 0)U E� MIH RE R" A E 0 T 0 +MEI[ Nu U�pE1Rs m u TIE 934 a Erns ATE MEOW. ,1 n RFTSHINT: own ww-wriI .TEs OFR. uwE I 0 i. C y ' '4 u 61 B Ce � I C W 7 3 s s c9CFo,001m3., FOR 111 ces T.. MEIN. TE RE n511000n '8 E3141µ.^ 351£x91£1 10001- L e 1cv a. -=3x[ 314000 wu Nm aero WE MD pD 133 £FIRE Rain 9564? T 401£1 IaTww 'ME' THE v0rn1 '''EEMr r T E T' 100 x10 Ip TEI' Nue000 0VTS +HL vkE flat) c [ 1 (s R.M.Rr TO 49Rg15 R. n. 1H STCV mµ.4124 _ u4' NANTI mm u 1.O vs r E m . „ '-R 100 40100 2 - JTH ©u 1. £LATERALS. e1 - - .-0331£ cvRx r.�Tp TN•H i n TTHE om' � n n. 1351914 114119C'3=w4IE9 59 0FLL 4003 11-E 11E5 TORN u. - ... 13 1 X104 - E. 1.131141. 108 CA r R T RIE TRENCH NR'E39Hµ1 RE P w n, 1.5 504m 3I] 50 9. 9IC.A. IE E.EE53 CF +IF' rRE AOT NNwIN !n• 9 AAS u t0 NiSE 2.3. C34C1RAiTOR Sµ41 NTRF1 O1. FEFF3RE 1ARTN' 'kOFLL ' M. 1µ50n1 ,. uw 111E spam WOR, tan£. 3. wpw s .GR/1 x00.0 SHALL 0E 031E Ir 0,080x...(£ MIH LL 31 ARE g.1DRATIC Em.9TARE 111E RAN FLku LE FEUDAL STATE. Cu Lo.L +Erull; Anu 9e3uL03,4ti.TMPEW CN �.Er. . THE I REREw � .115 1EI i 5 ; E�Esu,.. `T THE "11.3000x"1 10 m 9' 9O01RLUOO 3wu [14601• i E u 12 AND OMAN AL.52mL 10 INSTAL . T RT R ..100 40 )1009.. 9001RLU OFEa[11@Is 00'05 NurE 4111010 100 501NE A3. ari ArvC e�1 Ei w,e _ . _ 0. _ _ TIME [To u E E m LIRE N 11... 10d1µ1 +0493£µT 390E1O1T uAxklws n iRTlpN sAyT1CH TMFrIr EITLn �EIE 0 TNC r 04314£µT FK1ME41. 1.1 AD. ¢' ws UTE 'TER 1.1. UNE. CIT1 CAS DEENKE.VEr • I I x,91,. I GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 ROAD TO V EBER ROAD (EPUNO 2616) GENERAL NOTES (2 OF 2) SEQUENCE OF CONSTRUCTION F E L RE E LE aTlx9r kH41 4. wE'EI..E - U M u FNISH • LL' TF.. REµMSE Y s ps EiESGRv, a� F '103 a Pa G03µ EST Lu1N Enus 00 THE NET 0E.' Rws UFE To Ekls'Hn0 A x - r TE 1E0R�O 000099/8 3311 THE µdµ101100 F 10' 1.35 UNE.. E. - Ls CO... NRH TEN. #'05 11. p. CWT...1111) REu0.E ERSRNO tag ri0 U1E x1O£ ,...,,,,,LE -• 1404 DOTI r. 41011..oµ19 03330.1. TR..) TR...) 2. REF... I1. 81H 310E 0011 LOW n 9 01(3 (x0Rm1. .1 EGET: THE F U. tb3110 LE THE w u3 L�vulnc, m im1 Trues...Di. As sK Tz ,soF 3LLeR Dieu_ NM tf - NCLRxEt11. Iti 111E sO1E AE nIRn0SE0 OF IN D311,FLL ISxJ sx C()Nroug 03. 01 LiNEgNTER5ECP17R O .10.....:, - 'LL 0,42µ+£. ° SEQUENCE OF CONSTRUCTIONMED. is , 8Tux 903 y.,, 131E 111E To.0,.811OFF THE 34 ,1. LAE ON 9 aul c NA: OR METAL 1.10.5 ARE HST V cpOmE�u w[ DESCRIED) H z[N MOLL 3 RFawlm H. BOE aWilo • x smLENEE CARROLL OFESESIISTR1i ARE =RR.E:T • n nO ;APE FAnEL 00 TO 111101 FRC RE £CTE] FACE of T.IN r01*513CEEU00 INE .1-.5 E.3EStECIFIC.13.1TM 111 2 335NIRMLT65 311a0 rn 1 rT -E LL WE µT£01=130 x EI 9.4£19 ux E./1 ...ELSex5. AE PUPATE. FFHGRgI I. 4.339. cC:N�siw c0ilaµ x TWFC IN 311 IrE�; 11215 CRS NOTES;CA.T.ACTOR SHALL BE PEEPOIMBLE F.. TRENCH TME1:H� I.-_a461RT[no0 LEEN. AM THE CITY AND THE BACIMLL DF ALL TILDE, In THE muRlnED nSEE C. 3. INSTALL e� . . 11,0 01511191 MEIN OF 110101 Do -Nom. III1Es IHls 91EET, 3TRI3TuRE 11 R Hx.0 EETOEE 010..6µ0c TO THE c.. nE015 1iOR09I InTEry TM RE _ N o, 2. BEIM SWP= m w.ITEm F0 APAR ., to INSTALL NEW .. .....EH15 . THE 0.11 OW ENT CHNNATlT. IIIE E ]. 002)33 LY1.328 9 G499. 0FVTHE 9=w�31.Eu sRw, AAD cR. CO3ov1ECTICIE To F. - RN . - NCI F.T1 (N rnnT...3N 1.4.57.7.3E Elm TmN THE NCRTx WOW n E AI4R A n1PIrEfslo1sTRI n E 11 11-EFtt9E 9, r v *12 SET DIMING 1.' GAS u1E. . 1e. - e y souTH 1.F FASwsm mNORf11 AFF O�urtERm 0r P.A.• TH 0..e 04000*4 1vTmuown TO 5n-xeN Se RAFTER 5. AN. FOST REO.IRm 51.[5 ANC N.A. eT F6a S. ...MD TRAFTIC 12(90014510 3m RE .w. TTHE C 0ROLL DM 60/3590061 PVT RE F. CF,C. ad EEOmw RAN. 0 RISERS. S. Mairv1 1 r • . An s 4E.. RE3ETMEME01311110N0AR9 w.0 3411101. 3)0E.LS, 00x00 0.1105 NO bM4E.Ax.s. pv MJ1E 01',]3150.0 YUNENT3TTOn�G0aT1 PROJECT COMPLETION 94TµMES. 91.1. cs4 µ1O«9014£ ( amRr, 0 COMA µI2 wr.HaC Rxc 040 COMM As T[m. THIS MIRK IS I. ABTHL 39 119µ4E. 9 03RFus CHRISM c. s DENAMUNN. MU. IDE.T:iESFousl3am 1.F THE Ott 1.F 11£134.1M. PRFORM wEPAuncN. _ u2n IFF DAMNS 1 cµ05 LAE IN a. OE5[+u1E R THE Fa. 435101 [0013300 0. .µ+014Y ALL 3054041 UM Ilms 9111 0�WITDANCE CF THE EFOSICN a03 Carta. EHwE I3INEa.O(01 _ . HOLD E wu-1H50 .14 3.001 NO 04/00313131 ES.m p2.p. 19100 0Y1µ ANn HrEFArE F x£4031 OF EwH,T01G 119 PFEWEEE AREA § 3AT30CT3OL. [a+5 114E N PN61E47 MEA.0. L SMARM. NO SAWN. TO 004µ0m FOR 2 x GUM. µN4 345E MEATH s. NAND. 9011.1. OF RDECE.T. ARE. 1.0111_ CRASS CROW. 92.3 f 0840E 1410 METALL x003 t6' WS 013 LNE Hes [ml AMER. N ...CANOE VAN TRE RA. 412 MMM. TOFFn134L 13£ H 304x60 11000.1140 ..11. 4r51µ1 ue:x5lsEU a.* 101£0x00 9.3.D. 631 a r5 5.5 UNE. 5. 1141911 Y: m 15:53310 C05T[0L NOTES 04 SHEET 6 M. NSTALL SE0314 ....1 P.2.E 000911£ 110 1141µ1 CAS WE 01111145. 10 TRAFFIC 333NT1331110851 3 *10 eE u3NT4NE3 fa BARE !ER 229 1351µL ..NE ETAT 3040 I' T1E 'a. Huc 920. 0CIIIEc0 To 651040 nr 005 UTC. 0A. ANO a CNA OF THE •000 910 RE 3(11300.163 196,1)131,1 rnr,<'evxr5 s,Ecr r _'.' pAgISE>'p+6n1EE IT �c6,3 MSS PROP. 410 5' CURB INLET pv. u KU E]VO rw.L Slmw,t ] aocr REM (TYP. UNLESS NOTED OTHERWISE) e �! 1 4 3 (TN wpm AoTEL OMETaIsq.=11 ' RCP R� e0 CLRR nL {PROP. TO' CORe Imo— mIPRpP. a�u' -- - ACP = 1 drPROP. RCP xRu pppr. 24 RCP Lk L. '., 'I _ TEftv, • r z,i .•:, „B GOLLINM ROAD## I .� ,� .,JT-' T' V.,���■■_ IROvi ucv - 'PAW. LfERf� F. PROP. 21' .:�•. n' ACP W4F uirTuy YIND Tori IFF 5 —* „ ' e� f v PROP 16" RCP LATERAL 1 Its R 6 ITYP, UNLESS NOTED OTHERWISE] a .sw wco� -''` PROP nom` EA Piiii Vey, 1 W ` ..v a Pw 4 or 1. 1 I,. f i3 GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER ROAD (BON0 3014) STORM WATER PLAN E PROP 5' CURB INLET Ns0....0....a , ma MEP. UNI-15 NOTED OTHERWISE] 77( 47 {'RE h Rca Cop)— —_ - — µl R- JwcTcx aox z ,r ca,Emnsr '- �_ g g ei 5' YH r & PROP. wl , COf+EtiT TO R7F. 5'�' RCg R rc PROF. x'+ ROx LTJ q }� PROP. lO' cum PLO is• CTI, OF CORM mmsTi PRwccT NEL E 5487 1 F IMP. JUKTION ROP[ . 5&' Rt, UTOlu1i SEE SHEEP 411. ppm p. ]f RCF u,,,,,I a tw,0 u -- -- - —'- — I a, • ��s �. E3OlLlYR RGAO F NTr s'>oE ea( cwoExr PROPOSEDPROP ,uNciCW ' DEEP PROP. i8 RCP LATERAL. JUNCTION 1YP. UNLESS NOTED 6THERWIS 6Ca< 5 r YH MEP ° N' ACP f 1 MRCP =ice-p.°er - n LATr/RH a'N BOR CULYEWT a' RCr uTEIN_ RIOP. �a RCF 4YH [PROFC6ED IE10tlLLL PROP. 54' RCP LATE9LI R GE NE: DPoVNOT ¢ PREP. 4 YH C' ALL PROPOSE)1INP STORM WATER NYPROYHAENTS ARE SHOWN I N ACCORDANCE WRI1 WE DRAINAGE LI,. REPORT PREPARED ET CI-DM ENTITLED ®corm= n6 T�Ee w.vr=s •GCLUFUR ROAD STCMI WATER Ex TEa • TRUGTORE RE'JUW0 Alli SEALED ON JUNE 201 3. 2015. FOR DRAINAGE CALCULATIONS AND SONG OF STORM WATER wusrROCTURE,. STORM WATER PLAN REFER TO TIE DMA RENDRE. F o too xa DIV aE — • • #_ k �` i• - K0 PNOPfyYE1 lM.•:-----'-- f YP+L yyEy e �.[ s r". if 1 3 e �4 s • .PROP s' 6995 ACJ OJ otnnwrr TO E ex 6, FH T9 xEs.es1 E46T. FH Ter, I tem is' FeC•- PRm. PE PROP- JEr� ro;Ell ■ 2 RENEE Ems SEISMS PH rO SE WD SPLvwL• -- Ts• y Fd= O' '''' � -k —�_� 9� 12 [ Hw _ 'T1 l L oowwrrt Hary '`.. rr • P ,x P,c� . x w . .- ''T w w I`Qly w •lam.— w _� ' Hx111VNiR rEG mum . isTTTEERL S. �, . FH T] R R.O54P u4 3.+LNMFO F 'MIPTERUNE 1WATERLIN[ rn AE ' ..z L .,tcui -p�m65 nu] Este [m-). n r ■■ I�•� I�¢I^iu�'•EU up g k- p `�' C S ` ' ons m ALP • - 5'�n 4 7 e u'i , 3g ,lig 1 ■ m ' - 5: GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 Raw TO WEBER nag? ( No 3014) WATER PLAN n a aP �b� 'r �' Pfl6UE6PPRT b4r Llan — ETRS7 Me A TwoRAN7 TO n s 1s�1 • 9.....a Pr wa1:i_ i wm4 [ ��FROP pHE SER.OSEO Pim In �uQ RE7�3D T �� W ,'Ai W W W W w mfr.^ - 0 a rsr. TO 06 o fiE ��seal. OR . k E Ts APE66! ...rai 6• smFP VAULT iU Sae, Ms.) • ■■ • cameo. a O �P u C -i] E'E. ToCrEivLsE I T LEGEtpoF •- T T::;T mem'<LIMP.7�'•I.H PPOPMED APE.. ¢PRP, PPERIPEo EMT.EMT.wa PPM.WATER PLAN o 160 my aoo 1 1 IC �. r «. t '1"'V , 18T g}l1 m b T#m e b 'J 1y d F s mp■ R C 4 3 J # I °a 4' FINE {TO num.) I i `. `. f:,.i(rJ fTo cwl rvbL; a n WGA I fA -y w �— OECE RLr 0tlNSIRu.'7r0 T�.i $ Y ,re ax 000. I I x,,1111 GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 ROAD TO WEBER ROAD (130110 2616) WASTEWATER PLAN a" Oxy € r �`,� a .w ye- ¢ ®I ♦ u ca�srwrsOP 1 1 f. <' vRmHOIE uss MER Ro # �J UROP. Fl<411RASa I 4 Ram E U.ER' REINA LFEN lo' MEP REWB. .1--1—...1._j_r,I xu y w xx wl wx i� m i �CFO _ rW ,ITC,R wen} ULLIFIAR WAD Y 00 rv0) f 9wrv} �4a. .xo T0 IM' 9 WNL ,o xv M. ""-.Wife I ® �RRCP. MW40 E PVCRRy. 10- I "-iI 4• M.+NHp"E FAN. 4 . • WJemi[I KN. r W1No LE rc —I— PREP, LE wwlolE IRRoo. 4' MVIHdE $1 LEGEND T WY VIEnBaco wsrorrze urs � PC BE BEPFILIPCEN 6 - WASTEWATER PLAN # IP HP E0004 m01E0H1Ei I # . 0 ou am F. •••,• OO&TRACTOR TO COORDINATE N1TH CRY CAS DEPARTMENT TO ISOLATE EXISTING 14"'kl OAS, DEACTIVATE AND BLOW DOWN PRIOR r.. TO COMMENCING ANY CONSTRUCTION ACTIVITY. SEE GAS NOTES, SHEET S. q �� +, �I J 7 a ' I e F�$ i ADAM M. 2` GAG I r OPBE1r1 AT NEn-RY DOM a . ...,s ` - - E d.L G, GOLINFIAR c ROAD ,i 0 G D G MM A .: :mac HE'T TO oET. 1¢' CAS. CCrGN MOP.. 5' i Ex. b' [w8 F MusT EC r GE sT. Me III Ai YN. i PR. AL cRo55ncl i Oft cow R L IS e[ p xvs fa' CAS %� C VuE € p, W nneameE C _ 1 1 I rn ➢ 1 RYE ,r .. I I s. I ...,.,o. I.... § VI!.GOLLIHAR ROAD IMPROVEMENTS i "6 KOSrORY2 ROAD TO WEBER ROA Z iI-. ND (BO8616) ait•P• co v GAS PLAN 1 -i I 0 2,3 v5 GNEBNCTSTREET • W W I 4 C NHECC TO PROP. C GTE IXST. UWE S' rya A KA / ,j� yy . f.o.lusr I NT a Ex n a' GAS nvsawcl x te, l_ I}� P. . ROADG FP w — s 0 0 G 0 GGflw 0 0 vG c G/f, c G E 0 G 4 \�L G F G (TgM1aEwvw) J +•"I'y DIST. a. aA4tcr.. i0 !E ANENT PR. CURB INET CAS �I PR..ILecna IPRaP. 1e' J �A➢JUST Ex. 8' ms Ail �Ex 14GAS IL/ r. -.1&z. �I I+T SOI IFR STUNM uwluc LTry 17,:a.:71., " r LEGEND ,-- U 0114405101 . 1.10BS �� 20 EPP..s UAC OAS PLAN u ioa sail am' I s ..... ..:.='&7.•Mii 4.".T.:Tr :r 4u4- 'Pm • , - TT . .. . ','•'.14.L.Fli-V.. E • {S 1.15 .,1 Tr .115,:r [..'1 ..'-rr " i -- • 1.•••1- iii, 41- in•C• '",, 4E.Tit N....7111M. ' T ''' -,'Ll'-'-' —girg;-• .,,.. .,... .... ...3 .,. ... „•,.„. , • ...r. .,,,,,. P , t 4 4 - 3 , ., .. ..,,..1, c,..4... GOLLIHAR ROAD _ 6 ee 1 a 15, 5, 55, i5 15, 15, i, 15s ,, ,i -_,...yr Jr.v.,. -gz.r.:-..-,..tz......,7 ,--.z7z,7.4. ',..4:.-7.1-.;'..:4 zkrvirr L., -AL.,•,..7 .,trit.:L.1,.:i. = 1 6 i 111.31. r. Ma* Six .-. MAHAN ORME 1 I 1 1 1 1 , 1 I I - --_ --, — ' r )1C -e. k:A ' p i LOESTIOT STREET — - -, -- • — - „L, g •.. ,,, F.L 1 _th _th ,th .. . _.. _. .th . . 4.A -.. ., ;th .th th 4 ,--- .th ,--th . -,- .. d i_, :!, .!, z.z• -. 113 , &N I: 3 IN 3 . 5=' :, •-, ,, 1, ',.2 G. ' ':1 I V" ''' -i irem W mu... I Lwre I Eff I onr..,1311 I.... 5 L.n.'4. g Z 11— GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 ROAD TO VEBER ROAD (50NO ao,14 (0 — CONTROL LAYOUT & BENCHMARK INFORMATION, E2 E. l'• itil 1.3 'r •in° ,... • - "r3 T ' 'I' '1" Z '-' . `,.,.. . . -r - ...., ..., GO LLI HA R R OA 0 ".„., L i: L:L!rT. i i.',1 I ' 'C'F-1! Fr .L, • lk- r.,%"72.i.- ej . ' .3,,, '.. ..,:rt7pa.'. rrf.o.r. , '21 '' 4. ..:24..' rT, 1.r" 1,4 " . ,.: T 1•MEL•C ... [1•1 2}... 5.140.3 , i CONTROL LAYOUT & BENCHMARK INFORMATION cRAPHIC SOLE iid• ONTR3L • 01+7 AND PE C.H.RK 1,F.E...11E. TETSE LE...TP.5 SURVEY DATA INFORNATICR ,•• 1,150.4.20 1531•163/3 slop .. x , CLOS SET P-1 OM... Wt.. FROJECT POS MOUSNO, IOTA OF COT SW SO 111 ... KOM CPS 1,15dAl•tl, 1.555.1.51. ..., .sEL x . CLI. SET g. 17.1.1.13.16 1.1.0.31 OMR. THE POE... OF MOMS .. 11.1E., OS11701) Li, Li,' 0 TROxiidbi 11•186..d. "Ob.191 "AA.. b. .11e roito. x , cub to ob. x dm .01 So .-3 ei-m ..110.5. ,157.031.. '....11.6. 1.339,14.54 mxid SS (1111i), STATe hob Too. S.r..1.?? FLLT C.5 17.1..1111.•7 1.134.1.41 .51. ,SIEL I .1,141 CIA• Srr 6-, /1,1117,71..01 1.2111.1.1 cps 1 rodoonsa, !ob.... TO .1So. x p. amo so e. 'M.S.?. '.1.5.1.1 .111111. ow. d• WHO 1.F. ?WOW ...17.13 Iv FEEr) ,,, roo I r, i 57 ,n• s, ....T.'. or 1,....11. 1.3.1.104 .01 bill ?M.. P. 1. m RET .1.. h-? H. 11,15,147.17 ...Oil. 1.3•11.1•15.34 lido,dbb LPT .1.111i. 1.11.0.4. MTh IliSEL X O. PRO . e -lo momal.ixrc ..... 17.1.42.3 17.137.331. L1.141. 1.1.06, MRS 28.. TRISEL X , OAS SET CHSEL X ..R. SET 17.1157,16513 1.1.186,11 MOP .. X OM MPH SET i.,•" C. 11.1..0.11. 1718.1.114 1."1.121 1-1,2230 PA. Pd.. (MEL X OH 011. SET .1. X OH CL. SET CPS CP. 171.11.01 1711.1,61.114 121 Sgm. Lb. nr. OSLO 27.71 CHSEL X . CSAIS SET OISE, OH OMB SET CP. Lp. 111.4.111 17 Idh.t. 135216202 1322762201 29.01 SO. (NEEL X OH CM SET LaSEL 2276 EOM KT 01,0 s 3 111 1r IMO,. 1 robin T. 1(22152101 13*5.1351 .. 6001 dliSEL 3' . dub SET an dab 175*22 II , I e - Po:RnY,f pw.P FERTY UNE ciMD OE'■9xt ORYxIIyI Rpm E 2 LF v1 u'/rs sitr ,i II II -I 1 1 1 ` i 1 C1341G R3E, OHS RAN/ 1 • �."'• r+J •.• a — . ' 11 11�I I 1 ■ AE,22 SF g6KHE kE3/JVE P 042001E 208 "'Ill Im 1 r Rpq'.E '141 110,-,1 1 x I=F ■R IHF Aon �m .NRI I■1� F �sFII I IIA 1 / 9pRTER _ _ IIF1 II 1111 Iy ORD &MADRE SF OPoRHx'RY ■ 41 T C£�'14 Tt el. - �I[urc. om 'U`: �4 II ¶JLC`-y' iy I{ p� a�. t •-.'�- .HEMI �� -� t 1 971! L -_ --_- y�_}_• Tr �'- - -F ��Id I i 77 7 r e d ! ■- --�T _ II II G R, 3.81 ENO`.E 322 LF [as } 1:114 � R�,K, T'+rREunryx`+'HYT a E Ei GCtLIHRR ROAD I y I,r„�E 11 .I n! ° rtLc RLE IFI _ I.3yE._''.11.1•E ST _ _ �JLF 1 Fl ArvL 11 1 S r l:I;EWNX IFlRNEINY g F 1 E.-LI F V:M1FN• 90E�NIK ■ � r . ,r }• Zi L "RAMC � 1 - - RDE - TO RaYx ro R[■°w - i •IqE 51 LF 1 T [.a T1E uEnc eeA �� & E E .. ..,y d■ 1 -ITV& c14uF .I E,.:I CIHA; PLAN) ■ i III IfO� I I I L 5.413..516.1C IA Y a� 7�° 2" � Fl �E F a x nom. �,a�a . tang 3 _ ®'. 9 • GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ( ONO 2014) DEMOLITION PLAN STA, 9+90 TO 7+75 uYs" i uno TO ROI. .hi_ 3 R OEMS nEuounoa PLAN ��.a ate: � F x rd— A g, - OhOHFM ELECTRIC o ,� .o ,a _€ 4 a es Ro acs" mQ xReow. sir �m xe wmwxonR� ---- x® B v 11 FMRBAME E r wx- I I u Ue LEGE I LI F `11 (THISR 556 ° L.�E E 337 R61 4E 1 1 1 ISF F=RDE=4Fk F ug E� a LF LI Pf r. 26 IF L JRpyyE 23 LF a Exuµ r=rci gM 444 I TA ] m 'ryl cu+. ow mmtR �1 cErwx 1 5 1 1 I MRS a GLITTER R`- -F 2031713L1711011' ____ xwTO aE ■ ____ �.urtERu '&o 10 0034L1 xtlAE ,rtPS AS YECESS1RY.� THEN NE- sTLL IH IlinwRo.Nxl I F •'I3EwNJ(II7 I I 340EWnv 1 I1F :]PoVEWRYI} ILII 41 dSF OPoPENAY -rin CuvB & 6ofPER L____J Ea [ `ew I I ''ix I.:co;onaT[ •im L�� �__ OHS Rs1Q LJ cixwim aim _1;1164r1µ] _s s�mwi&RRECE� i[ - J _�I__3 ! _yy l 1 RENm1E 2B] SF L____J +w.�v `.1Y 7.4732 ■ s IEEE HDT rci[L +i 1y _� l4 } SdExurc R.nrci ■ axiF xmm1E fill �• J e e• J IRCr ST n-LUG 1I 4___ _ 11 I',,', I r i 1 1- - JHS II --. _ _ - L J 1 TAo Y � • i1 .SIS !! r 1 ` r_ A` ..�,d -__7,t— --• a s 1ixo-•w�ia _f= INIE4 '21 LF R{ i re E R LI 6 rrC K1E �+0 1�LETy[21 u� pmrc � �� xOCF tl won [ Rru.,,u u Fl - R11XD:S r ULLi ,m .. - � Ep*p "•RE cws its I.F is"aE LF ouu u` R 01Ci 2v Bu.�[rt RT FlNEH ;Rw;E EU1E x1 ■ •-maoxnxu,a.uxr _ W ah t£� VE e, 1 _ -.-• ,_ ..- ' J ENDEE' RE mE T LF F J B nonanT]'& wuLi TO NFI.W 5' 142D ST9ERCEE 53 LF q .r- +1 �^ t4 -i- + r �: ■1•ExDVE I PEuC•Ewiwar ERFUFxarTS ®'� x IEE ]6I- Rdw[ zx I si o [wv iFPAq'if / LF C&C " SE OvE -0 SEN IE ,94 1 �swo PEYtivE 43 Zx `'.: (m9 T±1) Ii119 - � LF CAC SF SOEF,x SF &gEYlHJ( REIK,PE1 ■-CURB & 120» TER if ORB A pike & 201)140 �; 4e s SFNSIO4*013 1. 0 lvErAT 102 F 1 ISF OPo44*RT 1 IgF 0941034 I SF �A+�2' « 0IN']rc IITHIO PVN1 PROPERTY L 110. p1EE SIX61. CFCONIRUCN.k �SD0O1VEx[s" I .Q I w E 5n LFI,RANEiALL T ■Rwo+E n,. ,r IDR F EWEHf ELNN ONE 1 Ras, a x. R LM13 CF COMx'Rt.CTION INET IBJ a'E I1 .. • el 14.1 , 'r"`Llr ±� C } 1 R&D, C4CaR 12 new InIET ;SY W ILF CAS 15 IReum[ L59 11RquB Lr , LF CAC LF CA0 LS° RCP Si a lid LF CbiC i'�� • RrP r r€�ae +a • r€xS�E 345 1s• 1141 sr • •I �`EE SHF + IT; 11EHVW g SIOBwN.RI g sioevu[} [3g Lrt Y .16 LF Si REOAWE 92 f RE>vu.[ .v� si s01E 6181 1941 uEMdaE ]00 I` III e6 E, 22L `1 RE4tl.E AB 5£ LACULURA ,RHS 4LSI 11LF a '41 n s r�r sr ��61W�E WexAr ec« ® ■■■■■VV r, - g�g t i R I e p c SLI t - •YY Y • 1E414E fH RENO" y ST el P re SF ea ®CULM7 �s ;c sT o mr a . NW vr• • Irut : rrmul xW if IF n cl+ xro u� C• 51 54' 0401150 49 41544[ 415 "a5444E .12110Bvsvrt -.iLl RFNuvB LF IF s• nr xx1E; �•m ENT .n e " LlT .O piyyl CIF .E.• OP MR �� F �c �i 41 4 1 y-- _c— v —yam r �NTERE+f —r— — r —` LF ooulwvirabaLd IT. IuIET RB } _._. _ 6- CI4 lEa _._ ._._ _ : - f_ ,. _ _==:===:1!:.!..=:=:=:=:::=:=1:= Enr.!E IF _._ _._ E +E•5 LF .—. .—. .-.— RwG+E 39 LFrL .� y-� � ICry rvp1E' iCR FI •• c [p 11� Pl FlNgI .En . e I' R r� . ' • 6 ]6 Sax roar II LF ^A: j4041-4 451 1F o r I seem/ 1 44LOCA11 2EAST, 99CPERtt LME fw0' xInIE[xe" 1 AiarIL A,A L1 RHIN FUN) IE 113129 WRH AT&T) 15 Cr 401411549504 CAC (1Hg RAN] I7 11ExOEp -,yp3 LS1 Mee. RHs RAW} _ _ ;w LRKMlry neer-9 SSI TOS _ IX o ht'wAT� - - - NEinYaE 155 (MIS U 1 I I I i I I c1r W NOUNN E •no vaicm:H a¢rcx ml4BO irI 'rE.E. �om 9i ea LIP ft pc.I Lwre I krf I ,a„m. I new -P1 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ? iICH (BON© a 014) 4.m m CO 'DEMOLITION PLAN F.1„.17,1 STA. 7+75 TO 16+50 's wii5� c Pa. '0 ",ae xic9: _rE En ii'. ricr cte"l OEA10 L111DN PLRN 425159m .c r 214 .�31 O. k' ®:. 7i . 'I= ...an. €r #uw k'.c°�3' As . n o R1'E ELECTRIC 4 10 14 35 nnittl�il- �d -• r.' Ha so.,. E �nFF a nid3n se n ary B v.e a.ur«� m B Pry ne nR.. IX _1 �� o'® £yyE 1'/B 45 I NIB1 I I LEGEvf. S 5 L w7 _4a'�u'__EM_'� 1 1 ASkINI vAV04 1 RH PUN] Ie REMOVE MET CURB _ Buoy CURB 1'n BF SMOA Kv}. I,I L__J vaLELE ...xu+m weLRf �n -44;,,, FEnnY/E .16 LF CON Y 0.g BN4tiE u v ., .: INLET 1 RHP+ PLAN i ..Tea �B I OND RUM rt RBURn R` 544 ST REUQ.♦= Jp LFI REYp.E ? LF L. em “NRETE i N !NEN I W Ras I6' RCP Si CAG i1H6 PLw1 h EU T. '1..1.1' tBY • ;• T4 Kee ® ®. LliE b0LN1TSiNCLiIU. �. L OF ubDurt['.] m wEiu m L _L 1s•E SHE 141)1 1 j" 'rr'".L�'°o,n % . uEuO'+E 6 "FRF 4n up 564 •* $E O�,f1E .. // IF ] 9•Te S.' ,2 YY�� v 1;,..T,:r;, nT HAR E.+E uiS LF J1'E 'nE S IFI 'x 'WAD pC L I21 H L`Y' �� ze4 f r gypp e� iirt .1r JTO W JO 5T -.--le Gr A I .+lEu���1L^Li2 EwEnT .�EO _ •D+s,EHRC[H 3 _ 15�RI] — -- —e --r --_ ----r--uwOVE uwWry x _:_:_:_:_:_:_: -, _ _ r -lt'_v1[_ir =____=__ __ 'I _ __i:y:=:=:=A=: = CUA `-d*EL1�E__-_:_-:_.. _ nLrr =-. . .® '- _. _�c' *o± Icy'-' cH' 4425E111 IF -- e i e e baa B'AP E ��.__. _ a , `-`r-x—..E. I --� }- -- ,, r i LJ L 1 �y ALN I -+}1,-�+[17.� 30LFLAN I xi TO 1✓Eiwl w I (IHOIS PUN) IN NIRNWW0)EMON I"pE Re SFk 414 IF I5A0EWEN1 i '\1492424I LHE AND UNITS ' I (iH6 RAN) �I °) 'I . a.v ,45049510122141ET. r '.111, °1 F I 01 IIENP L 1 T ROE RUPpRY LIE 10 * ,[ 1332110E ,pin 1.1-51 1 00 : ED LF Eo 131 R3r�13 AS-EIlLr'+ , V Iva r 1 a I o r ,- - "c A I4 CH' RLWj 1S GST • 7 'E 2I4 E OYE CUtB L Ia �T LXe+I ROANE SF OFf1EM'kY SF OFP/PRY SF SD n 9'al - —I - J'iHR FOR) i3 LPG - ROOM 117 LE L NTE&33YE .5zPD.x2 3.6 SF N[E•nNk of 2BB si 9onwu[BDYNE t ■ LF PG CIIPB B 60fIER IT a: •tn� s= o Ewnix °rE ■ IIS Cps sl_-- n II R R , v s' 'SEE 'I ®L pd IIF IF t. TH5 1 . ,r CkC r IF CRG S k. R�.w� y � . iY c- - - - 4 _ 3 F 1'''x•E 'rLF �xvrr�E s A H 75 y O+ E nIF ` • t N77E 1IGawHAR TO PW + P•••uL AxiF aF '� R u.E 30: w u Irl ' r1 , .. r T• } J 9 r F • sem' ry° aniER r 13 FH �tELPyui AIEUY l- R. ■ iERF �NiLT T ExnL `r5F 17 _f 1L. 1-"2fi0U . I C17 WATER +yI-t.: .E 50 � �at,�TEv EuME W' - IA , u .. c . nti x !IsT' FI vJ �`. H SEH 1 h 17- - c +cH /4 _.. t � -- ' . �-'� , LEf _ �HOiE 4!! — cp -I F. 17H6 FL* 1 cy1 {ENO,f :A] 61P EDW :i B Tr LSF51'4 °1I1 r 1 ILF CRU ml IS w%ei 3°6 SE I&LLW.GE ni KGSRREK SOEPIL( REY j RUH7 - EYOVE CUR@ NMET 1 +J1. PT KKILPi 65 AWJVS �� R Hs.s� iFE 70 DR fmrYre ISO x5i. i i0 F.G, ° ,-L_i INN I IP.wF1EM i L ETI {� I�� 1 LIWRS OF CC+I51ROCi1 a 111 I E tw.EE OF IN OCCDROWIDE 1.01 9EFIO01914 SECTOR 18100 R,M - - GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAtl TO NE6ER ROAD ( ONO 2014) DEMOLITION PLAN STA. 16+50 TO 25+25 E. E: Lrno SEi °Ae_ r" DEMounON PLAN CaU ° 11 [E1 d s . .. .' E Rw ,E,o' „ Iu.E,° is' h xi or Rra4 5 smrxe n : xx} x mu mw.a I E• L OhFHFId ELECIRC 0 im 1° .o' 6 l'I rl- !34 8 A. w �n ;arra mm RE .m�.o gym. €'Ez. ___ °® LEGE,. Ecsvr. ----I Wan, 1 REup.[ iai SF AEE'tuu<hi Rowovs DO SF 139'9 C 1M19 CpBiRUCTR,1° 1 �l. i RE IONS PLOD IPo 1EE m RE6MEE 15a LF C.4 _- FO ■ RE%OYE 1St IFII SF ERNEw.v Los HNIS PLw]n Or L • riux r�w.Eiu un 1 -J °ugg 13 u'Fii y 1 ISICH. +UTE 1, FISICH. WTE Tow NO, NOTE 1 __ iE -�v YFp1 v .-.r. I rc ■ ___-_ { VR �f E E L T "1 tx CUL•ERT ROOF'L-1'.g,15`,.•.. Yi .D. R.I 2[ rT. • feat ac 4 ■ -w. ICF l ICF a Ys 1 i3 R E E i +H ■ IIF ": TE. 2e RCc 00 6 pv nF1E71 LT0 T EF.f4N 1 +1E) W I i 2rta1L0 GGW�IFR ROMA^t + •1 •— .. .- ._ _.H ._ ERDDECT _._.21.31L1021._._. ■�EEu0.E hlR] IREbcrE AI LF R x _ _:s•6ASEHNE - - - :"' - c. r�► IJIL ,_. .— SF DRANT DuroI1I tsr1 ,3 I II IF C I�rn,� 1 L - - T 90(19Y - 1. 1 PSq savour ER r: :i RESW[ S. 9F SIOENW.k rRa OR,) 1 - 4 LL E 1 SR.x>;ur Eri1. PR54,.44.11 - 1 1 T, E. iwl die i. HCI nv. 1PoN1 I SF S Nc-Amiej YMRI TO REK.In [RElU6yI , L.. - i MI5 05,E i' Gei ,U RE/.6N1 1 .'^+ —Scor—rax. ■ RPq'E tn2 5 R610VE :0 LF S. RCP Sr ' N IF .Y.. (n1H�UR RE3Y'ryE 5R LF 5 RCP ST REY 30 LF e' UP wR,ER Rd EnE595 SF 3A4wux s k A cur 'AIRES RT9 , Ki R= enI Er ET PROPERTY LRE AY0 • 1 I ■ BE RE605E) e RE GE cu R 101 E uvns CRG %TH L U[aGTRUcnPR 1 LET 4 — — — — ,.,- — re .. • '411111 t 1 i ■ ■ r i 3 -�1. TE • 1 c • T IREuOrE 964F CCOFF1_ R — yt�J OF Kx Er H FFI E E I T ■ - - [ r IUIETI e1E� ,HM to CAS = o v.1xw r ,, .'i IV 7Lr -.'.I p...,'L.7175 C•xLF �= ' ?`' _ _—_ _ _—_ REu -i REC.E `. 3" -Cz TER r_ R:vart — — — — — —.— — — — — — — —.— —� B CI WER aNc as a Mo v r R�ECT TS ` —F— —.— � B. xEcOzE 20 LF F'Ra.E _3hY:ur_ _ _ =JPES«nE � _. W —fie tE : _ _ _ ._ _. _._ _._ .>3:�jc_R3 �L[if'.-:- ems' -:-=:=:=:=:=:.=:=:=:=:=:=: :_. —1,6_. o �r Wsr...P m RewNI _.======:=I4. _ _ w �541.,__,,,_,,,= a �" — — —IRE rp v—a� HEu E _ ;1 LF 6.• 'IP .a �1----- f m�,E 99 �I — — — — 1-0,0...,1— • 1 SRR ,. LF 4. 11.911 s• LF 5.1 • RCP sr � _ — v ,; ' I � R OHE .YS LF 6 -- i �`. — 1 r 1 — i Pk 1. T • . x 2si RCK01E 220 Sr MSC., 50sik04 �{ rDrovE LF RRENpE tw 3F� •SC CO.�R4,E __ ■ � 1 REU4.E 60 EF Stem, 454161 Rs 4T LPS ^n H- zEun>_w.c[Flt t ' �O ) , ..I �.. i AOKwE 2R9 IF IIF ANTHONY 11 R6CCn,E 31CNeL t riuFFlt ��: CRHNEf .. ICuI 4 CurrciI ST r;H1�LT L+ivEYErg 1 1 CRC [13515 %AW) ■ 5EE SH15. 101 .• ITEcx tts5 BFI 1 SA•Cur E%Sr xw•E s 9F RENO.. 6'e m - I lsr]EN'RLk 1 ...NPR I RFWVE ♦tl LF 45 xc. 5T LN RERNE 22 SY AS PARr.I 11 1 1 "_ &545•14354455 CFF 13 .16,969639E NMI 1PEE 941164 00108 pc.I Lwre I krf I ,a„m. I new -P1 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ? iI61 ( ONO a 014) 4.m m CO 'DEMOLITION PLAN F.1„.17,1 STA. 25+25 TO 34+50 hums TO ROOM 9: sEc Emu. ➢EkOU11ON PLAN raurt wn 1.. 16 4+ �.. •» WT $iae�i W7 a°F#uw te ..}i .s°�3 S. eLs yr, 40C111 A 4 Ili OYERHFM ELECIRC o to 1rr eu LTli ,,.' • iJ m ,117•14315 AO Rua a MI I I I I I 17 52 1 SANICUT E611 WILLOW PAWN LECEVC. 1 1a rrs OOFA UNEORNd 1 1 5' RCP awE eASPHAL L__J 2om1 a+u.x ,.h Rm�s' F i Rv E s 904»132 W 'RE 12 k P AkEIWEIRT L J g �m.1FE RE CUE R� ii SNN. R 2S9 SF1 I�yU� y 6• NY I. of B0% WLtERT MEWS URBLET``1 ?'E® (H■RNj r ■ IOw[ CIE641 T RCLF y N Mawr [THIS PUrJ�jj mor ®�j ..: sv0 ARE,. L FOM wu rw. m t� ys'IT T 4.".. — - . _ REYOVE R U Km.) �. j TOME aSr — Lr Pte-.» rseLURf� FH [13515 Y� Rc ET . Q+ IV T .I ■ E�%E St IF -- `ra LroRr..r _ 1 FrUc ■ uLT vwLTs RawKuCP .nE Rb LFI ' LF • cws AsPH.Lr'etiEUEN1I 5r m_i $ IF 5" R T - so mP>t A P9A Ou 09 / f .at ac w�.iia rr 1 �c Vis, ■ e or 61.TER ae 1— r IHAR ROM �''iL uGIG _l, a .� y ryP WR1ER ieEu TE.F f = LE1` _:■ Pa L tee`—_ a—• e.._ $ �@ .PLE o— —. . �.� E. y LF AgRl+-NrK RRSE R9 NNEMM. h 1U.ysT CULT 1 276 FEwT� J E .• T[ 1 ENCTE 18 iF �LIulE3 CF CONSTRUCTgN id111ixWl SF • YH. I l'" RHs H- sT KASPER ,]r I ree RCP Si I SF SINENNY 0-1Es nw? I FM9H CR1pE C {RIFs RLR+RJ PnnfYEH1 r ST I 11 1 1 N fJIEID 225 1 ■I MOVE `°I IF CRC [1215 PLN ■ IF CAC I IE,LL.r 1 1 I I ■ 1.� • 'till ECENo -�.. san nc s I E E ea II [iH6 PVHj �` 3F sbEnax{ _ f X r 9 u ;-: (rHS H1Jd NTO WpWN lir' __ Osie mi W]Rrt u I I • WEu9"E 727 LF co ?FuCPo E225 M. Punt 110501-1114: R 7 Er ` SENO E Y3 REXOVE 231 LF C&6 EWSi. nH3 PWq UNE O ____ � i- ____ r L ,AFF • i lb_ L = - LF 4- rCP • SE1J"E ,r MS 11:01Z11,FF .LT' TO ugWry PH•LT •MI NEGT • WS C1r' TES y`{TI' 3�lld ° —1,m 3geW 313040 _ G1DLIFIAR■ __ DAD 37 �_—_—_� __._._—_ _ %TM VIw,un l _:=:,,:°: r_'--�--" c --°s— qq°-4--0,— -CDN,.. "W TG- FlrvSSH G4477E !EX _ WEUWE t7x LF CkcL I1 WprryE t�5 ■ [19 PUH] I_ 07127 UNE nn0 ISF ososwoxl IF''..!r; °Er aea WEM3'+E t3a LF CRG�I+11 12F OP *01 I[1H6 PUH] ■ i r.�.y■ Zi II uurrs GF CC«SiRUCiprv_ 707 1111=1.Z3 SF SIDEWAY. r 27 v!RE '93 . _ 2E 0111 -- REi 4 547 SF SGEN'N"k1 I1 [eWp"NI TD WEuYN �T0 REHNH 1j7R2 Punj}• 02-7 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ( NO 2014) DEMOLITION PLAN STA. 34+50 TO 43+50 r in .cpa ° s0,50p 'Yrs" sx Is. OEhi01J11ON I' �Ln�s •2 r... p. '» �wrj.T.7 ..k' .Es° e�'E 7 EMDIHFM ELECTRIC n .oma s iii .. �o m w4� 4 pd"ilJ sr" F:u, it-ORTraxmzu "' oL" s-'' 7WL .w "' WEE.7 Onm OM ==r=� rte" E 1 1 1 I Ij�[rHs UOLF 1 �, w 1 9uuirs of ca�si cnat I III 1 �. 1 nN- 1 1 1. WE.arE +s SF soewx - OA Pun]1 g is +un uEvwE cra AIaee 1 1 1 I 1 15F 510EYNH XwE a 18F 29E•°LI Ek[rv'E 6 5 57 S1ESILN I 1 i,RH6 ■ ROME WEtiPIN .1 I WE a00 SF WNF0/0 �W iW EXWE e3 SF DRhE" PLw] lyTH9 PUHj 1 -- 1 P A- .Iy r _ -�- f+ 7O2.. crE 7 80" cuLvss,r G.F -_1,./..?el _ EuxE I0 LFI j I s iwcr i■ -7-,N, e1 E wE ,� , ,� M �{ , A1.1 A vA L Ti, aktNl � LF [I �I ■ a� m 6OLLIXMR ROAD 4 iQ0 . y_—_ i _—_e _—.. _ _�—_—_�5 W _—, _ i RxV- e .:.:=:'•:=:======= -_--:-___ —:_- a •,:HD °' z- ECRB =-- � us'ualusf rcNx NH T� FlN dI r.PA:EI — — —°— — —' } ` Its• R.m Si � 11�I� - I} 12 i _4 • I 6•' ®eiSill E i. hT.' T< E V ,��wE ��� � [Aka. i 1 LI'H+ CF CONCT:..:.Tnu s PLAY) II II I FrGAS m PEi M WEkO'tE rhe , [ab ]SFXOWNE•n'� oEx'r't-I[ ITHR Plµj g ----- 1 I — Pun, (7H6 laov •m[Wa • F20.72 669 51 STERNA I I�HIS Pueq 7:','.! .1:--r-1.7,-.'7,N.,r .-1. I LF. o, 1 gJOLW I 1 Rd 3 1 MYT 5731ETl1 1 I G v2twlrs s,EEr - 9=50l nv. 'Poul E4IO'E 30 LF R[EPYE I : 3a] ]d `# 1 ,e • -�c :. r� :�'�• 12' RCP ST { ® F "IMERWk iP - • LEGENO 556 S SIDEOLLNcx _ REwk'�E CUFF Tp7RdEF�ST� ON� �n TO Nu TO NE/8YN I ____ p� ,�uu�� rrf, 1f fOMENE rHIS .a57 ,v 6 TO ' 1 4 r CECHE 1r,1 'EuEM IRATE]] P" WW9 Fai LS, JEW) @f181. FE10 1T NE NOD LF GRG °L+^=k W006 FENCE r. ��,. STr,]� u OF J £Fi ciEi vu� IYuifF� 11313 * •T, SSE AFF ..Cao or II,. cn A ISL 6� ,. ` �rn.n m ne '4111111 Fi l.,.7„,_2:3„,_:--- r - • CO.. OR]L� uH k' 3C^ ST h RUC• 1 _ „E... E LE . [umv w IEr Y'x[IFk eErwE if LF 1 I�y •ai,H.LE c T vnuLTs To NE•rN 6- :Iv wnTEZF _ _._ MM. nalEll 1.1iE TO BEm:aly 5 w:It 3 - .,u1x[n huOF �. IESEL,E GOLi•MR RL}A6 yrs —•r-- _--� : =--__ Re, Wu,un .n I.- _--- `LFI -,±, _ ..=;;E:=:= _,._ _____-r_------ - -_--_-_--= I,E r. fE j � UNLET [ G 1;'.'a -I IH-U - E E TIS`. -- IT TE ..a , 3.I H EH ELL ,sGE FH � • rte. T • • , y'�_F— i T 1 TH9 rzUN]. 'F :hCr =wPF[RTr urE ain F LINIf,' aF CdwTltu�.'IINu _ E+•:;�E :.:: I+ 2n'riwni r H10•E StJ 3F �PEwulll I I J1 � SVEE LF L3GLJ J 1• (THIS rr I I _ _ _ _ _ _ I L7 I I 'E' Rro '�Fx�Pii'un Or 11505lunxt 241194 431445. llb GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER flaw (SONO 2014) DEMOLITION PLAN STA. 43+50 TO ENO wii5� c Pa. c r _ rE in ono$iae- "� °nF#uv °1SSEC'' DEMOU11ON PLAN GunOwl F .f LEF _ €r s r m o4RHFb ELECTRIC o m Lo +a eP � Ti€ ,.«""' #nwt'sr"` `-"�c""Fn a w TN w. s,>arn..: m.xe+,w.c .o PF].F. - -- m� , r.� I RdIENE 914sF 3 5FI 1 I I. 5 3A]ESSLI L E [THS F1 J i4 HE. '1 - F 'I 0144330 r I -r++1 00 RFFLWW ■■■ Ta RENVH If 't [REl{IB7 36 LF ■ ChG CkG [THS RN11 RERinE 1<1 nRrvFxnr� REYP,E tr1 SF R[•b.E 9 5F ' - $F] IL I IL"*E4 I u R[udSE 2M SF IMYC. CONCRETE L+R • 1 61,, LEE HA] 440.41 uwcso ,T '115ERT0 _ usTRLCTPR L 3F dRNE x'Ir 11M5t. CAai6RETE SF O�PRE � + IS yI EEC N 4 ';' qTE ] I. j Il II m _l _ =��.4C• r __ �Y,-IfY.'a ::ulvET1 4:FF_ _ _ =-=,_-7),_ r --�#, L ---rt _ _ • D~ WEWUE1 LF T mamrw.,E 5, LECOECT n. E F 1HE T RmE RI P1OwI a e Rd PE R r i REwyE rOR LF •ih ]�:T :I �� C"LIFT? _ Euti 38 LF RENO 25 T 6R . " HE { JE -E w ,r .a 00.. x n, H EUA �.�P� E E,T CURE ,,•T� � n C ti NLET� 9BW11 6OLL•NR ROR� _ 5UH10 F J•� n e,r,__,,—„,;..----2.—_,-,==:==,,_ c — c L 4R • -==========E ----------_._._. _._ - - -- FEny w'"TER:_-__-=:=e=:=:=:__:_:_:__:_:_:-:_:_:-:-:_:-:-:-:-:_:-:-:_:-:_:-:-:Y.- I.�__ � L117.°.'`..:,,'' E ]L REu[ TT 'SI 'F .-HTE'-Ex,l'E NUS. tut[ F�\ �r—F. I'. P =' sw. - 1 • - __.. Via' �_ l 1- J Ea� o� - __1___ 1 ___.. r__ ___IR Lf"--*---- --- -1—"4 II J 2]3 u� EuCr�H°nHF 13 '°'F I45 .PoE 313 /rl� E Ij II lu 4E'o.� IH y I11 • RFNWEN333 53 jj1 1IfI I(1 I+ RELO'4E T2 SF II' J I: 'HILT dWNORS4 SILEw/L.R2' 'FP Iss,wLT 79094,, IHrEr.LR 5F I1�HLT OR5w"vr REWE 3�f . WE// E 138 SFE] 1 ail': 1553 ISI1 �F N II II I (THE PON) E ,: T ID RERtt LN. EAST. LP , .T ��� i 1-, 1 EMT. RORER rc �. PC. (TD Roam) HOF -TRENCH WLF-TRE' .590>,0 No. 2W _ . ..N.r ,��q'§.�• F H1 y't 61'2 IRAC( TO akci) 1 CEV1 320D i 'NNLQm noSron 1 1 SDMALN 10.0' LANE Ex151N4 0.� ANO GLITTER 11.4' 1062 15.5 TUNA LANE Eo51H4 HVAC ROOMY 11.4' LVE 11.V LURE E[M, L [_Ha AND GLOTFP. - .:. I� ea5nxu 1, - y� /1 50E5F. F ,.- e s 11;111= Ne g 41 P 14'4 El g 4 3 E1151140 Ir HP45 6A5 URE FFF���11 i ? 1 - -- PTO RE 11020 Ep d REPLACED( JJJ F -I PTI ....,-.-,..,E6,151150 A.E.P. 511025RL•' .• D.A' mt ESSTING 5' __PFL_ IfW3 1.53 NHE METING 1B' C.I.P. PATER LINE MOND ATT Fro REN4v➢] t� RE RENp'iEp W REVLACED] DUCT BANNS k REx0.Cmj ELECT T CH•Eu '� wL ` MEM. • 10.3' f r Ex[:v;ENFM F,.wu DE.TNSGABILRE6 To IX)11140 SUBSURFACE UTILRIE5 TO RENON -SUSS INDIES CTHERSRSE AU. 4EUC1141 TRENCH WUKO1LL MATERIAL 0ER UT, STAMM, OEIULS, 5HEE10 150 54 162. U1 mann. TO FE 1 UFIS CF B", COMPACTED TO 95% STB. PROCTOR 6Erc551 D.ST+ EXISTING SECTION (LOOKING EAST) _ Ho AT THE 151E or 1 TEST Pm urr PER 210 0 COLIHAR ROAD STA. 0+00 TO STA. 13+00 TRENCH BACKFILL s -'- k_ 'i 'It R 4 IM IS EV e L 10A' 5&0' 05014 -TO -5K% 22.0' LL 1.6' 40.14'5 RurPEl 4A' 2.4' 11.4' LAZE 14.5' LURE 21'.0 RAN LURE 20.5' LURE 11.4' LURE x.. 1ti.V 2.4' ORu,Ss RurPEA Rommel pa.I orre 1 1 x,91,. I.� —g. P1 GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw Z iI-. (POND 2014) m,,e ( v TYPICAL SECTIONS (1 OF 4) ROWER POLE {TO REUUH) - - RORER POLE '� RQI)2) 5:^ CONCRETE CONBIwIOH PEDESTRIAN/ BNE SIDERLON (TM,- SIDEWALK ErAIN0'. DORR '4HB3E REU O. HT. )MRES 3' NIR.. TO b' 25X]- PEO &NE PER CRT �• R I T iNG ['Sj� r IRNR7 {i"1 / 2Si tt. 1 (.1 rISUB} fi 1 +j 1 (YJ r(RNHj {i'J / PANE EUT RECONSTRUCTOR IBES SHEET 138} Tv. 1 {R7 MOW {4 2°55 iL PER Cfl>'' SfO. 50LEAM =ME SPAPNS-CRETE 510 RFD LOEwALk 5L1E2E6 W N6 POSER NOLE SEE STREET FLANS. 516EVLdix pETAnn6 CURB INHERE '10 32 HT. OWES 3' NPN. TO €' 1441.} - J p ".C.'''' sr.. can ITiP] a I , xISTNG +' HPVNR 1145 - {TO RE REMOA6} -�" 1140203E -- PRCPOSEO 16' EUISI 0 cc905 P2C WATER f R4KST p � �LL (TO RENaH) PR 00200 2' R LStieBl1R PROPOSED EAISTING BC44TRENCH t 0 , Lm' ERISTAC DS. ExISIHG 8° Ir+,r C.I.P. MATER AC. P. NATER ` Bcv . {van.ULRERT 1410.'- To tam'- 1 J (TO BE 25451:05 (TO EE REMOVED) 2 - LL - FILL MTTH FLUNIBLE FILL OW). SUWIpAFV TO BC. CULVERTS BON CULVERTS TO RE PRECAST ANO CERTIFIED J + f ' 511' R4x "I Eta LL1L 0.i Y 1# d 1. POI SIL P l'OSR 2. cui0E1LLTB=�H 041THABACNE3 13201 FlLL 2559 11200.910 BO5 E. cuxsT+a.c7Eo atHT REPPI. EIRELCVE QM 9E PROPOSED 14 0 d WATER 3. CONPLEIE EASEFUL CF STORM, GAS d WATER k/ CENENT-STABLIZED SaIn ER UT/ BTOS 2, 1 F STLW41FAC LIRER TO -93 LpyNNO NNBES 10.5'-11.5' 1 20,0 y>,A• SEE WEBS 5 S 6 FOR unmrNEONS Rama E 0623 2aR0 CL OuwdH4 NmE5. YHEEts z 31 ANS 22 0210512LTGN FOR AOpipNAL IRAFFlC CCNRML PROPOSED SECTION (LOOKING EAST) COW FVU? ROAD STA. 0+00 TO STA. 13+00 SHOWN SLY AND MIRES s TIE FURS 4LY 622 ir 1053 TR. ACT L OT . o11LITES ARE Sure HRN OR TIE eLYb. Lu. YC. ASSUUE3 CF Off S:RF10E R CF 11,01361,05 MUTES OR T. sosrunE OR SIRUUDLRES. THE am W; FIEL6 LOCATING ALL EBBING U24ERGRCU1On am ES PRIOR 051IHMY CCNSTRC40 0E44103.10N:CI0S4NOTFY THE OF 20) 0031355) CO5FUCTS OR 2SCREe.±51155 1251 THE RAMS. fN51. C.ER p • 001 (H599.4011) n 41110-TREUCH HALF-iRE+rN 0W5:E12 � • . 50.1 ` I" -I1 1)'t Bt'} (BACK T6 HkcNI SINDNf1 AgLQ55 EftlSPNG I r 510EWLK II. 1 L.0' LANE I E218TIHG G11AS AN0 GIRTER 11.0 WE II, 15.0" TURn LANE LOSING HMO ROAIMAY 11.0' VrtE 11 . LUTE EkF,TIrO ' 210 116 CLRTFI? ... IX _Ttc : ;I.FncLk e 11;111S6 P Ip '' s g '� 4 T �5g90'Ri•. MONS 10 C.I.P. WATER LINE _./.13 IX6BNG , �� TRAC B" yT0 BE 9020'1'55 & REPLACED) 01)01 = son 2�-E�tRTFC (10'161 ,` 110'«4'] 01IKS LPA'S CA5 LIRE Ervuv;ERFM IXISTf� le 1-PRS CAS LIRE I. ITO SE 50901±0 a REPLALE5) 5 I €'r-srABlu0Er .01 5)1510 41B50RFAEE ImmES m 29110: Ray.. UNLESS 111 OEUIIxc 1150:0 IckFILL PER MR > 1 NOTES 0109518E & 1RTER1AL 001615. 511¢ALL 15 100 0 161. EROAL TO NE EE+1) LIFTS C. 15, COMPACTED T5 45% 316. 140CT0R BE^<sm. :^;'T1 EXISTING SECTION (LOOKING EAST) CP _ o AT THE 1010 or 1 1E<.r Pm 010 100 _10 Lr GOLLIHAR ROAD STA. 13+00 TO STA 26+00 TRENCH BACKFILL _. -.- )4' r ' ' L a \.ei 'It 6 • B IS 5siv L 87 R.O W. Ir 10.0 55.0' BECK-10-BY0 11.0' yl 1.0' GRASS SUFFER Si - 2.d 11.0 LVE 10.5' LANE 11.0 PJRN LANE 20.5 LVE 11.6' LANE _12.6 10.0 II1 2.0- GRASS SUFFER ±1105 RO Roam) 4.21 s.0' 5B' 5.0• PURER POLE fro 101210) Rommel pa.I orre 1 1 x,91,. I.� —g. P1 GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw Z iI-. (POND 2014) m,,e ( v TYPICAL SECTIONS (2 OF 4) • SEc mscREIE ` COY01r,11011 PEOESTRLIN/ BNE MERRY CPO) I.OU WAS ;WHERE RE0'0. HF. 120(5 :" RIR. TO 6• MAX) PW RIFE PM Lm 1)10. 53141ER 0X81(180 -TY. 1 (Wj / (01111) (4'j 285 (1)i Y1N1 N. 1 � + (51D} (4') , ffjr TT. 10{14y) (0425) [4) I PAHEYE25i 00052g1RLICTION (SEE 511011 13 5.). TY. 1 ((WW)j (0421) (4'j 25% .(. .....L PER Era STS. 5010209 000000 154 BIKE 555 T1 X F SISEw1YR W51015E6 AROUND F5NFR POLE SEE STREET PLANS. MBEs.. RE1Aran5 0LRB 'r (WHERE REO'0. HT. 055±0 ! 3" 019. TO B" LwL} % m«t. rPRO50Sm 10 1 •S 0905 FVC WATER 51D. LAG (IYP) r----, PRCPC555 rFIR E 00 1 :� 095555 l" u - `EYRT„O 14' 0 RWrt I Hw5C5 EI71n 5' Cr, BE REng1E0 w I �ENSSNC Imo- cwv1R1� .... ... - 4.0 _ u •. 9142)1 16• CIO RFxWrv)rvE hums Ecum swim xlSnuc Aral' 11.0 (TO BE AWNED) 1-00.20') CID RERAN)T FILL NH FLL:01 .LE T • L.E T L E i i E E - i -' E PFlE PROPOSE.]- 3.13' ##§j U.l4EpF le VA9IE5 I--- 1 } r 'y' CONsrrnl 1C# 0121)01: 1. IRS/ LL PRCPORE0 501 OULUEPT 0. STALL 5±4200 5) MCNEILL OMEN 51000 1EY 600 LULOERr SUCH THAT a 0ESM05 EM.ELUPE CAN HE C0N5TI±ECTEO MOUND PROPOSED 043 h WATER 3. COMPLETE BACKFILL CF STORY. GAS A WATER A, CEIENT-STABILIZED RANO PER ON 5105. 11.1 11 -115' 45.0' 0E5 MIEEIS 5 0 6 FOR 1)5155 1150A1LA110101 TRAFFIC Car2Rtq.. u OCNSTRut OR/100094100 2121115. SEE SHEEIs 27 & 31 FPR AB4T0NAL TRAFFIC CCMROL PROPOSED SECTION (LOOKING EAST) GOLLIHAR ft0.40 STA. 13+00 TO STA 26+00 s T FLOE ORL0 220 0 LIT OE,NCR IS 006 011 7EKACT LL ST U11LITE3 ARE "SWAT1 00 T)E PLVB. L.u. YC. ASSUYE0 NO CF AIII SAAF0CE R CF 5.6SURFICE MATES OR Sr0UiTA055. THE CO,77ACTO9 IE FES.NEISLE FON COMM. THE USL02 OK''ERS ARRC FIELS LCCATIRC ALL E%BP11 UL5ERCEC0HR�0 ARV 0)515TRUCPO, 0PENT1 .E CONTRACTOR S MGR TO 0041 0O3F1 TLAC HE DF 1NY 009E1.D] CO'FLIC19 OR 59CREP00CIE5 ROM THE FANS. IXIST. PoRIER PpLl (Tp REIeRK) tr W, R05a 00,0 Iti. 1002 1 orT �a MT* F Al HSTF-TRENCH HALF-TREK11 20's 61.2 (BACK TO SAVO I ,.n• u9e , I.o° LwiE 16A• TURK LrrE 11.n LN1E 11.a• LAKE 1II. CESEI4 rHILDEO rrIXGT1RG SBEWALK IX6TNG LufiB AkE p/ffER IXGTIRG VWt R016WA1' IIA, DATING CURB NII WITER—, Ebsnna .:. �� vUc1 :.u• ... / 1, _'-' r• C 3 P l i s 1� g 4 - 00p0210 T /2 E303IIN0 10' C.I.P. WATER LIVE f IX611HG hTf H � �' UNE 1 aU ® EA ,. Em I EmEnws VO BE RENN'ED & REFLACE9) J DUCT BANKS k iwEucEnjm LIARS GAS uN[ 1? i'�'8� • sELELIsAcErsu w •H \-.1W2220 auLRC k� ERu0EKENT (1 WWI MONO SUBSURFACE UTUIIES TO Eovn, or Y.CP. w2sr000rE]i F„y10 €4T-SBE3ONTARILAED KARR. UNLESS TED RIHEFRNSE (TO RE ROACHES A REPLACED) KI (ERGS AT STA. 39+32)011. NL AEU,511 TRENCH BAak}TNLL (AATEER AL PER EVA VANE.: EXISTING SECTION (LOOKING EAST) DETRIs' 524.5 RDA 16.1. TO ST ,, GOLLIHAR ROAD STA. 26+00 TO STA 40+50 uFTs7of LrTUCONOPATTHHETRA Osm PROCTORUri" FER�_Ca'L.FF „6,15F.14.751 IRF-101017. TRENCH BACKFILL s )q � g `u-1L e - _ 3 •Ig£ 6 10A' 50 0.0.0. o s Io- tR 5&O' TO- BAGS P2.0' 1.0' GRASS BUFFER 0.0 9A` '11,9 INE 10.5 IPHE t1.0 NRN IPHE ea.+ LME ttn' 1µE 2G' t9A' 9.9' C 5 BUFFER O REYNNN) 1 50' r EE I Rommel r.I o x,91,.-1 GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw (POND 2014) m �@ v TYPICAL SECTIONS (3 OF 4) FRC/POSER CCRaCREIE PREBSIOEWA P ) HxJ PRE LN RETARD* &DE]AYLK REFNWEG LVIR9 (WHERE w0'S HF. NWE5 3' arc TO 6' us.) Eq p60 1y- BkE FER Cf1Y S@, SSLIER 00000 01000500 Tv. 1 /r (BIO•NJ [+' J SOS2 000 1-I } IA'] lY. 1 CBRBJ j }� �1'] {a� ,{� ii EAT Ru ISSi TV. 1 CWj Om() (0') i]% � PER CRY sm SOUSES COURSE CONCRETE II_ Sf 116 eKE i.7 r PED• IDOENNJS WPI"EhE3 Uv: E=TLE SEE: snIEET s _ 010 011,5 11EIAIVING CURB [wHE1E REO":: HT. PARIES ` ' MIN. TO s' wx.} r ti J[.. .. gaga' 310 CAC (IAP) ' L ' ' FR9%DSEO 16` EKE4 FAC 11TER ,B HP 6k4" 111PROHPG 0 %. 7 1 1 III���III���I�I�I� w PROPOSED 1` `IXISP -, Ea LFUSR L'kNUR L 1 1 V~` ,.,, Y p' 1IILRY TRENCH ' 4. 8' C.Lp: TER (15 &wk5 CTU BE REMOY1l1] 21 s NW C.L 1�O BE REM04EO) CTO RDMf,} (TO=RE200.0 6OK 1 CULVERT 1 :"1 iT0 g f — E0 CCP. 1aa5TEwATER Yg, LL-- f / VO OE WSW% FA1041'0ASB33} \- .i.,,..q... FlWRH FLORAE. FlLL (TVP), 50090.0/ TO Box ENDEARS-1 � GSi 105L 10 80 BY LAAMUFACTORER TO HL i3 COALING .. L FRCP0wy 000 CULVERT (52E 'ORES WO' TI a`:a') AMINES 100'-E1.5' 22.5' I Lo'SDR2s FVC wASTooArA (DADS KT SIR 3A+32) I MAW a o, JII FOR BARO SOE - CONSTR.11100, 000ER. CONSSTPoUHEDS 2116 S OUE10Md0 w1016HAS SHHEEEISSC 22 10 22 1. .52s66 '05EP BOx CELRFYR FOR AQEIDS2DL TRAFFIC CCMR0L 2. INSTALL BEDNO a 54260u. Wok 0ROP0SE0 DU CaLVERT A:CH THAT A BEDSNG EISELORE CAN BE CONSTR.XTED AROUND PROPOSED GLS h WATER 5. C01..PLUETReDu FLL OF 51CRL4 CAS k '.PATER w/ cEME - Nil NEO SAND PER CM 5105 ONLY AMD W HOTN LA REPRESEUI TIE EV,CT LOCATIO< OF SUN 1..ER IS IT PAPLIM 7F. ALL EKISTIRL MLRES ARE Sew,+ OK i1E e1N6. LA. K. ASSUMES AO OR F Alff REEPONSIEIF= PROPOSED SECTION (LOOKING ER5T) COLLIHAR ROAD STA. 26+00 TO STA 40+50 sTHE A9 Eso THEE COST. 17009 sRESPON001.4 Pu 40 08 TLLm• CRAERE °+1- FlE�ELD LCIGENI L IXPRIOR � NC UwA1OCERCR11 z MUMS —,s>— ' AAS CCN5TA0cno00 O E0Ana1. 0100 styli 001F1 THE OF 101 0000 0) C*VFLKT3 0R D5CREeANCIES 111H THE FURLS. E201RORERH02,1 5 R0 POLE Do r au Ns mvs0rues sear 0 so 000.11 •. 1 , . �0s ••• `dy' • 11.2 60't TOAD. TO SADO HSTF-TRENCH HALF-TRENEII EX.ID 1rHILQEO 10.4 LWE 11.0' LYE 13.0' TURA LANE 11.0' LYE 11.4' LONEscor I MONO�ETSRPNC CURD AND Ca+m-R E.ISTIN0 HIND '^ KAIIgAr T METRO NRB ANO curtm IXISTPHG - .: . .... I� S�QEWNJ( .l C A '� 5 4j - 3 ti�uY i (0 BE 10 C.I.P. VIE6E1'L LIRE ,�F� S lT4 BE REVpNE) R REPLACED) 1� T. -- _ wLEX SPNG AR Q ;AOR .. [t A- 511 605040 2` 0'r GAS LINE IXB3NG 14" 0P105 GAY UNE DUCT BANKS 1 [10 BE FENOVID & REPLACED). 11105 G !" TPW309 uNEJ FLL +e �-, .'S9. M E NI i �Pn l� mt x .. 1 ENuv;ENFM ( '0.x ".'.4' TO 0x10'] cum. 0l'!Bri]FALE w'n S TO WNW. uNLESS RODEO OTHERWISE 1 tr-sTABILfwEO '"W 04E+11.. A0Eu 1x; TtE40H LYCR}TL /WOOL RER 2114 104E+11..611012,5010001 EXISTING SECTIONEAST (LOOKING ) GOLUHRR ROAD STA. 40+50 TO 52+06 612, 110501000 60 51 160. Au NATFANL TO 10 10SRNIE1 n urTS OF B", CONPACT6D TO BS% 310. PROCTOR 000061 LAST. D AT THE RATE OF 1 T" F. 111" FEN 3E0 LF � in. Es 1STA. '�i6 1�u.F=1 TRENCH BACKFILL --r(_-)c. r `. , u T •! _ RD' R.O.W. o S <0 11 r yl 10.0• s&0' 9000[-TO-6500 12.0• 1.01 20006 0111112 4.0• 2.4' 11.0LYRE 10.5' LNIE 01'0 TURN LANE I2.6' LVE 11.0 LANE 2... 10.0' 2.0' 66050 6UFFER 4046. POLE (10 REUN(00 5- .., s.L• s.a ae PrIll. POLE ) Rommel pa.I orre 1 1 x,91,. I.� in 4 r4 GOLLIRAR ROAD IMPROVEMENTS K6STORY2 Raw TO NEPER Raw (POND 2014) 4A rn Co 1 m�e � v TYPICAL SECTIONS (4 OF 4) DOWNETE. 00u0RNP EUE1HbN1 BRE SOE.MHk Cr,) .`� 40ENN. 211001 0 2_R5 (WHERE EE0•b. Hr. YPRES 3' MN. TO 0 RANO PE4 }% BIKE 1A PER Cm ATO. - 501DIER 0010.E NEM sruPING 10.1 M�7 r (6000 [4"7 2Si .15 Wi__ 1Y. 1 r fSID} I41, 1fj TY. 1 1 06060 (I, �Y)) EP' S; ( PAYG£ilr ISE NCTONEET 13S, tt. 1 ��""nn ;IV) [4� 2S% [ZS RER Cm sRO. 1 50Lp60 C9uR6E CONCRETE 51x1PNG 1.G' IDRE PEO SEE STREET 'LE.PROPOSE:: _ 501115eDy [T- ,r iWHEiE •E. 1111 -16 11 3` 0R0 T • ..- •f ....,. ' �' J V ... s PREFOsED 16, 310. CRC fT1Pi[ab3 RUC TER--- _ PROPOSED'I-F,C______O---40 t- DUCT DA DARKS �I 'I (0 RExwn, RR0%WEO rr 1A r 4. fr 4.0� 1A' HR'kT FAS Lppns 014 0E REWIRED) 1L EUYPNO BOx - C1.l4ER'1 1 r RRCRO.r£D cAs cuUVE z �y§� FYISPH0 [10 061000) 0� 55 i� 6` C.I.R. MATER "mEm En7 i I TO o'. Ary LL- - /-jam �... TRSNaunum AR !To DE BON CULSERTS T4 BE PRECAST FlLL (TTP).nu ren0 SUBSIDIARY LOWAIXE / TO <100 CULVERTS -' AND CEREHY FFl 010 TO HL-32 LO1HkONE I Ill1 KARIES 0-11.3' 390 1 .41 SEE SHEETS 6 k 6 100 10100 Ms1AUATIOUu TRA111C 0202100L 000GTRULPO6 SEOJ00000 SEE SHEErs 23 040 0715. 22 0 100 000165 AL TAFFlC CCNRML 11. N 000 21,1,00111' 2. INSTALL BEDDING 51 BAC100 :::•2T ".',u.•'..57: '::.v COLI101 SUCH THAT A BE0"1':. E. EL E -• E CONSTR01CTm AROUND RR:,'- . E : -TE LENENT-YTARIu2m 6020 HEH Cr' ,Ti, s TIE RAM AF£ FOR REFUENCE ONLY 0210 D0 _NOT NECESSARILY RERRES6M T1E DUCT LCCAPO5 OF SUN ACR IS MLRES ARE SHORN 04 ME RLYB. L.N. K. ASSUVES Ahri S-.FACE BCF 03110RFACE MUTES 0R NiT.RESF THE PROPOSED SECTION (L005 INC EAST) 00 LLIHAR ROAD STA 40+50 TO STA 52+06 IATE TI 4W:60< 5101 OSLO L090001 ILL 1MON � E F.FONSIELE FON LOARALTINC 0 1:0101.4ET A.1015030 A vn�sTAUCTio0 OFERAnaAS. CO/FRAM. SFRi. NOTIFY THE OF 600 0BSE6,0) COAFLICT6 0R 0SCRERA1IES 10BH THE %016. 1 1 , 511.1' 1 * ;: scorT r. m � WORK ZONE IV NE NE WORK. ZONE 111-4P.er�e, WORK ZONE 11 ] 0 . .5A0' WA x Nt1R% mRE PR JP ST 15 5 1540 YN% -KWiONE PPOtl1ESSN6 EAST 10 'C Sr Z..PR 505155x.[.% Eh Si 15 xr MOW LANE -- EN Mr TRAFFIC VIC _L f3 Pra S a ;I e 3 FINES 40111'� �o-� C�� ��� • . DOUBLE "�..I Im. ul--� r�:n NC'.vnw PiP-�E rmEla E i0xE �� .ry 3 ORE mxE novmxxmvFe oxs. �.�.rr. I. WS- I. 1 � 1■■■��� f�\\ \\\\\ `�� -- i IIIIMAIWAVANIVIEFAIW AV /ANC ±' GOLL FEAR R.OI1D ZE S - "°"k QEF`-, 1 �! - �_. _ ri mW 1 T �; I ER p55-21 a _ThrTr_ .l ,6g xnRlc mrc...............IA �w.w� roY�. mYE 0111 mx I I 1 II = I-I 1 GUEST. NOTE, GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw (130No 3014) AOVANGEO WARNING PLAN (1 OF 2) I WHIP/ '-• 1 RE.PMSE IMMO P.M. KIES . SHEETS., EDP., PET. —WORKMMING ZONE 11 WORK ZONE J • 1 '�� mane., pmEs .7E. IP 0405 a...a- ➢ mn. . PM m>c P. THE sHCPEHT14.0. LE 150Q' h% NONE ZON ASAD' WA % XGPof .� E PR, r.. •YC EAST TO NEST o-a .1.5.1.5.411.e. scams SR.�i BE METACm5 PER 11E5E155 s+ •.5,... TO TIMM CCNROL EUEIMP.1 OD 4s q r� �x Mill( idE E ! w.Ec Yo r1w. EE1 cETaE v. ExEEr ■ E - FO■d ipE - L't�lL,0 �' _i LLI 1 1111 F5. .0 � ry � . > . N; «...E 1 *50E E SPHMS Ew5 E Nap Ar .15Pmrs MEP. PT I.TgRW.:] r _ ,wq �= mu wTa1_ CETNL SHEETS era ax. Ewwunc .5T.11111. P. EEur r'i 'L■ E II g. . .orrE wm 11e TEris amus. w wmm.......15E1.1 i - ` r.m crzraw.nx DM mn _ r..�.... Tp i �6u,iu� C nw ___.� / xn.env.. aE -xu-,x CI TNFIXANES ...MP .PLL IsLEE THE PEOMME S.TO I �Ek ■ Yi.v sex ipl[ x .5-5. FlRES MIRE 1051DAA.05100 EE.e-a 5m.cx 14* E1.E•-a ,E 111 1111 °q 1111_ ,111 WIS E a x ro px x, � TIE HEE P. 6 P.P.E Px..r.EEE ._10 .Px CONSTRUCTION ON NORTH SIDE OF GOLLIHAR ROAD = Ea = .''x. .,r.4,x*1 ....c.,,2.nr EMIETIE s(OE U 1 1 'M`f �FAq scorT ctl�'.3 M�4 1 WORK ZONE V WORK ZONE VI —�.... WORK ZONE VII 7 ciu-xe WAx NGPN ZWIE PR�Cfi&9NC E W% r-K .. E P'., •'ESSNG .EST TO EAST, I I WON' an END t - —.,,.,,.on'.0 PIME d s 7 .a: RNES t � .. IM C�� M�_ $ • �d jla \L ��� iMI 3 y �p� �„ "� ATA, rr MITII ao- ...mo..CESIMANCli•C.aP.�....._ lam iMM Mr = , kF _ , F>!! II�lw 1i>! 1r e _ l Ili , me= ikim= llal N1MI1 TDNE'1 j� ,� ._ I k 020-6 �� 11 __ L./ �wumws wcu •fIC015CIE i .��� P�. ==1--- ._! I rki 1 j 1 GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 Raw TO WEBER Raw (SONO 2014) AOVANGEO WARNING PLAN (2 OF 2) WORK ZONE VII WORK ZONE VIII '�� (kV • _� i' .hN WAS ZON - A`.AD' WA k �MTkf SNE PR HC 'nEST TO EASF o. .FIs �...._—_—_ SS �— I WAD — r�i IDE 6 ! pp A' 0— �- IXdo MM L.. rum me 9 a 1/..-1.1r=1. 1. lora L ■ . , c.®o-la nrrir s '' -N zl li 1 1 �...�---� gg g / 1 1111 xwrs 1so MiiiMi MI I+Ii . x,c.c-mw..ui m. r ZONE I •*+..,+omn �w■ __.� J .t _ EA TANEO NUE cpm 7�E $_ .,3_, p m-a MAKE a w.,1. meow Num eCHne cmxc ate. x�x.�o 6,1,14.Ypfi.•v 1 a m0-50pplr L � xm-a � 111 1111 1111 111 — .3 LEGEND 1,401C, CD... .4 CONSTRUCTION ON SOUTH SIDE OF GOLUHAR ROAD EEM- -- = ,rc..,...,x.. x„z , wr .PAPHIC scaE Gz rz �G1D-tp�_ a -IA 05s s� �mxn .1�I Id' x N i� LEGEND �,�, , r'^+ * ' 4 M714 BID gi 11mE iY %381' Elb m tt3 1G�C£� LH FL4RG 0281428 •' I ROAD •ted I lr ®9e At1 TE0 A) - .�' ti i.HhiRae9AxD ESAGE SIG028111] �G Gorr 1= i �� 41). a TRAMC O. VC �MO d1 FG `b ^A G20 -2o L7 1449 $$ 1 . LOSE �4141 1 FlA ,E_ t FVINIF '.4' p g �F sE 3 ZESRPELE snrourc CF '. c i - va1 SEEM •in' TAPER 5 N cenms y125 £ 'g. • A" x iZ� 'aET ef' wjpA pmA[E • �T 30 15y 125' 195 30' 6' 5.0"20 444 L- 205' 225' 345' 35' 10' tdtl 120' .( 265' 345' 327 60' 155 cx2o-To _ "o $ 45 450' 405' S¢0' 45' 45' S8' 700 328' 1ST (F HE4E5SAR17 • ♦ x 50 905 550' 607 30' 100' 400` 240' • • -Eis „ LAWS 8 05' 860' S6' 110' 500' 2115' • • ■ ■ EDD' 650 429' GO 120' 105 370' 10' 504111011 .. E3 457 715" 780' 05' 130' 707 410' -2713 ABLE y m 7 707 777 6w' 7o' tag' rlpr' 4n' " (69 512E51 R " ' -In p Y C /•1\• 'yC e .' u L 3 {• Ce £ 'It 025 505 75' 150' §00' 5481 a` 79 nO11l 00542 R[WOs wLY 9. .', 5 ACCW VEHICLENITII 0WA MO 11024815 MOH • • E 4 = !YVI 44 TAPER 1ENGRI3 HASE BEEN J10E0 CST. L-IENGRI OF WEIR (FT] '•-740TH OF OFFSET 61] 5-008120 WEED 0616 `-_' OTATI*� Wo n • a FL19HNG I M1 NG off 514[ • ® •of" �� NOTES T5.3 � Nm55 x ¢]�-'� _,1q i8' x �- �--- x S'�� 1 c1a QTR yc�RxFj, 9HUG wr•upG 116HIS 'EASE F£WREO •xH � � FLaEcS 812428E 5T] ROME111..I UM I . I m.,o. I.., § 411 g OOLLIHAR ROAD IMPROVEMENTSROADK65 ORY2 R6 O %E6ER ROAD MK 2D14) CO4A rn 1 TYPICAL TRAFFIC CONTROL EXAMPLES m�e N {Zt 1 OF 2) PA'�E11EIi XX 11 a: RR0.,15E3. Ex E 1.444 eEFT THOSE :Erv0TE0 STATED TTF !ELSEWHERE THE DVE,LMS. BY TEFO. THE 5 nEEER. •W1+IE+A+1GE •05K. +k1Eu (IF E 11, cBE LE x0818012] 1 :. OP ` x SHAD 2"'12 •H1H '4"'1/540.5715 jj x 's ' MASSE RNCE rGu 30 TD rCr36F EUSED 6 ANEASE1 AFFECTNG THE THE AREA OFERFSReauCE Ds o CREW 3411.08" CF THEW ZERS ARE O LONGE PRIME, BUT HE9 RN. IF R♦ -i � iT� d' x •d- TUA A HK ROTATIINTENSITY NG, 7� 7H ER AHIE 2�u0 oC .. r 3E 5.6511i.TD FCR nq I PAL RDA l $HNG. OSCILLAING i.�SHAWN VEHICLESNMIWAYEE AOFF P05RTHE I TO THE n Tn\ { %PO. MOiEx � B f] iM OEIC.RFACEO NEXT TO '3S5HOSIMVN 9%157 TO nsOTECT 4 .1424 ugRK SPACE i X 06" x 4G' S 'THE IXW4+STE•44 TMER E OFTOuL WEN 4027. 115.25250 Y9R� I Er 1 ! /// o II 1 Ta x10 BE rou nor 0-1 EFI NEL 144 OENCES SPACED AT 20 LFEEF. urn. u 40 5 1 P 35%12 PA•fYErvi ,t'ARI S g .1 n ■ F�3 B A 24 6. THE �c03"400'5 ¢15 8E5)01H33LE FOR •41410450 7 IX 1G EETEEN14 11APo11u4 WRONG501E ARE E E tx2q-tn TYPICOAD W OROF ROADXIONA V 4' 41 'u 5 `% 9 V V 4151' g i 1 x ih /8' MM., NARKING ILS S E•R CA7E 1A 1EYFCns Eoper KNG DETAILS. e54835143 HOURS ONLY 2� _ 1.OIlK m ;xt 0. sHE mrtrAu.+1 CR '1E 41L 01m,1�T �L SIS IF PLNI USE] 5 5 L95E555Wus P...cE 001,4 0171 N E OLOSEP LANE FOR A LEFT s TM1L [E -.SE' CEIHERLZIE 1� �. w n ONE LANE E CLO E. 114E 2 L THE 75� E 0c CLOSED WAD 4 49 S015544.$4.-04 1) CR'N24TL'LEF1 nFE�21NTM OEC 00485 1;130 IN ROAD WEREi 29-42„.\* DEM: (91FLETNG SE SFAwEO NR LONG-TERM TWO LANES x SHALL F453('S. CLOSED ill 1 / _- ✓ ROAD ON AHEAD L41,-.55 0 t. 1] - s, 01507 c Lo+ [ - 18. P654 id 0 6n05 hunt. 014 5615: 014 bmEk iul9•.cc LESS THAN 564201H +•4Eu THE 415S41p u 4LL FL4:E THE n PIOPS0IE SFu 10 1PSFFl0 OF TIE UECpul0CONDO-IONS THE F8 OE � 0EVEu 5G Ln .HICHEVER NTF15 T111 34.8 50 401Am Twill 6000 E1' ''4052 'P -•VEL' t L 34241124850. 11. FOR 11RE51.EONT3 TEss 117,14TOx5. w7E7 3 15 1101 FFA91RE TO 2ELg42 HI0 RESTORE '40EHER 1144111+45. THE u. PO 4974 a 220 CLOSE W•i1RG" 100 d 5i Iu L T 03 003E11311x, 434411424 011CH 45 HERE TRAFFlO 15 0021150 c5E IE 3ELLP4 CENIEH1NE N 011 CHANNEU 79 PENCE GPAC0uG OF 10 FEET IS 40/11144143 THE 1.2 FOOT Alt, NOT THai„Ti E K ONE�5000.156424110. H MENDED FCR TIE AREA cF COWLS -R. 1uFr.Ruen93 (�L :FE N3TE 101 ROAD MEAD H P, 17 401 CoOTTE0 F NpMn AND hippo.. BF FRCN THE MEARIMT TRAWLED (46 50TCS 1)ROAD 41P _` xE THE 1 A ei7 CO. �y ,/� V ''LI' 1 ! _•1 •• • •g �` xr162 x 462 #E NOTE I} F'L, V OZO-. •■ :SEE NjTE 21o ROAD ROM Ieno g sayssmencs r. NN4Lc7 No. 1405 LEGEND ,, r" <. scot ..�,e = .....I....�,6. r � Id•16 ® TYPE 3 PREEMIE • • CH4NNp1➢N0 001(10 i limn. •cox SEAELE ® i [%uMnMm (INA) FWSHWC AFftO'A O44Q e TEAE 9A1 iR6}61 4 ,-fl, g V 4 END ROAD WORE WOE Edo ROAD RORK i slc <7p MAME FLOW N � r00513 R y 1 1• �cao-a ' [4 MIME 1) ■ , (� Ft o Q{) Fu aER AHEAD 1qq R g fig# 4 i 5 N IICIRK 'g 1 $ g F �zs i L1.1 5RSIED u 1 s I. cN�i1A4E1emo4 mimes y 6T6 &" age R ami „" 15 744.1 1ao' �• . exon rA55 E 34 1540 Has• Tap• Iztl Bn 35 1- 245' 225' 245' 35' 70' 1641 124' • •-+�. , - v~ 'y3 • i 40 200' 255' 320' 40' 54' 340' 155' 1 +• m 1r-Ff-w.r UNE `"R� 95 450' 445' 540' 45' 50' 325• 145' 30 5IXY 000 690' S0' 500' 494' 240' 55 L- 550' 600 664' 55' 140 520' 295' k x(0(7(6 CR OTHER EMINENT• ECEIs'SARr 4 RE 'eon As IN IX$ 6µ� £l SEF• RTW FNMA W ES CF TRAFFIC 81' �i4n11 NiP➢1E5 QEO1 IN I • ® - '�' 60 BCU• 660' '220' 60" NEE eNIE 350• 65 650' 7,5' 750 4] 1W A' 4,p' F, '' Y , C ' 2 �. , @ }0 1114' 7'20' 540' 140' A)0' 475• 75 750' 425' 9h 75' 152' 602' 584' A GLNIENn[RA1 ,,4 " GNLY 51 TAPER LENCRIS HALE 6EFN RWNQED OFFCES. L-HE+CTH 4F TAPER(FT) •-MOTH CF OFFSET✓) -T) S-P051E0 35®(NEIN GENERAL NOTES [SEE HpTE6 - — ` • 1 CJ �_ s � § VI GOLLIHAR ROAD IMPROVEMENTS KOSTORYY ROAD TO %E6ER Raw x? !IN, (NO 2014) m m Co , TYPICAL TRAFFIC CONTROL EXAMPLES m1°@ Vi (2 OF 2) ® 1. wnTkx2TOR TO Ix4HTNN TNA-WY1r TLMHG IT ALL INEL 5 FL446 Ar1uHED TO slims •ERE 42615 ARE Eam.,0x. WTI ILE ITI61sLLE sync,/ 3 .51. TRAFFIC 0:4MCL µnm LIE 1MT1F➢Ap•EnESTAIEu x THE PLCw En•FEERN noun. 64NWERSHCE 5I1H, 465. 4755x22. a6 NE PM.. 4 sinc%FLFP 04TEBIAL Wulf i.ZACW 6 WNW J• M 50 FEET FI1L! I.EAREST T2nnE112 5,1 A MC CH NTENsri R0TAn12 FLaW1R0,1040un44 01 4LON''5122 MTN THN WORE 1405 , A •SHCON EHI]E MIN A TNA 5H41AD TE USED Nana Ii 605 2 SH6E P(5111}0 50 TO •01 FEET IN •744,4CE OF TIE NEA OF 4@, EN ]3.•E MTHNT ABIEINELT AFFECIIxc HIE PEEF(ONAxCE OR Cushy (F TIE .49.41f FNHE E NUF,I: OZNIAEL TO RSIAN N ARE YE UMER T„FE C. 5-5 mune As RICAD OR DNER0,15 .04Nam4: a RExCE. VAT 3E 9.113STITUTED11128AL Y16x0, 21,011(4 MIN TNA. 061 a46210,191 AFT ILE '0(421 0 TO =341(794 x104 MN WALE. SURFACE 16x1 To ppm 601741 In 11 =3 x TE BENT ACTT 1s E5FEN1 HER NADINE. TxAFFC ,IOL N. H"1,+ A 4Ar a mem won UNE w E144111r wOUD a 045 THE RICHT-PF-M1 PF- M1 ux Aw MHO CN nE RANG sHouLSER R (41 1 �I0A]EA 540 SIM NAT BE 2142 N PUCE(5.✓1- ) •5400 420 x041' sass 115 040100(4 TON EN cannrsn6N41 24u•A1a NL 114101 R. SA1EYIN1 •AnHN. ARE REo- R. %I. Emil.FAIENENI 24005 ARE NAME) NA NC 1,1x415 SEE TNCRARIPMELEnr 44.50,0 ]ETNL5 I1. AUN Mars 914L1 :Cunt •1H 11E -rime. N4m:A. EN uSFoeL 1101PDC correct 12. PN1)R 70 HRECTM10 TENFE CN 1 .411E3. ..07.101. CR 44, OTIER 51147122E LEEN 14414 n 560070 71+(0107. TME (01150.138 sl -PLL PLACE N TR4O OF TIE BFEousc awuMCNS. 4Y=RmE 5(,:13 mwm aa1 THE BE REcu'05 o - Ns THE cu.O055 x44470.1- E047-512'. cH Ra4D%gEME-7 imBEsu (NNW. .CA6-11 Ime.EN LANES`. • • . II% % 104 54755 4 ex 5) • ® T tt 1 2 p N. •¢ • i 1 WORK ��RR'TL J� VP 4 SPACE NEAR SHOULDER �1- ROAD AHEAD s Ti 'uT: I} qg K g DM maim_. g 5 r lip BB B d ■ : j' ec x u• �E NOTE 2) WORK ,,.Jfll,, J�. V 14 SPACE ON N HOOK 4� x 3EE NOTE A] SHOULDER 1E,,,,ERp IROADTONS I 13 ROD =HE eaE�a +•' x 24. MB FATE 2) ■ WORK 1 VEHICLES LAW _ 21NOTE I) ON SHOULDER CONVENTIONAL ROAMS CONVENTIONAL ROADS CONVENTIONAL ROADS 1 I +4, ROSiCI nv. 1Po61� Ca1ETEMlI II III a1 1 1 I 6,R dH54.01 TO Ef. c6p8. HE]CHT wxlES 1 I uNCERIE81CNY0 GM 4 GhRI4E00 ELECTRIC — II II - a 1 s/w RET. 6+6,126. IEC SEE CTT' COAL SIR.+1729UT Epttls��CliaA. ■ .1.1'a30' 9 •` ,.614.414 ,..,-7...= • . • yep .. ii ii ■1fS (S¢' I ro0.TEE] I4.. ii it �" 1 Rf%ME 30' iGxC j NE%wLE 35' P HE.0 ]Po.E CIN.L. ,,,E I I L _ _ 1- x I III -..I II, L _ _ --,ala_z 1 ST4.=TiZ6 i _ ■ 11111 T - Wa ® W. �S__ ■ ,z,:', [e; 1F 11 l]al - � —__ __ 1 � -- nJLkc_ _ .... - -• - —.—.—__- 1Ju n-+_1 x -jitrii i ,' tY r II 11 �.. Qe,•wa STA Pt6+.6T IX3LLIHAR PBA E,x02- TE c , _ T+.1e• _ _ (2S.oru -- —__ c -- 1L_ _ _ T" 1 iii" 0 L� % CURB s >f1ER _c... — — — "-` — — — JIT - — �• . xi--. - �l Ro.a�.� ` -5 .. & 5 o ° 11.-4,...,�(uaTOH vi —. PI tkG EECIN SJw_ T— — • a T .— - . ._. II nirbg W REPINE RR.o' r.�. , �. !1 _ i( SHAL �' 4WC 0.E k1 PSC Ah44E 12C' ■co sr rt 01680 Cot Ll} l'''' KSWH!L ua 4�1+1T F eEc[ula cl�P 19�CrlR 'i 1 1__—+90.621. SEE SHT. as`T%-IEGik=2.17 �W - ' _ 1 =::� - - - 26, o AI T TSTG.6- REELER r.6, 1 •. I`I •''{u it UTE VILLVE 2-16' .,.5R.rc IFNEC.) P g dddcccccc II 2 16' a5 R212./VERT. 0843lM' i i. pap L.HES SFE SHEETS 66-,5 R .01-1.3.3.o H 1.2unT.lca.H¢..,NE *ria =— 1 - ,,L.1.--E1--E GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ( NO 2014) STREET & GAS PLAN & PROFILE STA, 9+00 TO 3+50 2 F3 4. FOR STORY YT.. MDR F.I.IS SEE SHEETS 113-. STREET & GAS IMPROVEMENTS tl 7Y He eY _ - 1 1 7 � 9:s 3121. 22 671 xpc..s1 _ _, TO Rx6R VICE.PROPOSED a (mscu912 AFEAS DE.v EE "`e6> All Mtn OM w.•� ' v,g 1594.'5 giga i -g ,g ., c c Ex. Kw (Ln-( c 306_ _f }' _ _� .i. Ex. ROW 1771 EC (LT an ROaz60 MIT 9711 _ . +C S. 26 wrtopospe ac 42 meow( HOR.NERT. EDI.: Cul -E '. ¢$E6, g• 7.,+ Jg m0 MSEC 72 2' 24 ac 42 HT0.N6Rr. Cvs g .-V i __ � G _ zc ��- '- _ a a7r[SGA141r6Exr TM60» RT1a116 L00011011 YY➢1•"_1�• 6,8 uN[ - `�` � N •••�•.- _ •• f .. .... .... .... ...... 24 S'x. 9+18.60 :.::.:.:...........:.::...:.:.:.::.:.::..::.:.::.:.:::..::......:::::::::.:.::.:.:.::....:.:.::.:.::.:.. ......... .... ........... ....... .... .... ... .. .... .. ......... ........ .... ......... .... ........ ............. .... ..... WAN P69P. is' -WELT TO 12x5 16," 12:14 5914. o+1s l0 Raav ;a' e69 ......... ............ ....... ... ............... .... .. .+ : 99,, II -8'x1a'REf IKSR L6 1-161 0.1.2 WLv6 M°311 7 I 2••LL 22 r R 14 [HOD 1+00 24-00 3+00 l I I; 34I ALL1 r '1 �vrtcl Poul u� y L 0'+ED ECES9Rr 240 THE. RE-NN1EP I1NOEhCRYINa o.5 kONlo � 12.-1721C iC T �R ir'^+ 44 J ■ �HI1lwnnnrx7 SLR s 05 stern 5212 S0 .TE 15 sTE . OUL 1490TEE SO cm 1 EEE=s I I�auc[ s¢' 1 wR0H I,T '''''.1- [ L!1. +7P• SEE SKr. 530 �, n� waRH1 L-0■C.-OldrE CGnc. OWE 00. AZ FE•CE k •v r•R•# ERE* -0I'g r ylI E Sm +611 Sia.=t.M 25.1 _ ■ �' - _ _ _ ..`2EPIME Alk-- JAL DES • _ ���.G +Irk =•...1■■1 — — J _ . Esxa. 5.r,- _..0 's ... vial X01' - - �� ... �IEI■0 !■NM \!!RI■IJ 4wT '� 9S 1 • 5.1: 3 r rGOLL■WR ROAD ■ _ - — — � H0 ck1 4 - €-TT uHCE�r r _GioMila - - - -{ _ v. 4 EutE lid' cont. Mg 2 l E STA=3+17' J —gI ■ ti OPovc 0 rt otoort ?.tl' co 27— Lis, is,,,, J 1 �•9 # • . SEE ND 39 Tf" 2m 1.5 Mrh 6 _d]C_ _ _ 1 _ o RPE •. ' _. it i _ _q_ c wrvp �r ,...t02_ ' L• � 20' OavE � - it • = REpuCE 4 sm-w• 12 s — if R! \, O i , II LT�QT To Ens sl') ` �2as w 5.•1. a e Su. SE 8JM RET W� IE16Hf6vMEE ■ [) ■Fg Assam 5/w ■ THE sl iH �J II-' 'Jr 51-FET )65 (SEECRx bum 9rt. ^fn] a�v+ram.xana fu. 1 x �uwm g I. FM C.1) 262P s SEE SF¢is el 57 a i51 IS) Ha. e"� r w,= ME11Wb E3 .'.'II= ®.},__ "'I f GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ( NO 2014) STREET & GAS PLAN & PROFILE STA, 3+50 TO 7+75 ig FOR 2� 0 s02.602 CERES. EE sN`ET'.11E SEE r >;� �� x-,s : 451-252. Y''..A °' PROPOSFD STRFET & OAS IMPROVEMENTS ° n = •�� Em�.� r SEE sus WM. LE 66Plc 92 `` ..ES ..... 0101 EE n D m Exsx EW W.V05 .15 �•jam!....!��, y 3< 34 tii h- hp- b4 A2 A= 3I 120 0. 7 '0 :,6 1...-,.34 o vR _ o ---.u/ _.--L aan Sri :r I Row (L T4 {Li - 4-59F- 1 --- M a.Dz' sir 711 it 4 3 � I26 ,sa aS ,L K q�it, Z R s E!� SP.i"rzwu R g 24 � 24 2222......::::::;moi:: ... 2222 .......................................... 2222... ......... .. :::., :.:., :2:2::2:2, .... :.:., ...... ......... ................................................ 6a re. Is { Bar k4 $ 6, TF, FNCES N: ❑ Y }>P.fi A � 2222. S�P 22 .. 70 yq 4.00 5+00 9+00 7+00 0.00 —F ,. R IDDALLDR .I I 1 II�pE%R. (X110 %6 a OiERIElp ELECTRCI 1t & Num, eu5i _ I , • II iC t euiiH [x5i 5y� I1. Trm s,EEr wrtc] ...NUN ,A l2 NAM, DART 1R : Sinc .79 WTCH Dor CDMA 9REM (1P) TC=2L � ° RADE SPEAR OP) 1t2& N_ 1e. I •• c � [[ I r GRADE WAR 'GPI _ • ixuvxgumwr w �Rmx xaic i uon sscn. �n 'I EE L9C1131REET HxEC119 PL6ViaD1�Ra ® GTNL' SHf r. J'i il� 1C rt 1ur.H ExSi W _ i27 TC -24 i9 $ jn M-27.,0 Ih �i TC,A MTCH Ex i. , h 2+T� amus .. R b rr I aaa 'RV[E'I"AJ:6 REP.0 oya' LME 24 CSC o _ wNE Elis -10 -FOR mHC. CINE SI. o+'n za P � xl Id I � 71.5 t . _. it •u�iE.f f CEI+�L . . ?, —tt"� - F ---I ' _ _ _ _ 1 �. ' w, PI 1 • -orq - 3 �� ` i 2e ici c+' :• „ •• I Il/11/1rA1}1/l11t1 to _. - - rrr® rorrrrrrirrimolO �I X111111011 1000 - 1.'W#e>�i a.I � 4-r, -F �rrrs wilwil— a ! 1 1 1 I 3 -- .. ,; W � ® n •=s H w AW) � 9W0 11 00 1+09 Ilv 2+00 13+00 R 1 OMAHAS ROAD I�.,7 V s1E I _ _._9L _ _:_� 'r _ _ _ _ _._ _._ ._. _.= b R - _ _ ^ .._ _._ .= 1. _.- F I • ice I _ �U -t -...._ _._._._._._._._______ _ _._. _._. • EAI ' p} •rT un1 1 TEA came . E .TER. � ` O 7 NE GEE S9. 1]Poe CE"uCE t2' �!'•rtC. .,may Fl.ISI CEa'LE Emies, mow>� EE CO, CEIHL F9 146 YULE tB' EE H1 GRryE—__ ___j�_ _ �+u CbRC Cxf,E—______IL q ETA - ++52 �1 I c, nRe.rw rn au�IwTE NTH rr,kr). [MIECf m Ems. RAMIE 5/R'J .IuT. t 'inti "UEwN.k GIE.AnwCE T'`. 1 R PAR slA •. '/9. 3 CRIGHE MB SHEET/ el Ec ,twee P —. — € W . iI AB 0..0 PL.S SEE SHEETS Elp - IS1 .1 L a FOEe' 3 =� ria -_ _ `4 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER ROAD ( ONO 2014) SP.. GEMS 100 SSE.LN .xs ,.9.r SEE SHEETS 40.-75 dc 101-130 vSHEETS, S7000 SNER F.NS SEE41.01.0o GAS IMPROVEMFNTS a pROPOSFD STREET & G ®.: r11 ZF.1 R sE ARE 0.0 R]fEs. . �e M� m F1.eP nanE. � 6iaFR Lrnl�. �� iil llE_ er R .® V P FO I.• RUM /HE) ��� x_21--•� ' �.• Ex. r.. IF!'iI1iIITijF' C IP HEIS a.• 1"t0. 2p tttR. ae mow¢ a �'uuu{22s+ 29 R Sia¢ 30: RC LInECR .1 lY 1e �. li 18. CC KC 6 , ry d � SS a KC 8.000 9+00 18+00 11+00 12+00 --TC HITCH ETC- — o 4ES @ QP] TO�dB, UNDERGROUND CAS •k .33 ELECTRIC sm CTEV EE 1.2 CWAOEINL rS IG r ic-Y&.a9t wiT�'H PITT j 5E A 133 2a m '[8 42 3/k �L�ORAgE Wmil COST ,sa ,,, ■ 41 171.412-21---_ TC -2B @A ranrE R�.i 1■i SE '.g SHEET I- I 1 E"R"E': ■ AES Cad) 'rTC-iB.Tt e'A]7 BUS SHELTER P.14. scAs rt iC 2P r .. Sr FULL Cf'M 1 ays 2i FCR [E@ss 1 LREAu¢ $ TC -23.6t WTCH EKF.T. I f SHL 9TO 2. ,ae T 2-20,6 qII ■spryry■■ + •HECHL 5 11 Afx REI C.R& 2 I 3233. I 'iA- ■ Ix TTEE PdJR�.11ar [ •/ ryi 1 Yf# S] y ;SFE cRr OEINL SHi i�61 _Li_ f r PP -1.2 j{ry _ _ _ _ _ alai ii wz I 1 188 �,� - - - xdr L. Y ■I Smx:uT a� �' III 1 ,kni Ma Ritmim oe7 I n I tee. IA c.muscir 8d LJA Engineering, Inc. Efeinflminy MI MN PM FUN 4T si.. PT STA a+e3w—_— -_ —�} ---_— -- - -- — .---- —t- —�— am 71 Nuns --- —_ • * Srr3-3, So. GC■lIHAR 3-46 ,9�-- I 4_ 7. t+a.G STA 2 CO HIM _. �__ . a _. Rr 44..a ca 0 -TE_� m �__ _ 1 f..^ ,.�. A,J.ST ATT GNP m L .,. 3,...a a I■ (.2••• 13'117 i• goy° o« - ■ [;w`m _5EE s2( t 4� SEE sHr. 1=. -a r r EE ■ I„�—x1.671 �l 11 10 U SHELTER POD, ECi Ila 1 sal A 1 IW I IAORAV@VLf 1 [■t w ��.. �.... �. K 2EYADD 1 •+IA.]B m 15+�.Aa EF ..m ��Q. s .) �, ■ 1 I I 12 a"� �• H`s 6 __ * a GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw ( NO 2014) �Fa sl PM MEW, 1,20 SENO ISEL .S120AS AT LAPIS Ala AHEaTsaA : 201-220. SORER PONS SEE SHEETS PROPOSED STREET & GAS IMPROVEMENTS mak. _ r3 .2LL AWE 2k WHOLE . ,..LER . 12 FOR .10-A3 FF FOSETI k @ vEC 2FE o. ALL EE. ETES To F1492 ERNE. ma...A GaAs. xA1.2 �•• € er B " B'® WEI ,-. -, re -1 r e 32 L 23 ]. iiiUiU PUN I { T7 I.tc 6 Qt% S -I S9% 3B 1. ,1 -0.Ft.x%- I _a.ass • .44 COI OTT) 1232- I7IIPdUEIJPPP!I!I • MUSK MEMENMEM 22 and = A R[P g i 1.. A-2 aB • sa LIRE CP Le. CPU @, 42 18 FisA i, k ,W 'A..1 ��11 Sa�� tii A glg PIP' 12+00 13.06 14.410 152(1) 18+005 17-00 M°64W4VNDR wrtcl . 16%U 3r. rss�7a Tp ii+FB 43 TC-2terk ED, Eel Tc=eB %i wTW ExIBT 5FE Wex 2EY WINS N' G*pH ` uHCf,.BROLI CRS Pe ERR 22ECIRC gR1 MR6n.oucr wsa mc. Rnnoo wren wx6u IIPINIARN sm. / i 14 +BMD1 L S RET 12 ®ES (NEE ptt , �+ i En SHE \ `I iili \\\ eRa -NITS m�xrm¢wm R�ARR ren. 1 SERA SHE 140lOW#Fai yq IM0LAC2E WO' >� t 4 A X51 ct REeLE tB.S' c ORry ®i RUILRCER3R. , !IT-- - li ,g -..y M.: -r Fs�sn.s E52._21+m p� y = ?..t ' _ y —� A� it, OM VAYK 1 ,, .I ' VGs�►IMMIIIMIRRr �s�1�I 1 BB$e r 1 I S SR a SOMmetms 21C• 42 0 iAEE eaSTS'll sEE — — �\ s IT TO R I`H E sERGOLUHAR80,10 ��r• fv4:0E �:. aT s F� _ 4 T EE E iff r1 {_-- �.Ili : — —T-14 I R rt a = .4 o .R S4 +'I -- I 1 -e •'!I I I _ saxnrE ' �- , , cuE ,` R _• R ► 1 . ;T �. ,waus T NOMA LI `i -- ++, wTe-2Ex'i f ;�. 5I KOsIVREK �' 1 / .� R u I I MORwwAR TCYf4 # WTiUI I DOT 1eWME U5(w�lu' I' THE i F R 2 s;;` :Fa OR • SUMHOC « Cfl'x DEEiL SHE. tas} I25i• xET. E.tr fAr dT. SHTIII I 41, — — •I E FM .01B ,01B..N. FLARE SEE SHEETS 411-E7 a is. 51 L5 xCl5cEwB1% T?'u 1rt5 SEE SHEER 96-x3 R 101 1� 1.12 041 c6•Hi s_NE o ��■ �8 11 ., nemi m. I o.,e n I I.we L/) 9 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER ROAD x? I (DURO ao14) m "O0' ' STREET & GAS PLAN & PROFILE m1°@ N STA. 16+50 TO 21+50 ig 4.P2R STOW n 'TY x1E .x1ET. ,. SERER PONE SEE SHEETS 113-L9 PROPOSFD STREET & GAS IMPROVEMENTS ° " " 10 C 7 ALL sus ,w'rrs""H""9. w FT 122.211eeul� _ _ i 2 min), MID .. .IE 9—F -E s^ 6 T .011i Rav IRh 5_e.bil- as 6i se_Row fln e� sem. 921' 2B S=YA'J% TC RT! . 1 •�, TERON °� �P a V, a,_ a e a o } s aINEIMMI s4CP � ' ID x51. z" s UT rrP Ie., uEo R 4 P IS ' ] FF ii 17+00 18+00 19+00 20+00 21+00 I 2M'�!riWl �nF' maYtY nv. Poul '� AT T NIB 1mama FULL- AS ar Cr I n1. Ty YHOEPWOWIP CAS t PVETtl1E4P ElECiTtlC ■ [A �Gw \. r . ■ . ■ate. TCH En" 1-0 S5 i .. / �,. "e `ir'•. arm= •'. Y"°R wma Law T31 EX T...I.TE : ( _ REPLACE „U`'�' 4a«! „+s5 TO s2. 7S Dirt Tc-zam { IP a sr 07 F STT ^i. 3 Hr .. ,rK • 4 DTA-a3 . wins PT I r. e, mese i I _i _ _____ _____1_ d .; 1 �■ 11 c .w,_,,. 2I+1300 eaP _• — { '120-WD IFNEC.)R— T __7 I• iJ ^ m cOLLUN Row SEEPT1. EIEEO0 _H �n+i69e� wTk-2a pWP PT °4 ]- C ■ cy -' - - 7. - 'i4--E11I5LL _ _.r.--_.a_m. -- -- -F vat. e a — a —1 8 TE keUE�-- • — r _ .1212 �� I ... _ , aa7r7Zar 'S -- aV —_RENRT7�' Th(YEu N Ilil1 — — ;. !►� ►t g I E IF 1 L. .. T I art. - a I. . CPC. Pare • C7: - T n I 11 Eo . - MACE CsA oE I� jl �rMatze:=�■oaa . :T. _z.+z. 4. sr,-ss+o '• I sam it �g �����IIIryA^.� 21++T i8 lil 21+50.00 FET GUM. HEIGH1T ■ T' • ns..� 0� f HOdR vnMEs Fait OEM.) .-'x a - MOIQtY "i Ham ort To- =, o: f CH Es I 6 DEE 411x' PETAL SRI, 144] reran. Dry DHT Im1 TCH QST tl rr44 'ux:u sT1�ET I r''' p 4Y+IHR+rN IF �r I kl. FETAL. DHT. 1371 I x �. eems i Hm evwil LRAM!: s�rE ME __. _ p IJ=: 1 learmi w.I brre I I» GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAI) TO NE6ER ROAD x? SIL+ (NO a 016) • "O0' STREET & GAS PLAN & PROFILE E21°@ STA. 21+50 TO 25+25 i ONES SFE SHEETS 96-63 R 201-213. /FOR STREET.EETs w ° STREET OAS IMPRp>rErw+ENTS • �, �o s ausE x .,�i &._ r ALL p.s *312* *124 F1 "6SOAPTI ,a0E� 1024 ROME.PROPOSED ce. roTw mne . a cm*JB11 2f.v.x FILKFOSE0 PALP ..5 SHALL RE "'rr mi T .i."" ¢�' �t PP 32 12. ROW 1 9-..E]!i 9 5=-4 -1.1BR ILT] .aax 28 la. __ . RP x1= TO (4T ♦ s i MI L 23. L-21SR 1064 2 S6' FO -�- 5- MR N 26 / 8P $ $ . ft 'd `6k'vL' SL' `E%( -_EE re ..... d. Rrsfix':�ee`as:.. o.. YOETVL Mg R.A 18 6 R A 18 k N 14 21+99 22+00 23.200 24+00 20-190 26+20 Ca1MOlj-LN,. °" I f iwl ire 1 �� ET&RGux° c� c- a CH I "" I3 T:� � TI ,be TC-�,5 YA 235 TCH DIRT- .n It 401111 i1 �`.• arm ee -SI TSna fs , �' 1.110, _x I a..,.�......�,va max.. .o,: I i _ �k I{ �{'g�9 I 107 awn f� fii[�i i2 110 OL. le H RET PM IEIGH0 SsonEr DETAIL srr. set V .T..a j.®Y! CEI.�RLn 1� sxr93HE SIE � -E _ _ _ _ ac4 - Eii► " IPA CE➢'LR R E 0.S BECESSCR' �` t - - _ �TA, e ; i c-Rncr rr Ee u o ... �. ., , wn � Tyu_ _ 3`= Oil. BaOYfR 0 ��-'-'�I GOLLIHAR ROAa ::• TE r I : J (I I V WATER .16.4, c.6... _ w _.� wl- Tn _- STA t T3 d0 ' SiO3 199— lv [AA. NQS` , n r :..I , E - .,. �'-Ati .P- + ,�_ Iwo Ja a•.e, — T V9 I L ill T ... s f T �.r ; ''�E 4R Yd = of 1� I1■■{ ' i SEE SHT fA 'Fn4T y� t NU 30 E SIE ,a..: T 1 +,w ru Xaii `-"( h1�7 1 . F STA Ti+°, I Rfnintaim n 5 ej � SEE CAR CHI+Ew"" SHEET 75,' , _ , REE cu.R Hoart 4 SEE CITa cu L SHf ,i6 TL 28 3 EnTCH CO ANTHONY ..v1 -I u.. HEnHT VARIE RET CURB HEIDE ;� nT;ETNL SHE. W `EE UT,' PETRL'5Hr E1 111.2] RYE 1REE »CT T,,. SIE 91 f CH E110r �° i —` ¢ TC -39.03 IIS ST 0 I I C•:t,:EOENT 010711, 1 1 M,TCH EWi —. l31,713 a RM yT =] .- �, S 1'l� T =e9.oi wNH E%1ST srREEr I L- 1E'Lxe0 tn� . ECTF"•f dfFTHL• SHE ! Fil 91111 090 HAAS SEE SHEETS el -0 .4 .4-1 I 101 01 H _ALE ';_.E4 Fi AMP; GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAtl TO NE6ER ROAD (EQN0 2014) STREET & GAS PLAN & PROFILE STA. 25+25 TO 30+00 F, 33000 SEMER 0013 SEE REE SHEER .5-75:.e1 .33 PROPOSED STREET AS IMPRptEMEHTS ",aI° 2B,--",- e' T r sEE ps H. ...V?, 19 P0100.0f. AD. ) m 0101 v € -__ .v®' tofu rm 7 -vnn-u nn Er. Row pm7 E.. POAunt ao 1 611-72 as.aca —� n s�.iix ~ilea ea_ am (LT) — -1.°°x -Ta E IF 1 TC (LT '• 0') ...r / 5,EE1 26 $5 $ 5s IT LI- E i _ ,l Ria 6 y:::� G N. R W CTF .. �W� SS Sm 1 ■� .1.M.;crn^R°SE➢ �j BST. S ay ��9` 11 e5 �t9' & 99 tR A,Y 4a -Y 5 �A rv1 it t1+ E..P Y ttR - 111. (7 umm L ��r Sr ai- Kihk ,g REQ tit nww.mr ef rum ins / ie w.s 00 1(2) Y. Tw v I* 'p_a. c 024268. irAIEY 4 m°�e- m3$ y� GAS UNE s R0. .CON,tiECTIRN 004.0 taFF 3e.,./;• p. a -,•e 9 , e to L ry pp83�§� i 5 26+00 77+90 22+09 22+90 80+00 I I I I r PoVSit] nv. ,nm1 1 •� al MBxabNbuaO WS ee Ov b1mD acerlbC1 LLLOW Tc-22 22 22T[:H E1lsrST $! 1 n._ ural ExlsT :y 7.>?LL.:: 4 1, AML 'W - 20 I rs I W Tr 3� ct .171 "a Te-sT Rm I-6Ai saPauR M1222 2 � i1� � + -sr _4. sa+sarw sm rar. cum • -a� IE 1��lm 'y = I- r .6i ■1111i "� o .r ., o .., v sTn .. -..— -- 11:1E1:10..WLIJHIAft ...610220 — -- ---- `, �. R 1311-db = 33x00 r �3�-�""--..—' • ax -„ ^ - r -.,� ._._ .� ( <.: ate. • _ _. , - n - ... - -f9.�r;13. Lf'IIR Mak. u= - 11,�T1 m A1Y� w G + ( 1 Re ..: R `.:.R aea,lw.ae 5xi SHT a li.2I7 rna , �/ r +P RD Aeaa 1 V $ I �•W 19 3.+ 3.6+ /n Er cuE1 HE#N1 WIES r 5EE SHi + r. ,� v Rer CINB HE}afT kY6 a. • ® Ta292t H ENT c26 KT.CURS. ,1E]OHf TC- CMC Wass :m ECTAL SHP 146) ' x - - EE Lm' EOM_ SHE 140 I SEE CRT bnaL Sxrt 7.131 +) E SM,51+93 s1f� IYOT xo I c026.4± ••I KAS R Y arcH • "LC+L 3TxEEf 1 err x,a nn-rm7as aSn 7. I IN NES Pte SHEETS PS-75 x< 771 7,,, -a ���r•' it ®, r ,. n16911 m. I .re 1 n 1 mcn.rv. 1.'.e x GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw Z8 (BeNv 2E14) m "O0' 1 ' STREET & GAS PLAN & PROFILE m1°@ STA. 30+00 TO 34+50 iP, ARP STORY SMER P.I.IS SEE SFEETS SE-. PROPOSED STREET GAS IMPR�EME1ffS °�" °' 7� r rs NeC In liopt ar Pe pts xmE2. 2 w. Eke, .seLL cc HOU 7111,44E. � m MEN EWE. c. :na jcrvumc. q.wn'A In 3° ` �" m[®., um - Pn i-q31® L S� trj" ROS EI f� 3a :-- - J---Y EN. RUN CL ic (LT/Kr)-L 123.56' X2356' ' -1—y— �z 26 � Sa,8 �2• "_". 3=7.Ei% (.E. iT0 El REP Eur/.1=C q �y W. 2Pfi' / iM.' YS^2 dy -(M �/ 2l 4/ y 0- PLAL1CCEES lm. 2# XR 1- KE kkV ........ ........ .................. ........ ......... ......... ......... ......... ......... ....................................................................... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... 3333 3333 3333 3333 3333 3333 ......... ......... ......... ......... ......... ......... .. 3333.. .. 3333.. ........... .. 3333.. ... 3333. ... 3333. ... .............................................................. ......... ......... ......... ......... :.': :.'. ... ......... ......: : : ......... ......... ......... 3333.. 3333.. 3333 3333 ....................... ......... ......... ......... ......... ......... ......... .............3000. ........ ........ .......................... ......... ......... .............................................. 3333. ......... ........ .............................. •......... ... ......... ....... :.:.,:. _ 333. 3,:3:3,:3:.:.,:. .......... 3,:3:3,:3:.,:.: ......... :.:.:.,:.:.,:.:..:.:.,: ............ ID .. 3333. ......... 3333... 3333 ......... ......... ......... ........ PROP s+ a.y w�.aeRule 'a rxcP, UNE a mol. LAT r A-i Ta KGq d 71 N n r, KG 30700 31+90 32+00 33+00 39+00 . m6r A.:_n . w.TCH EOM- I uHmlmoufa ¢ deIoaEalEra �rr15C i /�d•i� �. *,;HI .• H-14 I I 1 e 1 ■1 4 3.504 (SAE I E• I 'HEED 1 I1 m .2x56 165CE 6 ✓SO Tuff 5 x As RET • FIS v+PoES 'r COM f �NC 21051. -r. 55I a 5520 sr+ -315.,8 �- 1 1 �w, i a4 SEMS I f sr._s8Fss 95121 �- � :el n E [5EE dr ET IL H1 ] 1 = a WINER MIN i '4111111 i RRR3 • 1 3 PT ST. B659 Ml a a —R - — .a ii _ 30400 37400 HP_ _ 36 00 �` 39H s _.____._.___=.t:=:=:_:__:_:_:_: ._ _. -}_ _ _ _ _ • _'._:_:_:= gam]=:_:_: �,.-______________, _ _ � __._. _._._ ___________ �� IT R 1 �WuS1 +TT uH —. .— .—.six. — — �� iEE 6111 •:R FlrvHH G11LE 8 • RE arc W� D�x30' 6uS 6H ITER PW. k� "iaoJl �r`v — 3a .x;, i w 3s,asa7 1/■ y"rr�.'iaey .- es Er, �e f sT 15+e� T G 1. I V. 012 CAB. HEIGHT WRIES .m .er sHr. 14151 1 §1 1 �. la NE �d I. Rd AB Ss. RAM SEE SFEETS 51-07 • 154-151. FksleksTAL cs...TH• s -LLE �C�e =-�� ®.;_ . :per, w.I cxre I fre I »Dm L/) g 9 GOLLIHAR ROAD IMPROVEMENTS —1KOSTORYZ ROAD TO %E6ER ROAD x? D m 11(4 (K ao14) Co' STREET & GAS PLAN & PROFILE m1°@ N STA. 34+50 TO 38+75 '� no' R� R„B: • `.s ST `°r., SE STEEPS 115-11: ETI -ell. sn pROPOSFa STREET OAS IMPROVEMENTS 5.1 1 rII 5_ ALL a.p.. sHe .m AL ta.�.r x.,= .n nn. — '� i IT E WT N � 'rvms SLEET S T.1%. S..lz. D To RxeB SR.PE. r�rno�nWTI k 4 iR� w"' ELed 0 o:® BM erg n ao Fx. RCw s .-Exp-us g IX. E. jL Tc (1,0171- rx 25 rx lT9 EE 5Eur25 W 24 NP. DUCES 4 481 Z a 22 .......................... .......................... .......................... ......... ......... ......... ......... ......... ......... ............................... ............................... ............................... ...................... ...................... ...................... ......... ......... ......... ..... ......... ......... ......... ......... ...................................................... ...................................................... ......... ......... ...... ........ ..................................................................................................................................................... ............................ 20 pw.aP 18 ,8 RCP S 1 _ E 16ry G.0 5. aS 16 KC L ry w a KC 35+50 3134-00 37400 33:4-00 304-00 11 wrt . 1Nn ; TO 1 IUMITEAWOWO GAS s C4918108 ELECTRIC EarER IEE ; . SET.0 EW. VAS s F Clti', 6.441 •• I1 r�.ACE 14 ! .SEE Ou CEThL SHE 1464 1 1 1 1 1 8 a `_• .. 1 . a v CA. 4E 1 .1 1 U�+9 Fig :•xau ens SFLO Nx 1 s +es a s eoa,; g o _.a 9 flame Es 1 1 1 RExuL SHE. i s 111 Yom. i a,. ; 1 Y gg e C S • --.— --- "MillIllIllM 7 rm 1St " � [R 55�tE 5r '..:� _�� n i .t +- .:• .T 6OLLPNRFIfl.� c1[ rj 40 RN --- .._ col x+40.ca � STA 59+50.06 9' vin7 _ c a AD.UFluISH w ..� i j Y CBR0E + - ,� _ - -LL i _ _ • — —." •SSFFELTER a r—o SI '.19 __ R �as.;.rt - N HEE SHf 1-0 1 — — R• ;�1W 0"SO' 6U vv (TTP) �. F Y I STA 5 404•.... Cum• Hoort x1FL•CE 30' 40+ . TO 41+15.6 ■ .811 PANE . Ol1ABET CHT ,3E C11V CETAIL SHT. 1481 4) 0 OL E CB+Am- SEE CIfY UETNL 9R. siA 3 F ir�r.1 •4j.I L. Cf HC. FEREACA 9wnrsxs nn-.u,•s n.. un § I. FOR GM TRW RAM SEE SHEETS 81-S7 A 154-151. Ri LRAM SEE SAM, 46 -TS • 101-113. EEimit 19 ikt X GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw Z 2111 (BON anle) " "O0'' STREET & GAS PLAN & PROFILE m1°@ STA. 38+75 TO 43+50 "° " SEEi PROPOSFD STREET & GAS IMPROVEMENTS7ASNOTS " " t° '" -�� 7 SEE 960 AXES. _ DT c 7-10 31.:xx. 1 16Tnwno.OF •or.r. [ani ,.. ._ .. BF IX. 76.o101I. TO EI -1881i 0 sG T. 9 24 / ti 4 a 22 .......................... ......... ......... ........... 28 16 S1E..•-'E 18 •'- TF -TE- g a T S 16 E L- E4tx rth. 4.1 14 La 14 e d n 9 w M ry n e.4 4 39400 40+00 41H30 42+20 43H0 fi'nyP iuyFl Dui T5 55.1* Mtt55 ECI Trrxr. 5558' Ai ER VEaAs -2].2! MATCH E SEQUOIA ST R 55Fur RErw uu5E2CR"U55 55 8 OVERHEAD ELECTRIC 15,33.19 463EO.I RET. COO HOCI-Er .1E3 __ I__________"' __ I I; ■ TEFL ro EE' NOTE 1 -,634410.. ,- - = ,A4.20 -- --. e tisEE SHE. 159 (115) 9R. 1.311 SEE SHE. 9 p�/Yl REE C4213, HEILHT VSR1ES K&i [m bum_ SM. 115) Ea. •21111 PLANS SHEETS 31-3 9 132 17.P.39'&T • ''e'x C33 eT w*cs SEE SHEETS 94,3 a .31-.3.3. STORY 28 GO LLIHMFh8 2 ---.g • SEE SHE [TT=a 0' TO MI. ATT ORME HEPLACE NE. UWE i-42EL eL+95.35 19 aeH1 553 5/19 RET. EVRB, IECHE WRES— NEE: CRY CIETwi SILT. 1.2) B" TE ■ PROPOSFD STRFET & GAS IMPROVEMENTS EA 5. e EE CCHOUEI 9--.3943 T. 51. 0. Ir nC.o ITC BE RENIC, +'85.TEERUH 0' MI5 s' (cRouTco ED 1u RL 16 44.80 45.00 48+02 47+00 48.00 16' 19 cmanol OHM XNED 1H P 22 D3 a a STT 36 or 172 STR 892 3005B G1Y MGT 1E130E19 I+� pare w Ar k 6o.: .11 B l4N(88IAEx,1n IXQ x,.�cl ��r i I"`Ll q I ST/.. Iy To [c5y1' S/Ve REL C -R5 VAR RCFO _R& p S +¢�`IR. Tu 0.eiaxx.] ;6186 FEC HT REE : 1 �., .ms mvq '¢o"' xan ¢ar�ryna,..wrtm rar¢ 1 2 (SEE`+AEE GSEE CET 912.+t OEE SW.FEC +B] (y xFAKE �, Im U REPLACE is AE T RE J 02415 la•RNEsssTt2 RE. 7. �! xRE•LACE 301 T" t. R2 TCR Q ST1No ' ]9' rt a s(+ a0+ T STASU CTE: P f 5w�'M :I ¢ m�.-aa+w 4 Sin-01+9t� I C f,�E,^T 0. E CF 3uti! -1 - -NM ii i1 e s i 3 ¢a 15 i 10 5/+0363 w4 P 101.0 ccn2EEr FV LOCATON MS TEEM. a6- _ ?.. f, - '14,GL3. rm FATE v.V VE -iE• F G(#LII-AR ROAD yW" .. vxp. ..x' E[ -} ra,Ex (.usE�xA-NLE IF NEC.) - "li _ R --6'- -I — �n0 .. — cT r OP DE].EIE'rE,u.Fn ors LY.niELT TO LRr PROJECT Crea oNVE NEIN cSW, le rakS. in 8xHE " - a _ + o sem. e a q enc - iu ra, y e w ® a R em eo w E e. s s • .. . '. -27:71.rry .F4 e OF a acs`a� ��•1 i _--- g,pconmuTE N'I ,T "I Y i tE.tA.E to atN�. rw0 HN+C CRFE REpULE x'S Carr. AIL HNC CANE IER.LE 2+ CO.C.I 010 H4+C 020E TO a k• SEE sw. 1 1' _ _ _ _ J I cm CETALc0410. SHE14679' x• I II r� ,Rlii UN. FURS SEE SHEETS S7 6 155 x10. a"� �• H`. •� f � �e = �� GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw (NO 2014) STREET & GAS PLAN & PROFILE STA. 419+00 TO ENO &Pm A FOR STOW SEE SHEER 66-73 : 1e, 15, 1. SPEER &ELT.. PM PEEN _ SERER PLR& SEE SHEETS• PROPOSED STREET & GAS IMPROVEMENTS _' " ,o,® & ALL 514526Oms r SEE (As NeC NOM lo NKR or .AFC c w. "Esc.ama. �'n �xEx m MIN owns •AAEC APS. a 1,11+.&6. SHALL s �� IBxR't xr 4 ao m 1......." 2B _ 366 _ uTY- m,.�,,, i as '�~' o.vx IX. R ( 801044 TC (LT W 26 [m SE 2840x.1 I REFERENCE 26 WK i re. iS 1160. 0040. 6' Ihl • PROVErFme. 20x22 24 \ - FOR .000/110.141)E' I 34 DST ,3" v I BAtw, E 8 PRnP. to I 22 [' MA O 1t0 10 IN PU.O a 1 1050.. z- .. - ,; xs0>zuHE- YY Y,' • � 3 'yIRl� _ aiicrrrALN c TO cararmarr 22 wrtt SlC ,. F 3.: i TO REN YEPoPY 1 :..::..:::...:..::..::..:.:.:..:.:..:.:.:...280 :.:.:.: RRIw35E5..911:sna,C .:. ............ e4'axv: cAx:.: 1 45' HON BM !w 111x31100 ,a" ACs iRE GAS LNH 4)A. g}i 10 P 1B ,C 15 44011 BEIA� 6 i $ � i/ ;5 1F 46' HGB./.00. BETA 4 16 �i.o gon 2- � g2� 16 F " $ x06"45 �a e yry%tl e 40+00 400410 50+00 51+00 52+00 53+00 - . II II I QI ' T r 3 3 `TH I wrtc] . 1NU II II �a G ,• n N=T ARA -L-• c 131-03.4.9 4 �, ___ JL4x�z FF 0 -j HTP FPO EPUEN -' BCnt iii EO. HOLE - i iMLJ .0-c be •• — ° a II i,�,:. OLMA CFE iAu [P . i� .� �� ■ ,... re n.' _ -.nO x ---- u6iTS of--- ._ RII 1 8'T��—.'" 4 c MOP. [AS• Ino 5' PROP R' WATE ccuDNBR READ - } II �. .g11.--, I� ._.,,=0_,= ,„. SIA. 0-1371 - st, fwo—,a, T%..�f �i V PROP RCB ENO WL 4,2 04.31 311 nEfHL §€ 1 ti y ! % e t .. - • • . E. ° II 9.9 , 5EE _HEFT 13 n T— T x �:x..r: T a -- rr Ino'',n ''''W.,,v 1 RCP [] F II • • D -.. . r _ _ �.- .. ,�W1+•Ilrl�++� +,.moi i1�I�I.__. ._ II Mir il:MOR it _M:' 11- II li r '. i'` Q --o "--'-- x �. DIST. OROC.�%-CTID) o 0-K xl%9P a 1 nMNH [220 RT)10 eww'P N R m /0 ,N '= I' sm mor *ETRix SEE SHS . ..� II 1`Li ®_ . ea _. 'o® TRW � PROPOSFD STORM ': ®: 0� erg �cN PORI �� IMPROVEMENTS •.1s N r 4. c.2d ILEP ARE TO FACE 0 01216 rwr�ue.,•w.•mnlusi•auT. -_ InD mm -STA. 0+31.18 ER Nut PROP 2Am. If lk IP eMAMA. •g 82 Ns arooRd r•Ro) - 10 00. ROB MAD PRROOPP. 5 O • .1. (0�i , q[. ROG )LT Ex. R0r [RT) 32 10EAMEm MO 030.EXIENHE QM iwww1PAMAPArmlmodli � 09. H5LE �r)LT/31) . - -.pT- -RPM j1I1` } II .., ,..A1. xn� - — - O ULTFkTE 25 Kt. 10L 21 INTERN RJ YR_ IOL / �,W WATEn E 2A. w.I I ere I vorazim. I VI GOLLIHAR ROAD IMPROVEMENTS K65TORYZ ROAD TO %E6ERN flaw Z g ( 2014) m m 00 -' a STORM WATER PLAN & PROFILE E2 l''. i.4, f STA. 0+00 TO 3+50 ROO243 T . Owla3// _e 20 EAIST. lir RCP / / TO EBBE. 10'2' AN, REN, iREG KOv NORTH SEE 221 1 ,2,. / m '7 9 EMT_ 1046 6E 20 f ' 18 aR0''. 323 LF - 3'=3' RD BO% WIMP" H UNE 'n' 9-0.110.. 113 ---- r 14 SEX 7 CNECT.23 '6' OI 19 STA. 0t21 1 • 18' RCP 1139 OS Pape. RCB 42.13 WALL STRUCTURE 0L_' LT) ' Cc 10.5f RC? NON 12 #E DUAL SHEEP 138. R�RRCB 16.120.12 CENSTRIET 00. HOLE 10 1p E9 q r2 E 0+00 1.00 2+00 3+00 •., \ m STA. .wa oo CF si. 01-00 0 3.1-.1 ... - - _ RANDALL 0' wcs `1 STA 3+a aB trA0 S' 0*03 KIT 14E�5' LT1 ^R24. 5' CLARE:0333331360123' LiT a ..10.19A1 ii�ii H« R nIW � i� y -k 0•Mar '.4111�� ^"`y �`.. ++mss �rE 11nr�wwww ia,�1wr rgrr INCIPP _ �J .--LLT La. RCP -rR o E RLINFR ,5' 7 8 OF .PI TRx ETRw — — — — FJx IPT � I-;. mm.I F# �,6- ®� 6OLLHAR ROAD �_y M — - _ yi,c mi � W — y ■ _ z E� w _ C�. T DO C0 6rwH .5 L PRO.. EH RISER ( T) .Sr.WE LE4 LWERT Rx unxU E� HCLE 1 -_ -.1 YI _ , = 11-4 - U H RIE aa.o LT uT H P FIc _ uL EaT RCdF COwSRxu:T EG HOIE '¢ g _t �. W ` d ; 1 rl ■ 3 AA' F '+,rl® § iiiAiiiiNiiiiIE S66 rT1Gissramisera IirSiWisWGi d2:1 irr" Mlik, r""..t STA L.33.03 LI -2 ROP 5 WRa FLET H E 5" RT) we,5 . CUM, INLET/.: ,T) EMT F,LINTS �OART/ UNE NE oN u 11 `DE 10[0.0.1 &TOM MI4T. y - . �_, E3 E FDR STOW WATER CEDES SEE DEUS -16G. 2 F. STOW wATER LAT°x'L 41x`RLD �E s�ETs PROPOSED STORM IMPROVEMENTS orad comma A - a ° '- • Set 0.1...LIDS OVERHEAD RECIRICTILE, ° .. °6. ili_l ice€MEN ✓ • ' ! J RANDILLL DR ' _ •i 115-5 - 'r E.ThT. FO11 UURUE 151 SEEEFOR SH ET T 5¢ r, LAURA PL L - • 55V4tW l afe r c 1- ,�e�...y".."`e --Er— - 0,• - i E E El -s2 8 OF 55 BOs 1� �.+�-�+,ec * iik.-4.1.. EE HEFT ... . 'htiv. ' �. ;.. 1 _ YI F LT - 4%! ., �� .,,, _ - — ..� �. i .. . [� l',,-1-`:-F.2..cc .. L,e — — — E740.1 s -s — — +ee 111•1 -Fs • _ _ x • _ _ _ g�g uCA 6 WEE - ST 0.H q 1111 RISER u1 TO _ :=: 31ra :_. _ cu 1IIT ROW. C� rSlIci E5. HOLE Fp - _ W ! - Y IUTE: -_ ii F p1 >! W s RC1 .... 1�.' �. - n n -.— • Sfa11+; 11: PROP. R'• TATER `�', ' n r r..A e- a.3TE8 EDL MS of COHSTRUCIION (PROP E CURE sTa *8^ INIET/NH (2.5.''R -T1 Dg5Pw0 T - oWuiT uF -1 rcx .aLd L - 3. _W 9 . ®. B I. FD STOW WA. OEM. iR:�Pius sFE'a°r°s I. ren LATERAL mom. STORM IMPROVEMENTS 0.4205.0582a ' 0'• , � • 3. AU. CINEARA.E FEE r.3 seCR OF [05113.OVERHEADOVERH aPROPOSED DEOTRIC r rR .tt. °. I 1- 11:01r Ra a. c.ll. stns''''..“ ARE To Fn;E OF stns e, AR'A... .�R.. o r t' Tit�'Q H 1.1,E4' LT, PA ,1+42.44 zs.1 WNSTRVCT E0. HLE 1,11 Him [N) r22 LT) ) Tc lLr/051 u' ¢� E%. I5- RCB 15,0-5Jo PROF 3'.3SRCB 1518 rm. 125 vrswu�. w-2.ucnl. CERETMECA HO. `,�Eu L/) 9 OOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER ROAD x? 11,j (00N0 ao14) m "O0' ' STORM WATER PLAN do PROFILE m1°@ N STA. 7+75 TO 12+50 LSI �Q� � Rn 20 y (IMMUNE M : FFFF1717 /] F4�1_ 91 I 22 � 28 4 20 18 PROP 4. LF - SAY RC OW CULVERT 1e .. uNE 11 sa,1x I 16 F`- 18 __. __ __ —_ _ __ ,__ 14 0•11ECT LAT 5-4 Ui. s -s 5.33 CO1nEcr 12EL 2e RCP 0/11 21 0.1 ) RES 11.4. 18' 01P 0111 12.4 81 PROP. 3•:5 RCB 15.14 (01 12 PROF. nr0' RCS 15.53 10 g - s s Ir-i8.uu e s 10 5+1414 10+014 11.00 12+00 PL ` L .. I ___J i� {IRK OO % y PoB Is: ' 1 1 _ CSFF . „ -aAlo 2+0828 STWA' RISER [210' L17 g SHEET 52 � A- DR sl 22 SaoH-10 H AMER ]!� 6' L17 " /I ow coµiss Lu� J /... •� -rte XI mss I.- nAIUST T9 ,IG F ly ! ro -.. __ �_� - 10 �^"^—w ¢E4 k REFACE 8" OF ER KIX ° REWL iRQ'LACE OE EC EP%� cu / 'I^ ' Pw R. 7Es t d G . - Y'>•'J •i t1 r4e L ry 1 IRC EL; 5ELME 1 GOLLIHAR ROM c �1 r s �� 6e9B — __ 1E rt a[ CuxB OUT I p fa&5•Rn s = _u =_c x � s, 9 c , 7300 c.70'6,'S' W� IwLEeF . ; 1 { S Z 7 v7. j xeiF�. =tta3A SY H-6 •.... -- U ...I 1 f Bi ay.. 1 '=5: AcxonT s �l To `9EE, .,,= - 6-RCP /c x-. s!!�. _—_ s3} .m : m s su G1 - - MORAL C �vL RT] P.P.EMO n ('.'i5 wf1 AW�'T=uH RM TO Y•C �f.,` T 0 OR STA, PROP.14+24.007, CNErEi1BH im, Itryr_3r`..- EOM of COASTAUCHON— DR f�5 WC � T� P r L I 001E0 s .1.,. TM exr.i cp E _ 8 u }� _ .,,,tee p I. OR STOW WRIER DEM. SEE SHEETS E SHEETS SNORTrwiu aw °rwo PROPOSE[? STORM IMPROVEMENTS qun u9sEllGSaura a.AS a o CV - " w �^ 1 i OM E -I 1 •--- 3. ALL CRIEsSIDE4S h. P.3 NOS OF DJ.. �sEEm OVERHEAD pEET c tt" �a_.;:":'::'::111.: �' . .Ra I.EEr oars AxE To FA.E of CUM naca�T°,K�.�.T I'�E o r e ww1! kE'"•. G ----� RH Asa(sHxa --='�0.w..w X°cw�T MAMA A. --- --CORHECT PaTROP1 L7) EDE `C'--•. ---M'rn ewa. oxarz Twrx°xsai �'E' ■ -- —� PROP. ra KB 1503 —aill TC (LTA.° eo•eu aT Iraq x . 30 www ��1P�.�MI,I■�� _ m oto.rarn rm. I .r. I ere I tea,.,. I..m GOLLIHAR R0A0 IMPROVEMENTS 11 KOSTORYZ ROAD TO %E6ER flaw x? i+ ( ONO a 014) 4.m "C0'STORM WATER PLAN & PROFILE F.1„.17,1 STA. 12+50 TO 16+50 Vra iiTt Dr_ P340 Roa HERR CM. TE 22 SFA 1]+93.00SEX 14..0 YY L'T A-E ' CONNECT LAT. A-6 — K3 1♦may20 . PROP 3 �B PROP. r ROBB514 2 18 I ' uI illililaillj to to I4 33 CETT .*E - 12 MI,- Fic. inl 15.e (4) rw(R. 4.3' RCB 15.10. (S) 12 0 s s x E 4 a ! 12+00 13e00 14-400 1541:10 19e00 17+013 CM .. - r/' l� f i ,`.,STA- .: 13+13.70 STWH-12 PROP. Ail 0ISER 6257'x`) .. MERE 9 REPuc BOH EWER RCOF 101145TTRt1CT Ed HOLE II •. 7 20MM.a m0' uH % E 2 F LT; �' F/''It a _ 027 e} wrtc] nv. GNU i 1 lee .==.• ld -� OB l! Ir � EEY •ire FE WEE uLWE"1- u ''''''T T Eea WLE I f���I.M see FOR SHEER s. A. LT ht 11 Ensr •ROPERTr L.11.9 MDL. Own OF CONST.20TEN ' — 1191`16 TE• .. GOLLIHAR ROM I. EU 11>` -: • '�T -sE 1■ c —1$+V[- • ' 2[1}V� �� mr27�OIi — � k — — — T ,b ® C1-7 14 2 _. --= c ,¢ C.RR ILLEI [2n RTI + , STA 1748202 a 1 �f. CI CURS nA[r 32 RYl T T H- 3 W OD. Rh-'�' Wr 7 00 AIR TO F/6 ��ssrr �' —c - 2,�• c _c a i F'MIMI i $ t e 1 = 3 _ — _ 1 44.17,-,5—�va _.;— —. — — — .,- . - - I d =17..i�_._._.E r - ai;a5 LRN i M 7E s1KH-11 Q RCP 5 Pr 02 WH [30.1 RTi �__ 5� 1 _.-.� � : KOSARE. 1 OR E — 43010 01143 _ , 40 til. auusT WH Ren To • rib - - - - j�' - - '+, EE 2° .— "'` IX Tice 'rnr17010L3-nou �"" .5E-166 _rOm aE�E,� rt t HEETS IL. SEE SHEETS 50-662 F. 1. FDR STOW RATER MTN. SEE5 1444rE°,'Rww PROPOSED STORM IMPROVEMENTS 4.0 ws • ° DE . •B' '—m€ • 3 ALL 1.991.9 ORE 155 9.11 OF CURS EeILMS 9/19 10 CS OVERHEAD ELECTRIC _- : ' a. c.RR MET .RE To FA.E ar c1•a ,uRCR�.1,K.Rx.* R r ---��II 513. 1 SIKH-12 �� � - 111.3.9 AM ONNT .9.1 6.6 1991.6919 X1176 PROP MSER Y L STA. 2043241 5T5I0-14ADD . 82 - EC 0421( Eq. HOOLE NSOR. WH R61R {23.6' LT) C?I4.55 UEDT 'D' f4ie�ISy � I2�4 RCP EIHj 742 m�L awaa,ra.armiwiwrNM a Eu. 300 0)1 TC 14210- EO. RON �IRROP 3' S' RCB 441 IxnSTnrCT E0. H6LE immunimmk. mumimiiiingEmsw �_-�— E[. R 372 r �'w f — .. — GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw (SONO 2014) STORM WATER PLAN & PROFILE STA. 16+50 TO 21+50 . �7• .`��'.� 51A. 1 442.76 IMERFi 15 1'11. HCL CORRECT IAT. 64 RCP 2054 4-9 51 PR.. 8 111_11281E 25 rR H6L ]i PROP 1113' RCS 14.50 WA IE 22'C+5RCN EE'1- ROOF 7. REPAIR n 41 213, 20 1@400.63O.N LAT 6-11 / 24' RCP (1112 f99i 141 Ex 16'a [5• R ' /91.19T.xisr. ,9 JI/ Ea BO 15 to 18 BRDP sm 1 - 5.S RC DUX 0117 W.- xIHE UNEA' j 13 e'er 14 2 12 0 e 20 _ 3 p _ _ _ 2 _ e 12 e 17+1X1 16.00 19+00 200m 21.00 STn PS+Oa.aD C-ts PRO=. .,urB ur [m.�' 1} SGL P:WR04 PITH -15 P600 yHRISE6 63..• Ln Sr. PROPfmAlp IJRBS aF L0103UNE fti i '� .540 Px u •'. IE .�.5 2..ry ;-'1-7.+111:1 1 it uwrtcl 13 011 _ _ aREY RDA TG F/0 6444 1Btl �• =���a�� . F` Ju REFL4CE 0. CP 35 B)% EC. HUE _ v, .•,.a .. r ��y0 m m _� e :.:.:. 12C RCP ur..-122 c. TO PP .". u y ;` m_,. r.r CSOLLIHAR ROAD 1 ;� +`EUPth `� —c �A c c—'�' c c c 3+09 ' o - 20040 { • R ' • F E Tom^- • T. + . nmea.� _ 9. ' 'C''=:::.:7=777!:-..-. _ 6 PC Ini P�t3 —.7—.----.1_ I _2 A Irv�TB BMW i I I$ { s l -CI: - WA. .2.62.1.C d -PROP 3 CUR@ INILT [[8 5' Rl] . , ea.Pa ROP s CMP RET I2R' RT ... — _ — — SHEET `�F - - ¢ SEE la'_ � -7.'---I [ .�.5sx3S353� 'milli rsi�r Stn 23+2PSF ST H-®' a ii,RH N � F E RER't+' U E L D. ATOP /:W Wr0.uH 1. � ENISL � d v • � • E�. CARROLL Ljff% uu35 N ; 24- RCP _ _ _ _ --I —'r — _fie - }� sw.4x «.«x199 I I'D e - � I. FD SHEETSR STOW WK. DETAILS SEE � 2. ulovi ri _ s I -fi ®.� .. - CFT PROPpSEO STORM IMPROVEMENTS EDD - a . AA'°' l r . Recx CF arm. uxu 3113 wERHEAn E1F,CIAIC r� I` = :-ap _ ✓r dry 4. C.. ET OM -.TS 400 m FA.E 0r .1034..m.4 R. 4.b4*. 0 r REx"� II 1 stwPo STB . _ 66600 -- EK. 202 "LT -' "FRCP. SER WA. n MHPEC1 IAT. 0121 18" RCP 0112 2452 RP W� dal' RC2 1.11; Lun5KulCr 0]. MI.[ �1�INTERH .PitIniallErininTOall SHL i� j I `` l LTNNTE PS `1R. YR HFLA `Fl mPr� 36 W LCGPa] L 7 2g Ill ow.rarti pc.I Lwre I Ere I a,ve-mn IPine X GOLLIHAR ROAD IMPROVEMENTSOTA KOSTORYZ RTO %E6ER flaw Z idt,,k(SONO dole) " "O0'' STORM WATER PLAN & PROFILE m1°@ STA. 21+50 TO 25+50 g II za I -- srA. 25442.6.4 JP -1 +. JUNCi4N CONIECT ur2r LM fFLj 24' RCP SIU) 23410 26 -- -- STA. 2.1+21.02 034NRCr LAT A-120 PPM. 3'1.3' {N] ACE 15.50 PROP. 4463 0Ll+ pop 13.3.3 20 24• RCP RP -369 IT1 Elf. Kew RCB 13.3. 18 a. ETIOT. ,... 0C. 18 16 '..P is PPoOP, am L! - .1 van Filli3 . I �.i 1n141 _�nRr T' AsaiAnil' MEW P.M .w...4. x3400104 6mom elm nsmiko eicamerm V N! ocmen aaac x..00 3 o+a 4 B B 21.-01:1 22+00 23000 24+00 25-000 26.201 i fw54 as ax-, Fo PRE T I' %LIRE L F BTR 2.01rEA sT0HLOA Ex ST. WNFEAry u Mb STA PD+1p,OC Sin 29+1m Otl $fYH 15 8T0. 5u4cIX wrtc] nv. GNU �,.rvcTlw u . 1 LT /. LNJE F' . " } FO+ NNE F PFOP 5 uH PoSEA Y/E3 9FC: xsTRua'EON PRM 5' LUPo3 INLET W1.a pl.; POOP•'uH aSE .1n-,T Yl _ HEHu,E I _ •/ �1= pis' NwsT aN aref m /c _ . .. . a RIP R) FJL xc _ _I OF Ex i i /��,••,. scor.,. ,am QE Vain IIp,1O4E 9 ACEN58TRiOF EX BOYExonyc A u: 'a mu., B OF IX. RCB ROOF Er "of EPN . Tc prrecT r. xcc5:� ✓aa Ilok0, a vgte s �x .. _ 'IM ux1 a ,48 - Y ��/s. — I 11 ., a �® —. GL1LiPNRRWPo ` -'-25#i1--,- o o - �YR=Y `Mill Tn L r ; E t i 1 I ! ' '- 3 _ . _ Er4tt :,Har xa- _ m v ... — xCP `HEFT 'sl 'doiu� n -. �I 3_ v �..— .i ..mssL--. ar 2' �, "" L� [ _ _ 14. rr1 C t1� . - .iif 1�1 sr„ 81 �..001135.r __ .5 V2,52' •030T KI rcI, 'RI 1/ - _._ iE 1�'s R zE +amv a-zs - * s; GLAME 11}{. • 'RLP 7 ab DFy .121, [YY.]B—Z r_is' o RCP. 5' LUES ra1T MLLE E11 LNf _ _ i ! LAME '�1�� COO MET [�8.5' wT]— -- i� PApv 5' QIRB INLET i285' RTyrl. •,-113C �.,. a., �, 'IF F} I. -ROW WIER MTN. SEE SHEETS `Era. mom .5F1. ,ECSFIEEM.°'• PROPOSED STORM IMPROVEMENTS E EWw ws a [ p1"`.. 1-= ' MB i • �r s OVERHEAD ELECTRIC n ' �� x_ MI Ng. OTHEIMIM o.R3 1xu.T oa1tT5 n1E m 1n.E of euxx *r-N,ru uvm*o naeAu,. Y kE. "_' Tl111 sin PE+115a 3)41H -14A..10 AO 5TW-1B P, rj �• vrc0+ 1° HH R15ER 115.1' LT] -0+10 41.2.3.2. ECF u '3 CONNECT IAT. ✓-144 5E c u3 _�—�36" 3E 451 'AT) 22 8T [r; IX. RO'x L H_y�y'fyN lJ 1E' EM SRJ 24.30 OL) yO �sTR..C'1 EO HOLE WHSTRIuf EO, HOLE''i Hu 1-11 y 11 ,�� 25 YR. FEL 2e ow.rarti pc.I Lwre I Ere I DElve-.. I.., GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER flaw x? 14' m mSONO 21314) CoO0' a STORM WATER PLAN & PROFILE F.1,,,,:`, STA. 25+50TO 30+00 X•�no1]RIFY�1 ut,`Hx1EE>R a 1 Ti i FELD CT dNt W }M* 1a n FA RCB RAOF ppmLi . 2mer.1 AR . ______ _- ' . NEPnR 0111 2Y' AINCTION crH 03o 2.7' LLr]] CT p - ii 24' 51110)3)434(5(5) I __ .__ 8 S wOI 1.320 - YO ROP a3'x](0 r ars 1x80 P YY PO 1[40 IX. O'er KS 133>: nsu ou ECT burp °i rrartnuR Fa1TTNI 8 RCa [1u] a.A. [ ] W3i. ,p•rA' PC- PO L..11 I- 1E �' PROP. 4.1 IF - Y.0 RC 100 +11 14101 1A `li• . AE tin i 1 fib. .. % 1P _____ ___'. __ __ __ ._ az SIA. 213.35.P3 _ - C 5145 ( 1 34 1 /' 1116[51 (5 STA 18+41401 u1s .mr - p 4 a7 PROP HE$ I. CCav1ECF IRT- 0.-17.1_ EELRLP ON 8.51.1] �'� rva - 10 1aE° Rc MVP ra RCB 1350— .1 .*.* ..I.'ea.a - E 0 I.m.zr: 200 27+00 28+00 28100 30+00 ,a 00 19 STR '.0+00 TO 30+70 � 5R. 5213.1.0. 2 R W PREUST Slr• 321.2.00 ST4H 21 ahzYt]nv. ,NU R (->> T E w0 IE RE�w` .6 s5•, 3 JLWGRO (-..a' Ln RN RE: (23F.,%,.. . 4 . M • F/: • CF Ex RCR RZUL `,T -"2121 Y - -_ Si MI E TO t 6 11 - sear -ran= 1Btl• R 4C R R q in F REPaR s�Ef 5.o �� RN I•Mrrlri•rrrE g REPLACE el UF ^� I LAT M 6 k n 61 7,R R Nu EO E.5. et It Rr TO rerisl i- . I a , ... 6f0 0 ffe 2 .E - 11 Irst-1 rv.Eu,EI L■■■■■ m a. • $ 7 _ r.77:.11:=:_.......,...:_:= unx¢as ,.- 2 � T,� = -,.-C e- b• Er.,- x -..- - y - _'. = .--- ,-1...--✓4 _ -■ - • J - :.( . PAS 55 W a 20 25 1.1 RISER M z FSC REPROVE a &EPIACE 66 ri EX KB ROOF • .- -..� - ... .r` riG�1 8i • ZR .. •-• d ; t $ i rl ■ ~ 3 • ; - - - :� W{SPER�ffc - - ®MiEse+SxAa 31664-26/46-3 IW(37.11..11.) - 24+48.60 61-20 - � 'ERS E._I1v F E S 4xs 1 x ?II LH RISER (37 81E.) Sf633481.110 PRP d-26Ta CURE INLET Lull NEF (265' E � 1 1 .�fH ISPorTO '48 �"`�"' _' e _ '•i pp, � ,F-sR srur.� w«,ER 6 01 8 24 SEE SHEETS ,co 2. FM SEE sFEETS .�«a.. �,..,. PROPOSED STORM IMPROVEMENTS [AUTON! , 10 r y[ �. 3. ALL COANSIME ORE P3 3.4Cli LT 0.I.. xL� 'R,:-.' PYER�IIFAG ELECiSIc E M Ng..RR NLET o1 aR o Fa.E of .01.1.13..... int , . •, a . _._EEE=€ 8 i W GGd�� -sr 52i62.00 -PMR•OP uH 8P Ex'- RDx' (LT) G1. RW+ KM-, Tc iLTIRn (y. 1 Ln dpi MCPNED PRS RIFER 46' LT) MR/6.r LAT. 6,6 (,5.e' LT) CONNECT LITE E w F. 6 $10 15.17 (6) �- „�-`^"��-tia A 5.- RCP ON) 11.61 (63,-�_ EN. 10'%9 RCB 1143 - ___,,_,_-..---.1-,-"�� - - - FPROF. 4.,,v.(60 Rug 1287 i• - Ilk 1 la RRL x9bNFLx5. (7� NOP. CAC 105.1] RCB 11.57 - - ' - - ' 11 QCT EP HOE 6)k ,.f nc Rk 'cL KK 28 �uL-46TE88 ray VP. ` inL ■ . - R it otonmi w.I I ere I Dove -11. I --I 9 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER ROAD x? g ri (00N0 ao14) "O0' STORM WATER PLAN & PROFILE m1°@ N STA. 30+00 TO 34+50 1 g u i s, -- REM (111P) i 2Z .---- _L __ ( ----- T .. xvp RIL Nrvu 11 / Paw xu LF -'E3'a FIE SW cuLVERT +rcv,B + oaR +M RO,Tcu 1 5=~bb..11% it 1 PROP. 163 LF - 860 RC 600 EOLNpT1 33-411.1. CG6mECT UT 20 . - -- �I i, n - _ •6)1 „Rs m 1Y y. m0. .1,'RC6 1 • ]2 t2 - - 2121 2121 2121 ' ,,,, _ max own me ma= - 10 2121_ 2121 2121 18 - Nowt TO WMile IM:1 TRW ma ma mma T.� sRao1a. e.8 • l _ e 30+00 31+00 33+00 33+00 39100 STA. 15.50.00 ST4H-2• EI(6T. PRwNTT. v' LAE au: STA 36t50A0 SfMIH1`.H nrrun rv. �rUw _ .7 _ - MD. MR Po�q i, l.6' L'ry�� WO OF fuH TNu.TIUH .... -a n.� Po x n..•• in I_,. !IIIIIIMIN L T ,0 •e. + u'.''T' E6. r - - - - - - - �xwa RIM To r/ . 6 [r s'&'`TlP• �. el 4CT Hol. STRH Hu/IEO' — * e. ,E111111111111111.1. J 1 = O eLIHAR ROAD RCP. '- "' . - �s- ..-3,m0—: T • T^�y _ _C�.. 4.TTA —.. �.--e c :3 na– 37 'S _f[aim 'P B YmTE a – ~$ . v 2r .. t �, .--'–_,:_–=,.=– 6 •_ —, 10. MASTER2.71=i, ` E ' l,–y }.c0' --�K NEE ii _ l rr S fes. ®®� H L�3� — USi. PROfvRrs ss ARP WRt IT CONSTRUCTION �r.s.–r 2 s� n e OONT L - I a ren Fn ' PROPOSED STORM IMPROVEMENTS uaomnvuw ws • o a :r °' .. •• .10 CP OVERHEAD ELECTRIC �.� >ra _ , fffi • RR NU o E OF :U a ,u� nR�R K�..adO ..fy• 0 2 "E. "•. _yT –1r: ST L SEMtr.00 STYH-2f STA 011,5000 Suf�7sf 1 - 5 – o G t Li PROP. wH R5m (1 �a E, 10W RCB 113. FRC*7430 1 0.C5 11'1 a Rvx LT C' �I� PRY. H 0 SER [iia s LO I la 4314 RC0 •1151 MD - SO t Cp13TROCT DI HONE '—� an•mrtucr •1 Haul _ M — -- —KL NOL -----Nd-- ri¢ rrti— — H0.— -- HOL— -- HCL ER^-- H0. o GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER ROAD (00N0 ao14) STORM WATER PLAN & PROFILE STA. 34+50 TO 39+00 lar R N I 00 HGL • iwiE Po5 O 25 �. I. x 7 26 22 t 3 2 8 ,,, 16 il(—I sr. ,o.f. EC I r 16-11 0 1d % F;; Fp 450 F – 4' 4" RC 21201CULVERT f am;; 12 1'x•"RCB I1 2 ' f2 0 35+00 30W0 37.33 36+30 30-000 uvl -2'y4 . -- I___ 0..• T x STA a +D0.�0 J 29 E:_ i W sT 1+@N STW 214 STs 05+22.02 STuH T5 n I •. M 3':Z' 5 LnI1 ::Y1Y�r�C4Y PO 5Ex (x Y] P0.1 -AT 41 x12 TO F -� w0u.T4511542Ta u Y,' i /r+i1 ' . •: 3. P .r.E v PEELICE a Li Ex T + Ec 5+LE.P aarrrr� MiNNI.� VsrrW P F. ca sP F 11111111.11.".4111..............1..... lel •E T4 5 4 eLa_cu rtx p_ [a[ MINOMI p TE TE.- GO -ROM 1 -- �nxP Pz f11K w:.. - ... - k 16,00 ; f c ..,---.........-- 6 ^ g 1! , , \-12pQo c c .a.lLrr=c .-,P4120- - "1'.... - • En0. :I vxp . 1 o . y._ S ° Rai 0 0 _ 1.1 t F Y b 3 _. ._._._._._.- -_:. �u{._=7:7''..7.7'._. S.. sin. 4111-0@.01 CI -50 -_t _____ . iia sw n+oa.((aao 51004... 5•01/4 i&E 15• xc uT. n�10 PUCE Ec SwPLE R4 Ea51 PROPEET( une Mb 413.5 1.1E LIYBS [i 50051000TH+ . ELE ua 'LR wnUw.a, d '� �=, a F3 _ _ oo El ROW SEE SHEETS P -I SSI. i •fflu=s UD. PROPOSED STORM IMPROVEMENTS E4 IS Panty m' n 'r 1j =1 ® f ALI COANFAORE ORE TO PP �cuVx.� OVERHEAD ELECTRIC �� 11 € _ _ _ _ F r OTSIEPAIM 5.x5 xuT osFTs 1<a[ TPkFp [ or esurnxmuc nPa. ommlK ws w.n. att•, o Y 11•. STP. 11+0.04 51001 110E P RISER [238' LT) 514. 43+00.02 50M4-20 r, F7' } -1 L4esECT L.T. n -21B IAT }'...%',...`"' 5 02..:5 PIPES [1..E)' 5. 1P'.t p` x00 9.4 0. PH PIPE RCB 10.54 8C MI- ��1:.,•P ; C' TC [1.10.515 HOLE �� H :,n, 12.56 (01. x Row [,7 TE f�T/x11 o. 4• PCB '090 C . - -_ - Ha I HI 7B ,i ion _ MOPE /CEPA 20 7t TP H0 a 06 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER flaw (SONO 2014) STORM WATER PLAN & PROFILE STA. 39+00 TO 43+50 IRWR KR NOW 24 a a4 as 4 �a K -MR.. _ SIR 10+50.01 02-4-4 Z PROP PRECAST 18 4 PC' 40N01101. '0f' 250 112 i0.Ln ++ fB m �` PxaF 00045 E'14' PC* 10.24 2P?^ L T.t0 IH] .0] 4s] 1B ERST. 10'0+0' Ill 4 150 u - 4'>t4' PC 6(af C0PROP - 14 3c. cF - 5•N.• -NE W 12 12 s--x.�ax 1x 39+00 40+00 41,10 42+00 434450 • _ _ 9 .. 5 p''5U` E7n Tsx [F xPks »;xxrvawlu 5,41......U.n 110 , / r +ia xr. To �..• w+f, �y coxxar m vrw-r i iru BH •H IE,. LT �i�i Wi EMIT LHE 'J •••••••" "`T a ]3 i iE HLE _.. .. LAYTS OF CORS .411 A L q■ RC CUL�ERF 1Bo a 1E± ". '" 7 I-I f._ 1 u 1 UJ1I R ROAD ..-. g sY � is G F '4i"(a�= ,_ii.,_ �® c —451011 —a ii _ _ gyms ..t._. IQ HOLM a— —.Y-1— '-. 4.4's �'A r x < L d i i -‘74 f a Z Y 6" 3 - _ xalEll .. FF6 404E H RIN TO F/- IEECEBOXN...ER 5'.F 4144 14 LHETE �� 4 L Rc _ I _ � °I S C00T-T E.1 HDE__ AipN G 0 SNI eP h w e wn1 RCP To 'LF a ___ E•10E UNTILLr . __ G Du LETS - .LCII ...S.S��i E E .- IF i __ vw mcaamrsswmTxmq ror.i PROP r R3 MLET fi�,5 'li'y w ••••L• • 6T F1i.A' ERIx nM L �IjuBg Cf SONBTRUUCTpN - MBESFD Y Ir` rc«u+w1x a L 8 .B-16r1. 4. F. iin M n `p •i4 . PROPOSED STORM IMPROVEMENTS wadeELLO R a • 3. ALL E 71 CF B. 7s. ..tt., I` _ - _ i Fr a. C.R3 InLEF 4000413 ME TOkFp E 41 LI3g YF rypca�.o,.«x>r.�«.. 0 1 E ,, xr "� ;-1 - }+ a �® ®�----� 4.5.1-07.20 RCP 24"1' LT}�FwOP. �N�a F 8' 01' a ,•� ?e �— —�?�---� r�� „�"' �r34. RCP 0224 IN7 =—� BOX CH NH AMR (12.8' LT} 14 004 24 L1)N �+'� scamECF a. e'ac' RCB 11 u �— - �� .�j.r � —` rl 0 TD'.10' NC! 10A1T 10. i.Ori FFOP. 8'=4' RSB 1cA1 ��L Fm 2�s>,+IIna_ P IDA EO.eHIXE 1 NTH y 9 I NEER ILT I M-1-M MOM �11����11����� 41 otonmi w.I I ere I a,vem.. Ime --I 9 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER ROAD x? g k (90N19 ao14) m CO STORM WATER PLAN do PROFILE m1°@ N STA. 43+50 TO 48+00 MIM11 • 1 20 EtiSIHf nor NU RT CS) I i 3Tti 45•030099 8 RCP ON] [sl PP ES 1 ' Rc� • _ :.i yr 14 un [ vE I141 JR-5 48 ____ 0'x10' BC •:F EnE;TI 1 .CPEHHG 141 k10' Jo- 1 ' RC v. Wl. 12 11111 1+bf1P:u-. iI1IIUk an LF- t....pc :r. yFytF 12 [gTTrp1 W ME•1•10r••••r n -1<� - e e x F a a x P w 2 44400 45+20 44+012 47+22 48+40 sm as+IO w ze Lm0,. L4eJ_ ERTJ UNE NM E=span, CF S1.o 50 CH _ . 3 HH FIFE. .29R LT. STA m x _ C PNOP S CARR INLET LT} _ CONS,NLICOS - WM S 3' T) . I I .. ru u,r NH RIP P2 Flu {2L5' m , ..+� ac. .6 u' � -14 - - /'- Evc,E a< REFucE e• F L 3 F.rOF 3xh3 P T , .. _ � _.. � � arse - S .vz-A 5[ 3 iRu / - a' RLP Ini. n -NR -0.0.4ST � : NH ON TS REPLCE & LC 2.-25- �� II k OFAOR. Ea6i_P ROOF �� f _ �� .a Ne Eek ur . u . #cuLYfAT r_mre - IG" OLLIFIARROM - - ..---L.--4.a, _� - .---f-.--,—....1.).-1--r-^c .moo +F 5Tflni c r M .. lrT�� — PNCr �E �c� ¢ cATE� 'A b ¢. • ~- STA. 52✓SBR (1020 LT) d F i *11111 a MA Y b 3 -. L_ •== = _ � I _ =:=t==:=:=:=:=:=:=:=:=:=:-:=:=:=:=:=: - - 5. PNOP., RCB SFE BETA_ 1030 END WALL SIR2CUFE SHEET 170 04 5 RCP TO mom - :. % a I�r U 0.5 TC5 mr CIF C -c. • OEH LE NM LET ..., ${�,, 1 ...CT W .'A6f NCnQN BODE SAE LF 5 RCP __ - -- --- .c •.o'•� � 1� fU I NON Co - _ _ •��•y' "I COMAHLi04 ForloTOT No E. ? 3+.r3oIN r a P i :EI F �' ENV. 1.LIMO IJ 1 NEW •xOW ..vF .. da (PROP LW8 R,7 qFE01, sTUR cn�t W II ) '5e- arm P4 1.0111.11A1....14 wss - ,.[tMM�',rs01I � F3 �I 9 I.RFDR STOW WK. LED. SEE SHEETS nm 2. J47P3 N' sHo-=rs xoL ° " " .. 3. ALL 00.4ERSCRS FRE ID R70 .Ori PROPOSED STORM IMPROVEMENTS waEtwl°r'mmur°n"t OVERHEAD ELECTRIC cs . u _ _ - '__ :: ;,` �r 0.9.511M 1. C.. IBLEF OFFSETS ARE TORFA E OF21.16 PFAwRAncnRx R1,2TER ommnK cry amcaA. 0 n 0 Y ---�!!!!•11 - ;:. .14-30 H-34 Fin 3,183.30 51FA.. ,.1 ,. F�EN. 666 y, Ox i Tl, r REM (HT1 i TE [Lr R11 NIA HOER CCNNEC1 LAE6 l — — — — ' — IMMM 53�L w.w.w PRdP. s'TUH-2A R�01223A4L� E Yom' RO- 9R PCPQR1 •��IN�1 MANCE 25,00.. HCL • x 2A^ RCP INj tt03 (3) o 24 - I�5 r xary 21 pc.I I ere I ,mv,m.. I me GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw Z $li+ (SONO 2014) m m CO'''STORM WATER PLAN & PROFILE F.1„.17,1 STA. 48+00 TO ENO W C31311 T E0. HOLE 11 .I fi I o Ron aman • 0R�. N L E . 8' Fr' n..---/ yj^ PROJECT Ma EOiaYi .� 3oasr®q,,Appa warms P.R41EN Q Ul FOR L�AY3rP14TILW iP _ c �� REAP (TF120 20 --______— rk -i__ H __ _ I] ri 1L STK 3x+1163 (3033' LI) rB • PROP. RCS 0 nDO PROF Fra- w.l r r DETAIL Pf 7P. 5315' 1 10 11 . FREe�..�.E.PEis]tt OF 00031 1 0 .. n -'1.I 6i OmEASY�It1 ) + 48 ;ss' RCB BY OTTER, '_ S1 /, EKIsi. 0':37 BCJ COORMw3E 39, L3Fr _ Ano PRELECi AG Er DEO : 012 Yil.44PC Ca.. q�ry f/ r 11 r , f BI ,m's V sr.BQ M0 EC 2 i 12 I 11 804 (8T 01140e) 10 y j1 e e 48.00 401100 50400 51.00 52+00 53.00 2xsewil Die 11 aa.1 *�-..•._•. +'� ,.,. N W N N N Pm FL grr cteg IAA, I. Da' 01 ' j ..� 41A 0044, C(R9 i / Q KICHNEll1 A I 1' .SEE MVIHp-E SEA � R 1, Au .. SKEET 137 l _ � 310E F 6 ei ;i 1.11111 El m Eil�oRw. g m20 la. ril°T 28 IWW r P.E. I{ ¢ � mi 25 II �__ NI L I� ,QY I a u= , xa xa CS. 1 xd a1 p6 LTJ ©a Lt 3 .. $ II`` xz zx �I 4 J g xz xz Y Y yN ¢ I- 1- d - .Tw I �. xo zm :: J $ ,a f ,r xo xs / Lj f ry� h 1 y1e 1a 1 W 1s 1a = r acv a I o. u �oA1= 4 -. ar U MOI[ c« 4 E 16 16 i 16 16 1KX.t n L V 16 117 L GOLLIHAR ROAD IMPROVEMENTS K65TaR1'Z ROAD TO %E6 flaw x? Dam 2014) mCO- a�11(C STORM WATER LATERALS (1 OF 11) E e fu - I I L—J L _ J J 14 1a l \ 14 14 J. p 14 =p8 w # +46. 12 12 5 e. i,! 5 12 12 5 :a8 12 $l cPEn Y -1 £ gB y Er f562 03 n i8-� Y 3 $ R1a_ee , 10 10 k, a 8'" 6RP�t =:4�P. Yi s .'.� g35o 10 as b a i' s Is. aid m •QQ .qq -w µµ -t' pp rw b �_. b`. 16� 8 a HS ba 16n ba a5 Vi k- a 6 ba N 1w+�A-w tris -c _C- 1 - R '" ti 0+00 0+50 0+00 0+50 0+00 STORM WATER UNE 'B' STORM WATER LATERAL 'A -1A' & 'A-lB' STORM WATER LATERAL a STA 3+03.59 (LOOKING EAST) ® STA. 4+00.00 (LOOKING EAST) ® STA 5+94.90 & STA 5+00.00 0+50 'A -2A' & 'A-28' (LOOKING EAST) X ncei is 4.0 mma ¢ 1YA°R 0 102D'1a• ed eo 0 1 2 a 6 e -rt sm c; B Y 2 TnL .iR+PHL MALE �^ rtxs'.eiwl hic• si ( r TTA 8N6tt (00.3 LT) m tT guBP I"LET[ ' R><DR /�n 'LC' Cute MLET (LI -LN MOP 101 155 I+LET [C1 16" p .11 I•.LFT ,I :I ! ST. 11+TT �M., LD ftt[v to' w nL[T (ci . u +i e. nu e� NV 9=7.176 LAURA L GRAPHIC LUIZ D PL 1 - EHP 3 ': �" ,F. L7-1-,,:1"""1 _ � 1 J .1 ■ST^.EEEIN ELL 5 ` (01 eY 1Or P].CPP.M.110•1.1111 h t o+42 �4 (22,1 Lm1 ' 5205 UTA 4IL Kinn., aciumm RC. YARN M.M1.1.11.111R•1 MOM NM MN= 51i I Ii ` Im-rraraum. =me er nem =ma _,__ � 1 � i _ _ SEE :HEET LC Ir J � � axwmn+®cvmw am WW'PF ..i'rv51IA 1�c g _ F 6 3 6906 RP , ... - -rR� ._ e' O'8 0 TFn� 6+43.6 (2t.4' L1] w5 ti TOL ^ _ MID WENT A..N' C .I.e-'rF 3EE SHEET 4O _ _ J. �/ �tT . _ -. I FFF•• _ auxsal• s ry ! �.m..�r�� T a �F—a �- c',.. ,__o-- 390' 1A STORMWATER LATERAL LN. 'A-3' PLAN STORMWATER LATERAL LN" 'A-4' PLAN 2 cXJW44M'A•,I 22 1 .1.o-' L. -, NHe k 4.v m 121 V , 67UJG5 w x� 107-7,1 i �e 4 Niu+rlic---'4'Ww . N� T 2 I,� 9 n u JI g$ n rax: na g so �pISR • e 3 g 2 lInje art" 6 LAE {T s 1 BE �[Y9' [➢: 6+ F _ 26 � CF,'i A Cas 26 26 6L.- I Iq Iz 26 26 [TO PELE• •EP) 1 W i 1 to 2S p �� �r— 1 , 24 te ' 1 m a1 r .,.k 1 11 a1 24 2a otonmei w.I I �. I L' GOLLIHAR ROAD IMPROVEMENTS KoSTORrz ROAD TO %E6 ROM Z [®aw© 2014) a„.17.10 STORM WATER LATERALS (2 OF 11) memLia 11-1 .11 #Ie II �� - m s h 22 II gg 22 22L ILLLEINUNE n- Wy ,I I, g 22 zx 22 ALL yCAALUM! .uit. 0� m 20 4 .6m 20 zo 8 • =Gu- 2a Ail -a, o 1e 1a 10 I 18 1e 16 X11 L L W 16 0..021114 EN) ER.0P H N•� 2niKx1-i'� !j 16 16 0.UD41/0 mum) j1 Vii% 16 16 .1-7,77r.,.4.N • o 0 .P x 16 T EOUW] TW "° 1' 1 5 14 L .J 14 14 1r 14 14 � j 14 iqp 1 1 1 1 4 12 w fY 46r 12 12 F i n q6r „ 12 12 1 5M8 12 XY a a� 1z• D^, 9 M.; R. n i- 10 W - ai - _F _ 0 8 10 1e n=6 § 16 1e ig�g 15 p e G mi0 c 5_0%'l 1. 4* .L4 a s 6 6 510. siSik :, � Lato 11 6 e v G a 4 • 6 r, ry W 8 _ 0+50 0+60 01-50 0+50 0+00 0+50 0+00 0+50 STORM WATER LATERAL 'A-3' STORM WATER LATERAL 'A-4' STORM WATER LATERAL 'A-5' op STA. 8+35.13 (LOOKING EAST) ®. STA" 11+42.64 (LOOKING EAST) 0 STA 11+85"33 (LOOKING EAST) CO AL .iH4'1-1L •_C LE VA, 14+41.]1 (692• Li sir. 14468.33 (71.6' LT) ' I mwxeiwl �Te 11 CT 10. 1 1 10' (( 311 s. re PP. 10' LURL INLET (61- 2) PROP. 1a CURS INLET (11-1 I1 RO 0)164.1111 ScorTif nc tae.. • CAL1661710,1=1 _ ` sr.. .a_oo �R-0+nAs7 naaam wsw:mw em omna.l.,,wrt nm srau rwnn rnwmuceuu screw uw eaaco ae ius a mra mn oauu•"" excauricxa rri 6TA. •1439.2( E• — E LHT . I l f 1^�3 9 \ -- mM ernw�aieruu, uevswar' .•' � Opp :.� �� xnllxucul i q g M# e _ 1 3 =• R _ri — d. sra '9A' 4,, ]90•miiiwo.,araq i ��f1" a r ST ORM'AIATER LATERAL LN. 'A-7' PLAN a2 s ax az 6 ALICWO E'r - _$P CORR u 41 0' 4 001,.,41 9 1r FT,LSH N GIME xs 6 HC 3,.l m /WE. � M: KL 02 '-' -- • x .11-11. E I7•22 m u a xe 22 IFE I 22 �g kl p 2R �,., a 20 zeFRo' xfi ag 3 xs Cf_6' x4 rc x4 2l n x4 x4 - ?b GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw [ave© 2014) STORM WATER LATERALS (3 OF 11) _I -- \ k s4ns Im 1___--M. uw I: x2 y i, 22 22 4 -� xx x2 x m x2 d 41, M i . 10 LF 24- RCP h �0I II g � SUI.F-6 1LmgN¢ 2S I I = I r • - II 4 11 m x0 xS scum) W x➢ �mh a_ +'4 �� "� II a I 1 MRP iITC �' Eu)F] ' d /' FI. MEAL pW �[6 I'I 1S P � F �Ny4 98 18 II I J ;P d• 18 18 $.0 A .. 13 16HOLE y 'c 16 16 II3 /1 16 16 14' 16 - F1 \ \ 14 L—J A iJ 14 '- 14 14 's. I' Y4 12 N JIs. j}g 1x 12 ¢_ 14 to ix 1x W 11) --/ 12 1Si1 8 �6 w C r 16 16 i1 �ti - ®[ — 16 16 � t,,,a' '1' ?�� a Xf 0 F 03rd -1.,1 s,. A.-„,q,--4 -. 8 3 6 ]moa¢ ....-V\.,-- L. I 00 2 8 ' -'m 0- -ks K_rr i .80 0 * 6 0+00 0+50 0+00 0+50 0+50 0+00 0+50 STORM WATER UNE 'C' STORM WATER LATERAL 'A-6' STORlA WATER LATERAL A-7' ® STA, 12+58.28 (LOOKING EAST) I@ STA. 93+93 (LOOKING EAST) 9 STA 14+39.28 (LOOKING EAST) owsierren s,¢, „ 9624,-7 6o.1910.1 r,,J * `�':.• .' r '..'�. .t.e d 1 Mo ai I I 4 wele.Ewr -e -TCPoM41 se g xc WOE a Y a2 as 1 az -r., .. .; 2 VET" IWfEPoM 11TEFW / s YE. -9•1_ 3ncci • ,� I a . Hol F i ! ■ r_ 4 - 7^y'� IlMI28 28 —Mi 28J c�ce gg_p �, '- 2E F1.-7=811,1.1.2 S 2fi 25 26 -' '� 0W` _ 1 5B • cte'RC`s 6.SOx )1 1C xLa. x[ ...1. • O. mnn 21 24 2a JT fi 1 26 -- - -, � ui xc 22 I�j '111 n?3 2222 IT- I1' r, i' .I b?� • s 22 22 'A-4' More.) 22 I I 'I �' �lk Zl 2➢ I' �. 20 20 , y 1 20 2) 8 4 2➢ . y 5 yE 14 I, -' .11 18 10 1 y H h 10 1fij ] 16 Pm EL II r f S j G 1i QomiOa spend „, EOOYJiATBk SS ,I • 16 1` 1fi 16 [4 16 L GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw 1w Dam 2014) mCO (.0 STORM WATER LATERALS (4 OF 11) Elem II I! I EMT. All 0u N s / m NEED, umwrier ,i___!, -= ^ 6 14 1a II --: r. ± $ 12 as a Ao V 14 Fs g.acw, '+.8• iy o 12 12 g�i1 12 12 3$ �.-. 12 s1:.:e 5 �g I ..1-.7-.4 . -6 g a� g 1s-�r -WE P e �5 V 16 10 gT 8i g F,m n¢`�2 10 14 I _i, ,,Et 2LYI. a m a dgin Z �2, - � f 5 ,,Ant 'ti O i -" a8 a'"- fi a Hn wSAzo an $ iii -m an p_= a s i, i_a_ eat" -r.. e 4 4 d 0+00 0+50 0+00 0+50 1+00 0+50 0+00 STORM WATER LATERAL 'A-8' STORM WATER LATERAL "A-8' STORM WATER LATERAL 0 STA- 14+84.00 (LOOKING EAST) 0 STA 17+42-76 (LOOKING EAST) ® STA. 17+42.76 0+50 "A-10' (LOOKING SOUTH) nee,_ is % 0 10' 22 00 12 04 0 1 0 a 6 e e o r . M •, ~� x0� 110 rrdarx IPA. 17 GlIAB 1;32'4_431. I Z.- +seal 41,1,6.--1,)1 6 t7 CSFs IF ` o 100 L !I , ��" " �. 2 4 87.11 A TEAL •P c AL • 6 01 t gg Urm_W!A 0 3 ^ u lr•..V1 rurtALc?Lacwmmrvccwwam. STAT "X"°I _ . .� a -{I l 'y ,HFET .'2 1 '.11111 gg I i _ 1811.1 1_800 rZ.18811 - LA _ — — — ~:4424.:. : -- _...w. - 17,>r7 = ,t¢n n'T STORMWATER LATERAL LN.. ' 'A-11 ° PLAN a2 .13,11., 22 22 4127 N MERIN f XJO HWEM 'h"l a1 , 22 21 18. HGL a 26 M. VEL �n ki 36 1 ?5 Y1f. 4JGHuwr h' 3p f fQ �' l 2B ■ 2B �. 26 2B 26 1 IC4 s t x Icy u. n .1-184 7 if uo•0.cz € 02 ur. g� 26 20 - m . 6 26 26 _ QAS17 2 j 24 24 24 g 24 24 I r 24 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROA) TO NE6ER ROAD x? cn Dam 2014) Co (.0 STORM WATER LATERALS (5 OF 11) Elem ii _ " '* ' pp s ec _ 72 -�� 1 ° 22 22 - 22 22 %I�-,I at. 22 4 1 g- :n f ti 20 S a an ?d 0 20 2u y 2L 1nrb I o' r v. S . 16 h r 1 98 16 y N •P .a a`9A 16 18 p ..K Hr 16 - Ii '" ° 8.a _ 16 [Noow1Hc ung I, i1 10 16 � 10 16 1I I'$s u �j2 16 ii II Fl 14 1'- 14 14 ,y 14 14 - L- Y4 1 1 L U y 12 • �•n ��, 12 12 MULL •• ggat- W ,„'.R, 12 12 _ 6�— 12 a } 2_ ' } _ Sze 'm e4 _ -oQ8 _ 10 R` � R !'8 'e g�� .k a 2 12 10 10 yy R�dagq sp 3e `i {ti �L ,7,,,yi68 10 1a R` gq to 3�3� w 'F .4.7...„.g $ 464th IL 8 mz0- �l�'n fJ 66 6 6 '6 64 O 8 8 .--P0._ 5 ar.e_Ei k. 6 2 0+50 0+00 0+50 0+00 0+50 0+50 0+00 0+50 STORM WATER LATERAL `A-11` STORM WATER UNE '0' STORM WATER LATERAL 'A -12A 0 0 STA- 18+00-83 (LOOKING EAST) 0 STA- 20+32-91 (LOOKING EAST) STA. 23+00.00 (LOOKING EAST) FICRIZNTAL.N g.FIC SC4LE 0000000 ,,P14 ,,FAE. 1.0,0,11M, 11•] 0 10 20 02 62 EU “.":;1'..".7F-.i.iF02Ei;.,:ii%a •••• .• • 4 •-• VER11fAL •GRAPHC SC.LE 0 1' 2' 4' 3' 6' '''';-.. +-i-, ., 010 _ . 220. 25+6100 Lt. —..— - PR 0, CUM INLET (CI -21...)A . R. PREC052 05..0' .0,0, 20. ._._._._. a -0420.25 00.. La -. -_ • - Lk, EG .-. 1 _.... '"111 t t 1 ; 1 / 4 - 3 511,-.-113.3, 1333 60. 53Kr:SWHL'Iell. 4 . 1.5. IN 0? 1-1. '. 11 CARROLL 30.3.131" NH 11111,1 113 MASH 51.3E, , LANE -r.7,. 2.744 ' a 4., 18.3" 4 - = s .tf,',SI E4131 24' 0,00 W. • • 00.20. 2.' HO. (50 00035) I 000.000.47 1070 ON 0900.39.00222E 5T0?2526ErN11116 NA' j I 44.0 rvtaffxr no.. Er.122.2 .10=i0,. .. 1,1H FM TQ 50+15H 0.8.0 = NTA 0+86.26 BEGIN LAT. 6-140 I I INN/11 I. 'A-1413' STORMWATER LATERAL LN. PLAN I .. 17 1 p i k_ q AulliAiEwr • ' 3 -1.33.1 B . FS ROMP 25 40. H6L 31 31 25 110 022. 0, =25 -, 41$ Ilk i . I I E 1 .,.--:"..... ,-.] - -'",-TLIII 22 91-----..-- ' = ,g, - -.1 . 28 -IF I. 29 I 26 25 25 26 ,T ... ...-----...,.., ---% h 4• 20 .."101111111e11.11 24 L.T.r.,- .. -,..,---------"--"--------;;.$' 24 24 otnrarri pc.. I .re I krf I Eesr.-173n I 1.415 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NEBER ROAD lin Dam 2014) Co, (.0 STORM WATER LATERALS (6 OF 11) El V 00 ''.01.'56'‘ 6 41A ' 14 . r...--# , 22 I I -Th 22 (.3,0) 22 22 F LI I' k 211 , I, 20 29 20 20 29 (LWOW 31,CH-9 18 "c• la 18 18 14 18 1 1 HO, 8 LU ,• • H2L.0 ..— 16 16 / 040100 16 16 18 IT; SDI FL .,P 4 11 ,_ '4 ___,m „g„, 4 14 14 5 ?.I ' gi 6 0 14 14 e. g 14 . -.S." L -J--- g 4.4-,24.3- r.2..r xg.,t-,., h.—,-_i.,-.. •,k.,., ...-,tf.vD•--... 12 12 =T!- 12 12 12 -:.b.'.ur:'.•-&.'".-',-e--ZN,., ..!. 8i!=r -122v.., ,A, A , F,. i 1.7. i8, 10 12 o" 10 111 8 8, 8:4'2'i8 l• ' 1 so —1A,._i,. ..-,. ,?..t,t.6. 8 ;.... ; ..1. .- ,4,1 8 a ;1 r';•-•-' .k...i11-147% e :0- 4 5 4 8 7 .m. A 2 .-:, e. 5 `'61 8 N A. 0+00 0+50 1+00 0+50 0+00 0+50 0-F50 0+00 0+50 STORM WATER LATERAL 'A-128STORM WATER LATERAL 'A-13' STORM WATER LATERAL A -14B' 0 STA. 23+22.57 (LOOKING EAST) 0 STA_ 23+22.57 (LOOKING SOUTH) 0 STA 25+88.94 (LOOKING NORTH) — _ 41-4 sEE Fur, E �m CT 1.0a�FT C(OA'TfNT ATULN BCP xvxrs s,Ecr HCI nv. tPoul 1 r — 9;; EN nT 1A[�Ii DUST. S6' MOP" 5C RCP IR�'(NE. 0vmEN�57 C;ARRO LANE uI 5.. u .so 1L Ei] j ' S" C.RB HLEf (50 21 Cj ' �a +ey '• `2 I...'((� - COCNtHTE RIM CITY' • AHDsin Zsrs (285 LT) N •_„_•�PR 5' C WB NUT 011-29.) P ,_„_, ST as -14424 M. PRECAST (1ZY JU-t 6,5'x5' LTION NEN = ._ N. Ff3097 Sin 4+15.36 X-156 }. n -0+59 25 _o s B- VV - 5TX 06E04G 1 LAT `T ° NaTE B 5NE 5 sss 25t T 63 X622 LT) STNH +d6 M,'. ���Bil.l / Nr. Adv . 1 e u si HI I tt+ FlN`ll kc.E EMI II""" I. FT Z%tt 44 I LT 'TUH-I.aejp.�, 77wi [�${ j� II F -M3905 PEON . UNE F 11111.6. PROPOSED S H A1E 4551] Bn 1* TO ju 51 2 �' !- IEI �P QrL- 6 H „u� OiUOO] E LI .E 'F d F 11 3 - FR TO Fl CAR II CRNROLL ■6 i.1 I p '! 1 �01R 6H 11514€ pl3 LAW �I - ta+n s a.,e in / ."' 1 I - 5Tn woo o'' EMI LAT. A-1'455 o k� 1 5� Asn 5' 14444 55165 i15-5 1 ■�ee M� u+ ma y, __ Ex 5T. 1t' �M (..r:::4-,r4,?!.,.!.. 1".^'' 9 Iiia PT] 5054 4 174 1 1 �r r1 Ic AlI ��� !,� u1wR MY Mni11S MEE '/F f • ANENT 5H RM TO LNISH EWE - STA o-.ae.0e 6®Ix LAT. 6-e.6 gl II RAMC C0611001. cav1001. $ s. ( -leel� REFERENCEF1iixECT+NR 7F - Ln. • — 'A-14,4 ice... STORMWATER LATERAL LN. PLAN _�___ Li ,A ... uDrr Cxrw • ' STORMWATER LATERAL LN. 'A -15.A & LINE 'F' PLAN • 1Fir.ni ME. 1 fr .. .. 45.65 w �" S..Y „^. .21E P. 5th 5. '7 N PHERM 25YB HCL r� ,I ll .I;N, ae� nx ��ii 111.1.1 � rl�LATYA-1.• E z6 I a 2G GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw [ave© 2014) STORM WATER LATERALS (7 OF 11) 86 + 1 - 2d 23 LF 18• " . :°' LF RCP i a.-� Y ft1 2.0403 22 '��_= UNE I 11 :.. 11 24 (SEEP I �.� .. Il 6r SIG g„211 -1_ g zx G VG FE90 BEP 22 w -R 4 0 1e .. i yppy 4 11 no t.` 1e m y2T Itl $i. n II o r� - MIRMI.,, 115 18 12 451 16 W M13.f .�. ..- Pi(!C ; :1 SA ■_r qq m. HOLE ;, 16 �.. NE 14 Fill,010,100. is- , 16 1 14 u 12 ,, `-- 'yo a*� 12 3alg- 7 i =§'�2&a--IgA ( $ ^ ss 3 o& 's ''S -.22;4,--.=- ` -- F y 10 kn - B hi saw _� •I�-� ' 16 runweIun..ntx.o.Krttm • 12 d "�" 9•a � al is Ll . . l Pi nG$�2i ¢E¢ '� F.� �. �' 10 r.113A gic1c= 16 El alma r. 0+50 0+00 0+50 0+00 0+50 STORM WATER LATERAL 'A-144' & LN" 'F' STORM WATER LATERAL A -15A' H �" "'� Ic ®STA" 26+17"64 (LOOKING NORTH) 0 STA 25+05"94 (LOOKING EAST) o n 1 s RSCALE 1vxn 60 00 315'-4311% :, 31.1 , �&di —...* ' son•,II .,0 S9.0. 41.0 1 0 ¢.6NME0 �' 1. 32 31 1 32 til Io SAA' 41 O. 3® r10 y is 'R' '.q MFAIX 30 '.L -A 4 30 E 1 Stt e I I "� 1 + .........,,j r I "" 1¢ 32 31 1 25 W ��1 m 1 ff pl 26 28 a°ate 1 22 G. @ I q. P 2:1 - - 1�s 122 1 1 x r-�, 7-4 11 Ei -I Z1 fi II ri 11 Y. .. 18. m 11 ' 18 18 P Soa£ 7 - d .d ,e ,B 'I 11 In 18 h t'f P 1 1 n 11 16 'w 1, Q S 56 18 z'�"- Idl ,.k' 18 t6 ' ,E GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROA) TO NE6ER ROAD [ave© 2014) STORM WATER LATERALS (8 OF 11) s 'i ' EOunuacioui :0255 r* '� 14 J ' I' 1; ,.Cza n IT 8y Y . m w -_ t i. ,o @_ Tg <12� to ,o - •-•S 8. _1 T'S a8 .iR 10 ,u R 5SpST III $a 1 r 4 e - C,' t 7,i F Vit, 5' R `2,'' ��'qg .- S 55 � m ���! 1 H _" 8 i== e a 1 ? ,," .:�' ��°' a mpk_ " ae H 11 H G'"-'! w Eh. - s 0+50 0+00 0+50 0+00 0+50 0+00 STORM WATER LATERAL 'A -1S8' STORM WATER LATERAL 'A -16A" /$ 'A-168' STORM WATER LATERAL 0 STA- 26+61-00 (LOOKING EAST) 0 STA 28+65.OQ & STA 29+10-00 [LOOKING EAST) 0 STA 29+48.00 0+50 'A-17' (LOOKING EAST) KINIZONIAL BRA. SCALE nce,_ is ¢ 0 10 20 40 en err0 1 r 4 s e sm. mese Eau sr) sruN-223 Pi I' 1 s sus. Ls 35466110. 110U FICNIZCENTAL 01191116 SC4LE • M. 5' DIN TE. 4. 344 11_,_,--4-3e-r. 30. RCP - a a ucirm mc 0 10 20 441 5.1 NT T 54/11421.27L%,724 VaLler8LF,..„ sr- AL 0,90.00 Gem EAT. -3 - ..- A 5-14 14.42.14 154.3 LT) 90 LAB INLET -pROP. E0 tai k- in. ••• .4.444i t....0.*74:i ; . 81 W4.1 i 6EO352SL GR45116 1C.ELE 0 V 2. , 5' I SrAL .1.1444.19 (say LT) , 11 k ' NN. 5' 911511 ,,,LRT (C,- ) :2.1- i I A a ll ra STA -0-1-44.2* 1 I SUM Le A -la hilAIIIJUIWR, IF • i Aii-r•l;',-,DO sm. ausase (2.3.1 sr) STEEF1-21 41° - '" DUCT I. Me i•Ipinrim- 1 914 rr 5MO AM WirOl. [KAT • F -"q11111 t.T. "1: 1 I 3 UT. JJ•. IC ssE4 , , PliC, 1 fi• NNTEN • -31,199- .—pen+ STORMWATER LATERAL LN. °A-1 ' "A-19° PLAN 1- — + 31 I 1 5t 1 419131 29 AN 1 MILLOW yr 1 .1,ALIC.E.1 -: 75111 14.9, I LI, Et a I. .. -1 lir ERN M. HGL -\\-- 11 ewoularr I NzEpE IA 28 . 28 1 F 31 213 li ,,... lir I l. ' OP' 1 . ,.. Ow, 26 _tii 26 -172'----------41k 1 I 26 a I 9'1 ts 24 24 17 I r 24 1 1 24 earrr us u E.499 ---4 mei t Lt , ,..b..... il 22 .? 90 crentr 3 /11.11213 LTG nu 22 22 "..-(-7 22 1.91..E,1111 nal) ill: ,, u I r ites35 oto.rarn rs.. I .re I krf I ongrAnIm I 1.415 117 g GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NEBER ROAD Dam 2014) rn CO (.0 STORM WATER LATERALS (9 OF 11) El - I i .i., iv • 0.50R MANE E..9) 20 11 n 11 EMT 0 (DEE 19 We EENNED) E 29 211 N521H1 In • 2111 Z1 211 11 § 11 EMT. : II • II 19 s aEIT e6 s II GS 0 18 18 18 11 - X : 1 5 1 i , 41.4 _-_-__,, i 14 1II1II U 9 4 1142 / \ /r ) 0 _ . II 3 « , .1-EN lo 9 Vte.• g- 7.4qa ... 1. 10 .-a40,. 10 10 s 10 . . —•-ii 5 zqz1k- ,g .4 511 1-2 gr;;Ifrg ,11 .19, 1-11iF-.,,J...k1:..4 `o71Em1-g 8 N. 0 0.zTY i1TrE 8 8 z -743'gAtg 8 1 br,ittg 7 M • 5 4 ••. b's ttL4Eig 6‘.1. tiOWN 6 6 4g.E1dt 141 t ..-..-... 6 6 ,..-Iit-..2' 6 .61 11 .-2 d a 0+00 0-F50 0+50 0+00 0+50 0+50 0+00 0+50 STORM WATER LINE 'ESTORM WATER LATERAL "A-183 STORM WATER LATERAL 'A-19, 0 STA. .32+52.00 (LOOKING EAST) 0 STA_ 3+60.68 (LOOKING EAST) 0 STA_ 33+60.68 (LOOKING NORTH) w 016 :�:•..'•..+'e ...., 4161 I... A• PG' 41A A SO/ 4. SUN FL N s m w E3 a 61 8 P ^I '•i"`ir�rx ^P _. DI 4 ,w.011418111 •a• 1 311 euw r'n' 4 ucwW •n' $ r. De IR HG _Q e 4 f I� *maw �� � za " 22 20 8-n€ ' e %I1I 3 I" 6 8 AIX -04 77 I LAT. ..,211e I 1 0 W Z.�ae.,.x rf g 22 22 : 22 : t24 Ir 24 r -ti 20 m 20 m1-11 $ j i7 I € ddd .. Y Y d is 18 18 m 15 J 4 -Pk ...'41, I - II b li II II 96 n �- 1a 16 e'� 16 16 P. �ry T m. 6 14 11 14 IIF .1" 1d 1. I otnrarri rs.I .r1 I krf I Eesre,13x 1.1.15 GOLLIHAR ROAD IMPROVEMENTS KOSfORYZ ROAD TO NE6ER flaw x1 cn Dam 2014) r CO a,,17.(C STORM WATER LATERALS (10 OF 11) Elem N If Ck , k II II H- v „ d e5 mug ani d 6 sa-• w 4g . T2 12 P1 4 •d 12 12 1 hN 6 I. I age s 0 a0 -� 10 1 11it 10 10 I l - 55n S t E L _J e a g e g 2 0 G4 Y e S c r Rii Ja %$i R:.?pg3 - 6 6 S�eIK 0 •- 4 %.F.— i�'z 6 a 1-d-¢? d5 $ AZ b5 b5 6_ ^¢ 7 §. d4 t: i gt ;� EVE 4tS m 6 . . . 4 0 31g§ea 0+00 0+50 0+00 0+50 0+00 0+50 STORM WATER LATERAL 'A-20' STORM WATER LATERAL 'A -21A' & 'A-210' STORM WATER LATERAL 'A-22' ® STA. 33+68.00 (LOOKING EAST) 0 STA, 41+00.00 (LOOKING EAST) 0 STA. 45+00.00 (LOOKING EAST) Lo 111:111201/141_ ERA. SCALE nce ,_ is 111414 c .a.a 0 14' en .o .6 DT 0 1 r a 6 e I; Igmq- • A 0.5iw 2x5!riWl �nF'co HCI nv. Poul -_ ipL MET_ HDRIZONTnL ,PA0FIC SCALE mw r PR. 5' COB INLET (CI -31' I°` c- IEE5n6HE B} SO- 0 10 2 ' 10' 60 Sp- , i' 'gyp 6 DRi '.ti43 ,. 4EOTICnL C.+PRIG 5C410 H& IAT 25� `o + I ISTA. 4510775 (2+.1' LT) 0 i' 2' 6' 8• P mm am. I w H-2] 5 SEE SHEET aNATE ,. °Eg111. • 1 - E BEL. T6 ACCCMIC-0ATE n 36' RCP ro - ac ca va -P�P�w ��' �'I �- ' �iI _ wCNNPNT 'A' IPILLILF, 73 rm o. c F Y 9$ ...........--- 4' 0 _ — — _ • 1 S 460 I � -L 5,p• 41 V 1... PR. S• uN `� T A -Pa I e a 'cLiF 050 16` >.n1os ry ry ATpH.vH. •.•yr `- �x q 3 ]0 3a 3o STORMWATER LATERAL LN. 'A-23' PLAN sc�-,nM • HSL ? 1 35 w`� I5L I .- � j _ 2 LAT. A -+B _ �. MEM T F TPP-. 1• , 25 1R. HG4_. 65 WE. Y 0.93; •. L. r 'i 4 ruG mi n � Pk .� 25 24 I 9/ 24,. i. 2 22 a 22 22 22 26. GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROA) TO NE6ER ROM (BOK 2014) STORM WATER LATERALS (11 OF 11) HHHaMMMM'' r-� I I �� YB r 4v`..' L� 31 16 1 I I, •=. =` 18 98. h re n y J g 18 I100I(IIC NCNIH n G IS H @ II - 98 96 4 i 7 $ i $I.., 15 98 twww norm) y ihi 15 y,fie 4 ti r' 4 y �,I Z ¢ II ti i a is M � 6 r ,` •3 I' 15 I � 1fi t4 1i c F,. 14 14 o 14 Iij i e- 14 11 A' . 14 yl 12 12 li 62 ll 5 y i LHUL510N h n II T Nom 12 � P 12 10 3 S III2 10 16 q ,d p 10 IL_ w jg F..ST Q a. -C ^ry . HUS 18 a . 6c- L__ lAt rS C �. e a. Zi CH IL_ 8 E. - rra a & __F )'q_ 'x .O Tff s 7.id�6 .- 2 �4 e 50 8. e fi +a± 9 - IIg S e fi ¢� 6 ' ;. s•luso - A,'ag3= �{ 55pG GGw� 40' 6,ssT''- 5"Ai •F n 8 4 IIu.A n GxO 4 d 4 4 - 4 s 4 C 0+50 0+00 0+00 0+50 0+00 0+50 STORM WATER LATERAL 'A-23' STORM WATER LATERAL 'A -24A' & 'A-248' STORM WATER LATERAL 'A-25' 0 STA- 45+07.20 (LOOKING EAST) 0 STA 44+40-00 (LOOKING EAST) 0 STA- 51+97-50 (LOOKING EASY) Ex1rnn0 aeEwiR-, TCH WRING' KEW. 074.1-� 1 '�:J\ it •.."e. -Rc �c / REE 1D REM. rEGSTIDG GONNA ktRtH IXlSTING I i . rSOEsue CRA• / 111f F TREE e S.- 3 .213.1 . 1 RELcc0IE 51".N-,,` .. .. T 11 RB.10111` ../ ,-tO REMAN FFrswos wRe iRi .... E '4 .f HFACfR CURB To REi1ati �b /�'�1�� L r + R f',, RAI u. EnrsiE IAC SWFArE _ JJI"' _ 1 ... aELLV.WIE .,wI �� [xx1ERETE Bio- AS SINERALRLW 3 a ARFA7 "� +4_:08E.17 1 ' ,En DETECTABL R��14RG Sui1RaEE , t I •CO ERTE ASE 51PE+'ulIr II IIIIIIII IIIIIIII IIIIIIII IIIIIIIHI 111111 IIIIIIII IIIII ':'ice - 1111111 IIIIIIII IIII L AEFE CONCRETE &P M CYCLE MC ,{ .. _ P•VERG II RNSER GWE.- / CONC.-FE u BIP i CxLLE I • FH Ro RE1n:,ED1 cV4"-0 5 �. IY lo.-2" GOLLIHAR RD 4'-0-RELIC TE SICN r F' 00 .E1E C9+CREIE CURB RAMP III"' &D AS SR.Ewnix RPYP AT N.W. CORNER OF RANDALL DRNE 6D I CURB AS SO.,. RAN RAMP AT N.E. CORNER OF RANDALL DRIVE n.� ml o.,e hew L/)-1 g 9 GOLLIHAR ROAD IMPROVEMENTS NO5rORYZ [ROAD TO BOND 014) %EBER MAD m - CURB RAMP PLANS git•P.L (.0 (1 OF 7) CAUTION!!! UNDERGROUND o° 0. oxilx:- �1E'owl FS OVERHEAD ELECTRIC 1 a x a Ix •s II �I uwa'' rcn I �� R� p,p1x wus egg u E tt sE xasn w�EmuxxC E s . EnSTNG 9PEBAIx-� Eames 1 itE Ile 1 mRaTGH grr..201 1 -- 1 TRI8151Tou -.1.. 1 9Dnaut9I0E.IK R YRiarCN Y EnSnnG NUM. E00m0 cRMEs Ta1NSIi1ox\ III, NaTs0NED s. xx:nfl[81 olE TO •/HVDER RUOEAEnSEc° i t, " o m RIOTATE SIGH-- w b. rREi(TO IC ro'91 CURB `�+ xa MM., uEIECIIBtE St _ T BID SDENALR� LI.. , � ' ; ' - ARE n'rc E yrs 4 ' —.milDETEcTaAIE UA D. 1 L BIP AS SDERROR 111111111111111111111111111111111R 1111111111111111111 ... r nmmiinnn L ORAS SRR NO AS tTiLE iH t[ / RN+.EP !SONOISL+N=---- . - ................................................ ............................................. NY]:::.. ........... ....................... L OIEEN GPxORETE 9d K. CrGI-E iRitx GOLLIHAR RD p 1,Y-0 C HP R CCAC BIO gas-P-0 -- S T�R en as SR , ; CURB RAMP AT N.E. CORNER OF LAURA PLACE CURB RAMP AT N.W. CORNER OF LAURA PLACE '0 11 I xS¢ it � EOSTN6 sIcENNY 1 .:\NATElHEZITRti SI.�s x 2xs!riYll �hE" x] Nro.YLI nv. RPouI ..5164.411 a...... slcErML1r: tarots1 \\\ f SIIEwN.k H cH�w / , 1. 4 of f;o Re TREE REruu d i ' '4111111 t i 1 ! i .-'CONCRETESesowuN �1 V-.• 1 S ]-e' ]-O' \. PRGp e' J YE. 51E/RAR J wM IrrY)_ �1'-r P r 4 RAISED SeRF)',CE7 HEWER 500? ((\\a. HEWER , RHS T6 REZWN R �'-O' 11'-R" / = —.EEG SIRE :E likw.,,,,,p, �wMRNuNG SIao � C0I1 L ,/ LcREEu oa+ 818 S LTCLE TRACH RN5E0 711/ RNSEE C.Ol RREETE u1 Cr::LE • �' 10'-0` 9'-0' OOLLIHAR RD 4'-0` i00'-0 �RC9E15 -ndl S CovCRETE CURB RAMP AT N.W. CORNER RG .a5 SCIEwA1M P.aIP } CuP OF KIRKWOOD DRIVE '., ,' CURB RAMP AT N.E. CORNER OF BIO .ai slCExaLk Rn KIRKWOOD DRIVE I n I DO e,�. I..e GOLLIHAR ROAD IMPROVEMENTS KOSrORYZ paw TO %E6ER ROAD (BON© 2014) CUR® RAMP PLANS (2 OF 7) C41T10N11! UNDERGROUND 031., 0$6 vei - a8{p3Nc Q.'uo 00100±0'1'0000 0060x: 0 OVERHEAD ELECTRIC a x a lx 5 .oras eµ • ttxsTm.cT Ronin Dame HER Ory im.E naRucE on minus cxasn wx•,r xk. �nRRz. cons cnaIr. SHEET IRe. CONCRETE CONCRETE C� .EETE 01u AN 001006)11 WO To. a. ::. -, TEE 1 ne BIO 00 51±EWOLK. IDN RIO '9'-0' 5'-0` 5' TEC! GOLLWAR RD . ...................................... -- uxcnETEcoicRETE • • /GREEN CONCRETE I { ..... ... A... np .::f:: .... .. ...... .... HD ns taco= mo% i illllylllllllulllllll CON RE E tlCEMRII[ AREA 7 t .WYu uETECTMLE GEETET#OLE 05 �g� 1 ' �.Y / k / . ........l'11 -. lllllllll4 1, iii C 4O 54RFRCE Arg I , __RJtiM` T_ \\\�\\ f 1b n _a -- RpRpE6 6` o• ti '1111HEALER RELOCATE 1 [RR>cCgEO CUR@ i �—,-- ]` RCN IE e` _ ill [RLR LURE TIN, EuR mus e QQQ �� _ r snEui c wEs IIS ms nc eRiRrir cRroEs Ecu5655 57EYUR-•1-.. 1 1 CURB RAMP AT S.W. CORNER OF KIRKWOOD 1 _ ��-ExsnNc rnNnv.Rv DRNE CURB RAMP AT S.E. CORNER OF KIRKWOOD DRIVE / 1 1 E%SPHC sapISTNG Lk lel 1 mts�eiwls a r s_ HCI nv. tPoul SIn ENFLA IT1 SIM ..II \ 9 PeEE POP�.. II E SIIrIC N[ET141Y-K ( ' ,.516401111 ... -.......— ..... ..�* .aa SpEWNk I CI Z 5111EAPLK OWES s TRANsmG. TO RERAN HEAOW SUE si ` gym• % } s -0n ..• ' _ 5'_p• 6• PDEER d 'MI. : I S MAIM C O�HK EWE-,. f •-:....-•"-'------ 1 + e, m O ° ToiA"A cava i RRpGE •COLICREIE 9D AS NEG.., ARE,. ,3` IyW! x' -- ,tel —win nin wR SERFAGE AVSE➢ DETECT ly'IfNH.. .... r , r^ uN E. MFN� I t /CONCRETE SgEWALN- II IIIIIIII IIIIIIII IIIIIIII IIIIIIII IIIIIIII IIIIIIIII !!!!!!!!HIRIIII IIIIIIII IIIIII 1 Eng . CpLEIE Eng .ts LE ............................................................. .............................................................. s • 1 e.l,E. I e I :':'::. ....:....:: ETE PP. CYC EU CONCRETE OW i. W Er GOLLINAR RD IN [f0 BE REWh➢]+y [tNCREIE 1 1 `M f ] 9[ Wa lxv) 1 INC AE A0a'Al-x RAMP ® CURB RAMP AT N.W. CORNER OF MORAVIAN DRIVE SIOCRETE 0 f,5 SIDERALk 60.* CURE RAMP AT N.E. CORNER OF MORAVIAN DRIVE otnymi w.I I krf Gmcm,o. I» L/) 9 GOLLIHAR ROAD IMPROVEMENTS 4 —1KOSTORY2[BOND D11f`ED ROAD TO § 11E1 'eER MM m Co CURB RAMP PLANS m°@ N (3 OF 7) 040410NI11 UNDERGROUND evamu m r cue axe ... x nc. �a .. vsu roxrea xxxc ��uo veuC'ra'.itt e:xclx: iucE AD k ELECTRIC ELECTRIC CURCr2iE c x 3 �x ,H �Ho 4 ,'£ --vnrvc o %n'i�nirsimnT�iSnm [x R0i Ory or minus cxasn wx:'mur<. aT.A.r: cans cnaC. SHEET Iw. 90 A5 'SID00W.K Wp HEREIE GGLLIHAR RD r:un J — su+u L a_ EU . LE TETE EU � CYCLE � -:'::i�:ttt:::tt:'::'::'::'::'::'::'::'::'::'::':.::::'::. ::.............................:'::': '::':...... .........__IIIIII q 11:isisis 111:1:'::'::':::' ::::..:::..:.. CONCRETE 9D AS CYCLE TRACK 1III !!!!!!!!!!!!!!!!!Iii! II[:':' L..[ IIIIIIIII IIIIIIII IIIIIIII IIIIIIII IIIIIIII RA A9 91PEW511f) / 1CURARE Cj,4004 {11 I1 G .• w,4031 FAGEc .5' RA)3Er. rETETABLE IP 1 lwll 110HC - �. END A0. MEWL( / �•j �y, HEM. OMB - Ir I j RELOCATE SIGHs / r rnsEo e'PROPOSED HEollEH GLOM sumon\ a 7 FRESH HTRR+bRpn 41]EMVLK1 EENTIHG SDEWNJI •. - L 1ti CURE RAMP AT S.W. )CORNER 1 11 1 OF MORAVIAN S0EAa114 AELO lE SIGN-----wtt41-1 UMW,: wrvas<r CONE5 ----L -E3ST140 00314000) DRIVE CURB RAMP AT S.E.. CORNER OF MORAVIAN DRIVE EH TE HCI tPou1=. ID AS ACE. Rn�v 910 0.5 SOEN1ERWP be .�• GOLLIHAR RD _ .: GREEN CONC ETE IAD As Cm.E Twtirc • f _ :: :.,, !SLAW I 1 \ ,n \ 1 e Ytt 1 _�- 12u,2 /J / .:::::::::::::::::::::::::::::::::::: i ... GREEN OCHDAEIE Gb b+CAE TRAix l IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIH8111111 i :,�, f I IIIIIIIIIIIIIIIIII111pIIIIIIIIIIIIIIIIIIIIIIIIIIII d 4 .- S CD4CRETE EC Ae sI QVN.kJ / a�f RREA -. lI } 1 ., �. n }agn DET r 4CE =E8 DE�FrrcCE T YHRNNG Y�F6ACE waRHNC &1TaF.CE 'b r ' / y I 1 N tl I j -LwgnG L/ NN4R[� RD 5 DONAU, Ililli • �1 j:ij w,1 b!t°'r ' -\==y FxDORI [Dn.) REL _ tr 122.212211,D22 AMM DIETAINFIC �YNIL R m \-A----_.7 n K RATC11 E1ISIING 1041041RUCTICl1 SDENnLk�___.L_ n N Rp A NG, DARDS RDS oRryEvay. WSTRC AS'REd sNERRLk ckWFk. tf = _.. 1 `FH (TO BE R 444444} ._- SDEwNE .-/ DI i. l� � W Ensntc s Ewu SM ! _- 1 I 1 _/ ORIt+,r t EB R CURB RAMP AT S.W. CORNER OF I kOSAREK DRIVE„2.0 1 CURB RAMP AT $. E. CORNER OF KOSAREK DRIVE nvim Me ,.o MD CAUTION!!! UNDERGROUND 6114.14 SCALE .92.4 91.1. 12_ . Dm txsnCv pa,'y,o v c:nlln. R OVERHEAD ELECTRIC CLN'AETE R g r e tx to PUP le i *n+[T xi6wp a ctxe�itt ewµ »ati` eN xam �t a�imserFi :m v minus i .prix xtwlx. ans �nqA. xxm RID AS S6!'/ALN A0' -a• MLR S' -E I is RNSIED5•-D' 1G' -a” GOLLIHAR ROAD IMPROVEMENTS KOSTOWZ Row TO %E6ER ROAD Z Z la) (13 N 2014) RELOCATE SARD-.GCNODELE GOAL EIAR RD ISLAM_ il L................................. GREEN CONCRETE /.F ::::::1---. CONCRETE . ISLAND � �r GREEN CONCRETE FID AS L.TaE :':':''hf:::::::.::::::-::::::.::::::-::::: ................................ ......�........._ .:::::'Y..': n J 'L:: :....t................................. ............................. :::: .:SK�Ery.LK.':: ::::::.........,........................ SD AS LYLIE MAC 1111111111 .....::-:::. _ ) 1111nIII1�N111111111111111111 CONCRETE ND LbebExwx� ' �, �1fNgNC HI • _ - 9b LCcmwx R m 1 RAISED DEED E •ARTOND SURFACE 1..1,G 9l.RFADE--' + RADAL, n RwCAEeDH ti (TM '• a't- . FH (TD SE RENrnm) !a F fAPll'RER _ m s' DOLEROUGHT illt !ID 1 Kr. 1.19/ `,, 1 \ , - -�- ,. 1 ` I-EADE. 02.2 TO ABALN �,... // caxHu N MILE 212.44.1.212 EixMwb s �- IMMIX 11' --� S I '-'--AIALT SMALI<AND HEARER1 CUM TO .521.111 AND PRWiBEO FENCE FOtlRNGS 111 EwniA !DIMAS x ---*7 II XJ! IZryOOeu0010,1 1 11 i WSTYW SdODAIR CURB RAMP AT S.W. CORNER OF AIOKRY bRNE 1 !CURB RAMP AT ,EI CORNER OF IOKRY DRIVE x«. _ ai:yp s TO 3 mts!eiwl tic• s_ JR6. �''& ^ 3• . m ELL., REB RE i..R II.IF T -1L nW[ETiy. • HERDE o' s Q C1 I cD HERDER COP)1 1 E ADLE Tu RERAN.=EMMA LIAM TC HE ±Or S'IE] l NY]MP. Twoc SCN+L 'nIE " POWER ME . RELOCATE SON - 4. 2� / SIG --AL POLE " HEADER CURB L mP1. L R 1 3 TO BE EEF]EROVED\ e 0 '• �r. ! f 4 _ p_ -- • ._ sy S o / Sm FEWE. ER ~ a- f `; ixw _ % F111 lAEw,LR s YWI - n_ 2• , �. M� ,�_. S• NO NO , )II IIIIIII ff / a A'P 0 BIBRAS CYCLETRACK /l !pl K. R� 141E P.P. WATER VALVE �� 2 �.l °' ffETE • • • 't gg ITE-- -- —n e—E GOLLIHAR RD Br. TEE. E- 4.•' El 18 -d' RELOCATE 35K [n+iA:RETE BID q5 SIDEWFIK ROUP_ CURB RAMP AT N.W. CORNER OF CARROLL LANE - CURB RAMP BA AS SIEKALK SNP AT N.E. CORNER OF CARROLL LANE _. ��. n.almi m. 1 0.,e I a NEW 4 —1L/) g 9 GOLLIHAR ROAD IMPROVEMENTS KOSTORr2(ROAI) TO BON© D1NEeER ROAD m CO CURB RAMP PLANS git•P.N (5 OF 7) CAGTgHIJI UNDERGROUND v" s OVERHEAD —0t —0' -0 s' -o' 3�_f •'-�'-0. 1p._44 ELEC x E 11ErE ''''''E G 5 EGOLLIHAR RD � � SAH v.. sLR b _ yr r ©xFA VOLE N.RPWu tJ SMRETE •` BLEED DETECTABLE CONCRETE `f MICHELE BNaAs Cx LLE Rack/ as As . LG RWP f `EOL \ Y m mAldil Da AS RMP j GREEN EBBEIRETE iBPD AS CICU PICK COMCR•o BB As t �� � ZLAAIONC AREA -B� --• LZ .- • Y _9_ L APER -• fSIDIDEWALK �p, •'aO CO‘CRETE / _ ACM. POLE PREPELSEO r TO BE RER10h➢ HEADER COBB 1 _ ry-: {ar +ur1 OARR. ) .0 O. l� "m) / TOSED ET ` AIRES AS BECALMED e' IREE \ Ttl 4ExuN PROP y h 10'-D" y VENDER CURE , f ITMR7 fes' �1 ` 101E SCNt1 VOLE y l• �' v AAOL F tas LPROEEi cold RELOCATE SCAN y� ue. moE[o .glxr-- '!�.¢ - , I/I — iG� 'm TRUMP.. _-� 5.-O. 24 6)60 64.�Euwr .I IK SIDEO i BE TREE SEEEaM. GRAOE2 & p EusnOC SOEVwk— CURB RAMP AT S.W. CORNER OF CARROLL r. LANE CURB RAMP AT S.E. CORNER OF CARROLL LANE CONCRETE `�'%•'-r 01 Nt6YCI nv. 1N%U 3N� SU 810xCRE1E FE x18040 OF AS 5100 an, . 0' 08 -." 5'-D' S'-0' 9'_00` -.- ..,. .51.4.119 �r ..... 1ci$ Evu - DOLL IHAR RD RELOCATE /FREER LCNLkEE 5E0 RAJSED CLAIMETE . L RAIDER CO,RETE SIN As CYCLE T9m .610 ncry TRx:x. ,_,_,/ d i R .,1 I ,'aETE FIE As 9 A1W --`!1'4,T. cETEv'r LRE `F z' •� !�N ` DING 1 • �E - CRETE sNa EMU. 'ETE `FSLE It .. ACE- L • y +,/ 7 -Sx.D r li �� asy b. , ' �` PCO C. •S'_B TI5WEIRGN in yECWux-_ 6 1011 DIMING SIDEw!LN OWES I� F S -RE1Lf TE 3kn - ...DS MOWN GRACES 1 �r� • I G� ow. v 1-`' RELOCATE IC -. ]{'�_._F168 R POLE 10 R[wn CURB RAMP I i 11 1 k AT 5.00. CORNER OF AN STREET ri r I EH (TO DE RENOt8A1 I II • 1 11 '-_0. CURB 1 I RAMP AT '. Ex159NG 9DEWILX t 1 1 S.E.CORNER OF ANTHONY STREET vocTi-nm bens GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROA) TO %E6ER ROAD (130K 2014) CUR® RAMP PLANS (6 OF 7) cauTn811! UNDERGROUND an i a8v *041 00xnea ._ N: , A.0 S' mi.NOE A. EEADIT R:xclx: k OVERHEAD ELECTRIC tt1�Li SLIA. SW} KOINE TE O HALL ISrAIE EVA 01 minus cxasn wx:'mur<. H=[.iir. cons cnac'. sxEn .e. IXNCRETE sE ..-T¢- Y CO.O. RETE maaS NO EOE NwR 10-0` 5'-0il &O 189 R.ux Rw.P 5'-0` 101'_0, 'jlll_ GOWHAR RD _ r 3 G GNEFN CCNC12TE ISP As crctE TRxGN- f n rtOnntonTE • ew+ n , J QI_ bIETE -� eWo f -- D AE CVO= COMPETE ID As cr�-E TRAGN .. �a ' � oµ sun E r coN xE E — x•. ki RAGED DETER KwaNi` +1 I� r 1 PROM\ Nok0ERR °Ar 4 � .- ,.RrraPOS6.- R rr1LE � w�En FEAD REs1,uN II �DenW.N y [r r>•1 no 04.E tLa. HATCH ISOSTFID SIDEWALK GRACES swN -'. ___II -_ Eu w.L aLTRLEAI_EAcuE DIETING SIDEWALK -4--.. CURB RAMP AT 5-W- CORNER OF KASPER III STREET ~' 11 C1RR RAMP AT 5.E. CORNER OF KASPER STREET I h.� �vrxvxrs ,Bcr BI Nro.Ytl nv. 1Pou1 1 �, u :. T I PE2pC. h yc. I '.I , ...11 � ii i I ; _ ■ 3 .--.—. FAOEA CURB12'-2` RELOCATE SCN EH [iQ BE RBAINEGIf y/ "-e• ISMER CAB PROPOSED E, jfjr t f - / '.._0 RAISED w.nxx °suaFecE.1 _r ?�j. .J ----"r L LOOK ND AS AtevAusl UMW 9�'b / «... I y ;n _ RAISEDm CIu[EMHO 1. �., i r.W } ONO +aEA � --'----- L 6b C0.c5 9LE'nnutC) III II 11111 NH11111111111111111 _-, ....:-+,- \1111111111111 GIII• GREEN COEIE ................................. T, - - ✓. RAMO .::'::' .::'::'::'::'::'::':::':: GREEN CW REIE Bo •s CYCLE } • T ,� 10'-D GOLL IHPR RDI 1D'�• LPaXA1E SI CONCRETE BP 14 90Ewux Nov CURB RAMP AT N.W. CORNER OF WILLOW STREET -__ CURB RAMP AT SI 4 SO Evux ROW N.E. CORNER OF WILLOW STREET I I GOLLIHAR ROAD IMPROVEMENTS KOSrORYZ paw TO %E6ER ROAD (FPONO 2014) CUR® RAMP PLANS (7 OF 7) C4UTIOMIJ! UNDERGROUND W.. 9. ' .. IBCA - ' MIME 1E.DIT E i.0 R.i k OVERHEAD • ti[oIB SH lI r W •iPol�nFe• gB xam 3 ELECTRIC ELECTRIC E[rsnN; Vix. J 1 ia3 .;r11 s• �- tE2151150 51400104.13 41iERvix -ES ,1 ___--Wo RO PETWN1 1- ��"TE 6@e-' 1 l 9 /y./{�TGH DIVING ar om SIDBr'uflc T RREOCATE "`.T.1 1`'a VAL.E `....r'l '` i `j ~ i :-., PH (10 RE..4N) w 5 514E1M41C ti. xvao B 5.-2... 5,— PROPS D 6' -TELGOo' �� FIED.TALDOSED 5-O" - _0-,-..0lT RS l T:' aEI1 1; HEADER Wim, 9A - 1+ -f rREWGTE SONS 1�S :.Rw 1'. 1p'-1 p'1' 1'-O 1b. ' 9` „ff� `'�� Q RASED " DETEME-E LJRFK£f I SU CETE S SIETE / u. c y1 apE.i -� } BPE7 j ffff n —1t Y -131342 SBRCEfELTAULE FACB V N.H. SU his 9ROE1w LN, IIIIIIII IIIIIIII IIIIIIII IIIIIIIIIM5111111111111111111 '� Mgrt r IIIIIII (IIIIIIII LGR sLE B95O'I5TI1 .......................................... .......................................... .................................... RASED .CONCRETE M,w RE OLREfE N :' : LG REEN CdNrt0R• BP 4crc� TCl II^ --- 1p -O` a a' IL GOHAR RD e'-9' 1IE ��-Ro-OPF oxcRETE CONCRETE N BO 4 SIDEWALK RYAR BID 001 SIDE1Rµ1C RVµ CURB RAMP AT H.W. CORNER OF SEQUOIA STREET CURB RAMP AT N.E. CORNER OF SEQUOIA STREET LE E:I ll 0 Exam. ExHvcc ERRE r E cc:774 uick ewCis I u'/rs ar E ext] nv. ,rew lE-21. a -r + lit � �! 'r"`y L• 1 - m7,241. J� • Mt i1 C-5^.83 nC=3•:.83 5E1TCHO HE .E.. :OD, yyunuc---- Dian..- - �:, ____ — - ac• •I - -i a f8 r ` i`L=51.l6 c=s1.w - - - SI i w • aG. a=.f,.x ' t1. OFRECRAv Or M.A. + DDELc sn la 2-wn*rEu•r HE+LE, c a Pae air 1.1.1.1.1.1.1.1..... ? 8 31 F r .rnnr f1ra7L ' ,,,,,,,,,,,,, -..- � OF ni.c . DERAIL-. W� .D. �� ER 2A., u u:'-, san. ar•E1eT''srsE } SOC[ sp peix D,ELD'><iM 5 t 'Mir I if ! ucTC — _ CTPER ME FACE Cu EMERER l.). �. wHERE �.SKEW.. maiH C-3, `.3 10'x' a- 5'-l- +'-0' vEE- ExImH. AS E tut is0uACK nF� HEWED, 4' GO3LHAR RCI nom f ? STA. 0+85 NORTH D NEWAY DETAIL STA.tl [.c. Havas ERNE., G i'T+'>') 5 wEREE E... VSH4ALL Su ±IrTTRcm^1Ea LER n,f••E*' oRE,iF nEEERa spi.iR R ;.EPIC,. 1+29 NORTH DRIVEWAY DETAIL 52 x:11, : E �r Alp li tA iii iiia iii ii iii ii ii ii iiT ii iii ii ii iii I 1 Ai.H Y C=31.1k 1 WrClN 3•.031 ii ilii JgHFJ n •-.�� Bub s PAD B n.� m. I o.,e L/) �9 GOLLIHAR ROAD IMPROVEMENTS 4 —1�,, KOSrORYZ RMS TO %E6ER ROADx? 10o (Kim 2014) m m DRIVEWAY PLANS (.1D) (1 (1 OF 8) 1a -a•-.. 11 -.•l0-1 GOLLINAR RD STA. 2+99 NORTH DRIVEWAY DETAIL wnwc scDucREPE am.r w Et fExISnnc nim Exl•:n.::.. I I I I IXI•:T1. -. ..: e020 •I:E � E.x--coat c--35.. ,,, I E \ II Ri1Tv71 Ex.. C-11.52 IlSrCH 0ME C-31.03 AITCH ' -_ -3.58 a IC c -w -al Y �0=50.34 :':- GAOL__ - __ _ _ �_-uJ -=-' G.E. TOOIFA 1 multi n li .7 nnnnni .1. 1.1 _ m A C 10-0 10'-11' Sn*0 1dw GC CHAR RD a-.3"10'-0• STA. 4+99 NORTH DRIVEWAY DETAIL STA. 5+60 NORTH DRIVEWAY DETAIL n a Ev 1,-1- 1 CUlIIGMIH 1 >•• ,xy(L! ,1'Iapas. n' E2 0VEEEO E1rwn 1 F: ai5n c EMEND 51.5-1 EMS. c-coER il a•_9• R� ` so 5•_1• S•_i• i• -E`T�.-4441 � WNSTAU6T D.E.A. PER CEP 9F b 030070 0HNST sips DA. 647400174 _ ---1 E•1. y 5.0.w. .. ,C-=90.11 C=30.07 ma t 077474HET HmuE1.t 1cu'aa15 PER 0tt 9F a^stRic ^HPo`RI 'sl'EwNX ! S C 7 1 .. _ -- •. ----. W '^ - - ,�,�I y Y P. J _ _ — Fecom Nc cu. uERI ..Eir Ise. 1EMER n..R;S eRE suxnkrr TO } LCERGE sc., 0;pass stuTMMuNums wow G IcE .'.'.'.'.'.'.'.'. • r NI CE, TWEE) • y, WHERE sx N, m fu mew. IID lk n. DI. 1911.p1PE EA WI< OFu ® Eilffir T m1 ff 1 I L . sH0N 1.1.1..iiiiii� 41sk.E m1157.1E1E.os PER000E.Av o RFP M.D., 05roH:en: .EINE;. 1 GOWHAR RCI STA. 6+35 NORTH DRIVEWAY PETAL e: a-r II E s•-v 1s,• 2.•-0• - 2R- r� ..,V �• g •11 REua6' . I 1 1 1 m1740 0,1 1 52 i 00T4H MANN / CSS.. C-3P0 • 1j , 661 �1 E... r r TCH HATCH E.29.ei C-29.11 .� r n 1rr! ;as o-zasz j = �I c-x9ea L=zs.a1� otnymi w.I I krf I a,va,... I L/)i GOLLIHAR ROAD IMPROVEMENTS —1 KOSTORY2 ROA) TO %E6ER MAO Z 112 (WM 2014) A m CO Z DRIVEWAY PLANS m1°@ N Vi (2 OF 8) b c.e.ls y1 5 b ,I y1 b LIJEDELE-.HWitWinn nnnnun --. r ED 10.-11r GOILIHAft it➢ [T, (7074)-clu1•i,"O SEE NOTE 5 5TA 10+08 NORTH DRIVEWAY DETAIL STA. 10+55 NORTH DRIVEWAY DETAIL u ry m o ar 5'-1" 1 5'4071 5'-0• wpm. . a Exsnxc toHCR[rE 0050 MORD mw 1 ...is I \.1•_ P. 0-01* .. ?IS . • HEE.uE qua.-- HACH■GNTCCH C=.211.1± Dosmc IIIIIIH10P1 __ 5,1 1 '7 NE maaaaaaaaaaaaaaaaaaaa, .a, .. .1.1111111111111111111111111K illiiiiiiiiiiiiiiff GOWHME Fm10,-� GOI ELAR RD •'• G.6 TCOLE: darn [ ] 0•-0 3-- GOWHAR RD V-C.@. TOOLED 0111E Erni. E1w1 1r0 1 Er, TYP: STA. 15+60 NORTH DRIVEWAY DETAIL STA. 16+83 NORTH DRIVEWAY DEAL E DTI u1 CO,CREE OFAPE /- 1 EOST1 coucrrEOR] 1uc I /CuR9 UMP,, FN k r OVERHEAD EuIe fC ' mwxeiwl die x HCI nv. 1Pou1 a-0 E-off 3-4 �+ CUBB CUBE--,y 20-0 DAB 20-0 ua • ..•^+ F: +. . I ��E - \ •� 1 1 ePATCH ?1 M.. * M4 1 R m X241} '•, eww. • PATCH :' C .Y2 * 1M111 nx C-z9.�2 •'•, PARKING ...r7 �*_ �,}4, `c�5 O. +' o-a w-fJ c=38.29 ` M.sr= OBryEsnvs PER Cllr 9F D3RW5 RARE. smsopPO....m• Y ) n m I 4 - 5 51 S 7 of /r r HE 1.s - ss. z OHC auLr HE. <Icuaas a LLI w ,l,,,,, "'..I..sIIIIIIIIIII rf i �f II1I �' Y y s� G.R. raoun JpHF (rrn) m.� � 4 n ice .N _ /�'`/J I as m.� 'RTE./1FF� FERRER cuia uFrai. RARRr1W, 1.e. IEMER c.,B;S AFEM OMO OTr i0 dkM1EWA�S, uHIE55 HOMO cT1Fh'7/ p } Hl FT FLEL'AOF cI . OeE OF sl:Fn'ax u 1 9 ! _ } E C Cs:FFFR sxC MACE cu HEMEB noRRj. ANA. ..cTiuL�rnyxC.MixE 11 .IAR FID v GOLLII4.RR0 1MP ExIT11N .ERE CR RACK nFu NOTED, � .TM A 5Th 19+65 NORTH DRIVEWAY DETAIL STA. 20+39 Y s WEREE cuia 1JO COMA MP FPO 414IL Bu M.. BIA^IEOF PER o,l••EI. 7 LAT. RFP OHNE.. �.sp7.17.7 iETNL,. NORTH DRIVEWAY DETAIL " R Q YP 10 M Cx .�I\ ly F klaC. NT Fn ttncBErt E . I r I �DABwe CuRB^til '.. 20`-0" l / 35--0- //wry A. 1klp` L'a ., f ExT9rno E MN o-2L.3. C-2R. \ ''—Lrco.w sry o-2.v rt Y , •. • 1I C 031; R 4 _,• .AZ '..— ____ _ VA+ 3 -Vq F 5 x 1,2ea3. Y ,I c-2a.w1 .11 GOLLIHAR ROAD IMPROVEMENTS KOSrORYZ plan TO %E6ER ROAD Oen 2014) DRIVEWAY PLANS (3 OF 8) 4` R I •R aJ _1114 4 nun minimum!. } I I cQOI r1nLA DOLLIIWRO '• y-p 1CF-7 , 0.6 (iD suluR RD „AD, H1 s•-a• 1v-s• MP7 fro) SFTIR IT1/) STA. 21+07 NORTH DRIVEWAY DETAIL STA. 23+49 NORTH DRIVEWAY DETAIL FINAIN wF REE OWE nc • a-0• 1r-a• E.�R �oH BE 1S-r I I ; EAR,,,, ,,v_REE cm. I 1 jj .. _._i _, ,n.151116- - . f._ _w,eH HATCHHEADER QFe wBr .. w / ffic Esrr9i ' .�vo- \STING- o-�i c,HEIGHT C7 r. B_'— _ -•--•-- T• _ _• L-2s.5a ' c_29.'0J 5I 4I5 Lc-022 ie ). YC ZO..s4= 1 .1' 4 -••..e�.39 1� .41 , - 1 F —47 F -- --11111111111-- 10'-0' S.-D- 6OLLJHAR RD Y-1 gearOLE ' 10'-0- GOD_ HRR RD 0.R JONI ITuI (11?) FRP.) ,FF AIME O F)>P] 11,p9 STA. 35+95 NORTH DRIVEWAY DETAIL STA. 36+28 NORTH DRIVEWAY DETAIL STA. 38+93 NORTH DRIVEWAY DETAIL Q a 1 211 07--1—.4. MT Q 1 1a m• tI I ELECTRIC J. i w aY v.:PoN — 1 • . I I FxSnN: coHCR� �-HE 1 I ��� �r 'r"`Ll 1 cH .i�� 0....HER:ERR ..Nr c-se6tF. - Cu O. 911 1NGt MCCHf 000(1111 [xe� — �snic se —, ee.+t _WE 52,__ __ _ta_ N.rv+1.si —_ __-_____L-_ cane o _ WRNS tHNSTI soRPO 04rv[tax 6T OT5 Ts 1- 5.7 Cllr 9F5.11 PETAL`, 65. POn6r7 WEEf4 CUE. \ . 6F :REMERIC iHUPo`RI 'sl'E� MIFEAIER C..R. ASE 5511,176•77' To } UHLIM5 WEED MEM. �qRE S9 gnELE�'AiM Swat I qX —.—iiiiiiiiiiiiiiiiiiiiiiia i — — — — ���� — — !WETTER OE FACE CuEMER11RR. G.&TOOLED rum ORO 10'-0' 1.-V i. x.1 u'Mir 4-GB. 051.0. 5170.171.7EE3051051nFIf MAR 0577j cEAa .C1p'BERENOTED, CHER; 01., ..EAREArErVA GCNLHRR Ra GOWHAR ND .141421L Ru ^MHR101911E1 LER c,1••Eree:r L.o R11I n5E.A.7 sTeN-in: ;.EINE±. STA. 40+63 NORTH DRIVEWAY DETWL STA. 41+76 NORTH DRIVEWAY DETAIL . w " 13'7[10.1,- e 1 .6 Fxi_1301.1.1E A11.51 nPo•re iY-a' w`-o' 3 t r rWATCH R _ ERI;T I Fw1�F C o reE ..— E=ALASHL* sinc — _ _ / ORieTMat DIEM. WrvCRETE Oxf,•E rFxKTNL Ebb G.MTCH . « n E111. ORO. ' DOWN - 1�.Dt r i, HATCH f%I.ciN6 rcu.w u t/ HEI 411 IE•: Lir___ —ten 5c-31.91' __ Sfl S _ C-81.06 b NI + 3t 0.27.06 b -0-10.46 .i C-2617 ~ til oto.rmai �. I .r. 1 . I a..a,... I..ro GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 Raw TO %E6ER ROM —P1 ;I'l (0 2014) m DRIVEWAY PLANS El (4 OF 8) 11 v161 oS ��� �� ������.... 11.Ennnninnnnill�ni gl o i..1.1.1..i— -�` 1 ---- -- G O. - ® R.-0- 1Mp� 10.-0. sv0....-.•0....-.•- 5 0 -O /// GOLLNAR RD CLE S'-0" 10-0. OH. . 1 F' R.p- rr„ Rai s�•• 5 r AWE f, GOLLIHIAR RDf— STA- 46+44 NORTH DRIVEWAY DETAIL STA. 50+49 NORTH DRIVEWAY DETAIL STA. 513+9.3 NORTH DRIVEWAY DETAIL zed it 1db's -Jru[o wxuH ,o 9xmv �+�- .66E lam] l rn.iHAR RDlxc A; O6M -TcALS . FluS r marc NM6TON :. y 1 �. C @I o-is.et c - -- CH. MOM 7.1E5 – -- S O+WIn b 6 '.-cYi.7.se c-r1.ea . Y •W �. p a �.�.�.�. ,. c_aa.su c=anaa� �_FxAirnc Y� Y – ae– – --� - - --� --- ---iiiiiiiiiiiiiiiiiiiiiiiiiiirliniliiiiiiiir -- - Dlt1 1 9•I Ti., 116, D20CH a c6LLIHAR Ftp CH %OLC ; - ..[ ". Rr. - I .. ] STA. 51+71 NORTH DRIVEWAY DETAIL •111-1.1 1 1 STA. 1+98 SOUTH DRIVEWAY DETAIL 0 1 in 01 0 1e zr GOWHFR RO •�' GOWRNt RG - FAO EarMX nv. rraa FH• • OA. TOOLE: MOM cf., y . 11111.11.1 ,0•-Y -ENISIINC F aE1G.O. TOOLED 1.31.AIT TO 1 RENCy,E dour CP.) S•- C 1 i� X0:1 •'', o. or DA w �i- r4g1 !II `',.. f" i -di n o*"RW N w4b Lamm. PETAL`, 5HEEr3 53. tt 1"aK 11 1,1 .q rrrrrrrrrrrrr C=30.]1 111It 111 P"1 �' C-3057- ` �rC-30.67 E OF CORM. IEMEa C..a;S e, SURCRLyar i± riarE0 La... 1 t i ■ 4 .v. 3. all 130/E‘Frous am EL.Foanna5 T. rcu.w. OLE OF NI:Fr. + u _ _ _ _ �_ .. ' .-.- N aEeWN�c Z.,. t00 \.µyaw EO-330.it 1 _ Mil,. ViRCH ;' art1ER .E. FACE ..FF HE'�MEa 'ua31k v1 u< TH± SILEL� i2E rn 17. 7064611 W CRE 4VNTw .. EMIas wup ±DI0NE C=30 ]} x nc.. STA . 3+17 WSilOa au; SOUTH DRIVEWAY DE WL STA . 3+77 1Y -0'I SOUTH DRIVEWAY DETWL 10'-0' 5'-0" GOLLI-NR RD G.6. TCOLEO 8 I2 GOWHAR _..E. LE 20. RD GOLL.NR RD TOME[ 9'-01 1O'-0' 09. T001ID ,3'-v' 6'-0' ,O'-0' i iij4 P. �1 LIMIT 1TP1- -1' 2007 TV; aa.) 1 ors o r 1 g 4 f Y 05 Y Sf In b r. gI !I - m L=5d.50� EN SNC ,�,LI =1 .i n ,;,,NI -I c�33. n ".^��� .]P.26 -I. r. GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER ROM (SONO 2014) DRIVEWAY PLANS (5 OF 8) V as -3355 I-- .1. _yip 5nG J` "" c-w.Ttr,.,VEiE 1 I "ACnnrra C-.0.7. e' -o" .wrH ,. C -]C I73 ami Ex511 1Mr11 - C-3 7t EIE 2-o'I OPo•,E V -P" HEALER [ F,c 5 _ Sr~P1 / �1,o9iJ I CO -EIE 1 IR-..VI , p�?I.. G Y 0-3c.rt I 57A 4+37 SOUTH DRIVEWAY DETAIL STA. 4+97 I SOUTH DRIVEWAY DETAIL 1 STA. 9+58 SOUTH DRIVEWAY DETAIL -4 GOLL!FAR RD GOLLlNR RD 12.-o.(T7T) 1{41131 or-aa1_ GOLLRtRR RD L �(rtr1 tD 00 '. 26501 (TVP), 1201 ;nPy . Ca') 6€ 2±241 [1131 MILIMEEEIMEEEIME '___I - //7 • o�AMIE 0 nm Y F.,o., P .- moi 6.,7.20 4 113 MIMI 1 Y 11111111111111 11 ..OE. 1 fl 11 Y 1 ?3� ,_.50.35-, �..,: ? S 0.02 i 1 �.... E= � �• ! -1 J u001rv[IE 1 1 a' DICING 1 E%IC3THGt Ex MT. ' E•rn �0Po,E E E71311' -. .. 'E•+=1,� TCH D. -51114 513.5. 6.-0- . STA. 6+1 SOUTH DRIVEWAY DETAIL STA. 6+80 SOUTH DRIVEWAY DETAJL STA. 7+41 SOUTH DRIVEWAY DETAIL �• 0 a 12 3V 0 a 1a ,0 e.±' o 1 t 06 GGLLIHM RD DELMAR RD vCUlIIGMII! pYE51FCeCk HCI nv. tPoul I fnw 1N-0' V -D' , CR TOOLED OHI w] [I •TiPi u -O • i. ,,5„ LE LE 0'-0' :LDMTC'CLD, S 0' 3'-1' ELT �v. ot 1 ."r . ,.--� 7 g} PER enY x OF I oD++1JS 0112Rn 11121111L ---- Ami 1 „ - CCRRIs mRWn snort E orr, STAB AillitilLW ]S WEED 3`Cus .+ER ...Xi ........... lw n =]u srn .'n...'n. :7o n ............^ "I _ ®IMS 'I'I'I.111111111 w, P HEWER . CIE,' DEW. 0200 11-6. OF H MUC1 Cu a=n `I T. of GURBs e]aE a]us •war m rn2.EwA�.,S'JULESS OIs: E!IHTOISE s , t t ‘111111 1 3 = _� " -.."11.1111111111! ." ALL 5} 01 k 005 PIM tsa'a e, E`x, 4o -- -0 I IV 0- Dr C-.5p}f- S• • n crnI T6�i[ ERNE I t1-0' ix _ _ • • Toli Ex0050 C-30Et HEICM Na+1E5 iiI` t.-. ID+ E ISIIMCt�1 is -D. _d wcn R` EusTri wHERE siW REN +111E.1.1+ TO "' .. / llE 0,1 PDX OF H•:� :..�i IXI iM SIDE L11 sH u FEDOED1CI19B a I STA. ECH.OusTED HER moor= c nElw elft OF coRrus Y SIwIWE: :Emu. Y 8+13 SOUTH DRIVEWAY DETAIL STA 11+62 SOUTH DRIVEWAY DETAIL of 3. `JI1E£T ssa. 0 a 10 w o ,e GDLLWVi RD GGWHRR RD S-0 o' S-0° R TOOL60 b — R� '.h TO PDxlu 5 J .. .. ANT CIrP] JOINT 11,1 .11111111111k �_I__f _ �1 Y -i__i/_ . Aail( nnnnnnn, nn, nn, ' .1 i............................=1621 ^_ L/)i�9 GOLLIHAR ROAD IMPROVEMENTS �� KOSrORYZ RMS TO %E6ER RM0 Z g I'd, (Kim 2014) A m CO �Z DRIVEWAY PLANS m1°@ (.1D) h�i (B OF 8) tFO,.. — FE °E ;nil: oSD t9Sx n«EDENS- Po EE1iE 'Lsv,,c>, cis.ax HR�E•All.' Po� 1 \ P E T o glg 3 ti ' 3 6-P IIF 5 + I[ -P STA 16+05 SOUTH DRIVEWAY DETAIL STA 19+30 SOUTH DRIVEWAY DETAIL o to 210 00010 020 GfriLHNi RD 515 w✓.am GENLHNtRD 1 Cr -0' 5 ixAm 5mEET Ho. S' -•E (It OWE MiliniE `.ol:T tn=l ) ��' aOM 0.0'/rECn.Ea LYE IIIIIIIIIIIIIIIIIIIIINEE&AY 4 Vii - r. .• bq C=1B.i1-, c=id.B9 300=16.83 � R fr. tom* H- .T E H•: ±1 b PATH � IX A I // D131100 1-211010 IXI7N H GIi ve GES — — — 955 .920) I [ • RAW. 1 H,'PR•111 1 - 3b I tnb 5'1-01 3-1 — — — E HT .; E•I..T� ?+EIE CR13E sw ..O _R[iE [RnE tab ,-a ''-hr ' I tnd-P' 1 6'4 STA 21+B0 SOUTH DRIVEWAY DETAIL STA. 24+24 SOUTH DRIVEWAY DETAIL a s •e s ]a a 6 to tE xa ioI5 lc l; t7 -V s -o. • V 2M&GW01 Th5Er :t Ow) �m GOLUHMRCI /,1{ 0.P TOOLW EaSR,C F1FE77I - ,24,..E.• .NaM [TxP7 �REUP.EO i::..[ -�E•; cl-T' GpJJHARRD ��OPR moil ' G.P. TLi�LW r''0'IZLE . (nai I r., r.H. . a..... .HI �. .. IIIIIIIIIIIIIIIIIIIIEMINI Y _ _\ Y RAYL Y I F Y I } al/ , RAUE-''� ® �. sta r c-� a1 �,�, ,�,�,I1I1 c��.Ta § c�� ,�,� ,�,�,. '411111 i 1 ! 1 e 3 - HATCH _.' 0=21,2 H[ i nl E L PTH C_226622 5 ,I1,°r''M < �•'... Ex DER MRS .0 J. d'-6' i'-0' tR'-R" a b2.2- TCH Ext •1K•.:. H±. HATCH " STdC - h7 6nHC-'� C26.33 • .25-2 2=2543 5't `- a' -B B'-01 t0'-0' 5-0 STA. 47+48 SOUTH DRNEWAY DETAIL STA. 41E1+97 SOUTH DRIVEWAY DETAIL a 2a v a 10 , sv 15? -E S.-0. 10'-0` •-V 6 �� {FW) in'FT GOLLJHM RID E T UAh 1 u0 E0 �iE (PP) l�°1 GOELIIM RD T6PFIF Cm•1 TCOLE: 1 I- + II iT. Al rink otnymi w.I I krf I me,.,. IHEm L/)iI9 GOLLIHAR ROAD IMPROVEMENTS `' KOSTORY2 ROA) TO %E6ER ROAD Z g k� (WM 2014) A m CO Z DRIVEWAY PLANS m1°@ N V,1 (8 OF 8) li 14 HENIEA • rrNES U Tr.)LE4 G HEALER CURB Ell.T..-1TH / OAST. '04 I. T E4131114-1 000 CRB 3 Y. "...-Fr E�I25g r5 E}ISR "... STA. 49+95 SOUTH DRIVEWAY DETAIL STA. 50+95 SOUTH DRIVEWAY DETAIL • ItgieteM • 3 `C-29.:6 ...CONCRETE FINE 1.441-011.441-011.441-01LT I IX � 029.16 ES: pRl T,P] xnTI1•,_1 ___ 't \` 9 7 I �f 1 } �} �f i 4+1 00111,33 1 E44- RPW SH41•1T- 2 COHS1RLCF HE• OF CORPUS E E R HEI�NNHRG C. EFL HEEL • \\\\ `" .---- u2 __ g } ___ J EKE OF TQ RIE , E EKE OF 9O°f (04C14 OF : . -- __ 4. 4FIEHE SHOFFMCEry 91: 4.1, Ti: EAITIING STUCTIRE OR EAU OF E T• FlE "!E - '-'. 5 : CARROLL UNE 5 b tu,5 to E STIHC SIE1450 S 5H040 CURE NM C.TIER KNEE,-. TOO ].MCEHF TR15144,5 ESO EL SHALL HE CCOISTRUCTED PER CPNEWAY •I GUMP OEFALS, CTn' 91 URNS CARROLL DRIVEWAY DETAIL CHRISTIS03.612 DETAILS. z SHEET 5 10 IT a En I I 1 c7 KEEP [fibdi UR ° E,THERETE ETC W [TSF -+ MI. SPED Cm.) 1. mucky mrx rm: sAE 'r. "`kl . I R• � .. 7• Q - - - - +r]E me�rcvi Cm) =l a. x„, ,,,,, MEREne nARCO — _ T— �: _ 1 t .- _. 2 wHEE .ex l y• Z°' SPkIXC [i+' 1 10• -�. • .� GOCIJHAR ROAD Q rTPE II ERA I �ed — 1/ r E 1-0 R. nom] w �/ • Mit T�•RM., TPC II,,.u. . i r' YELLOW LILFHPC .172 ;PrP:. AEtw {rwl =mn 0,) L e s TWE IIIA R,R.PA.. 1 • no SPAOHP (2P) ' A —A1-44 -•, j 1 ° wHRE °EHE; • 13 0 14,137 Pk I ,F •' W • 'l Y �I 1 I KEEP - - a 6 •�•�a] -- Ti• ] rewC t MCRSE ESE yLL; - 122-1 v°'a] TTTLE wA -- T1CN ^ (T`) I"'w1 T) -- _- - x^ -J- R �mL�J1 i 17 IcoNTACCT• cArx REPRESEniQHWE AC Ti- SCOTT JONES. P.E. (301-887-0051) TWOSAYS PRIOR is STRIPING- TO CHECK PRE-MARKS otnrartir..1 Lwre I Erf I ,gymm I ImE L 4 q GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw (BOND 2014) T4; "O0' 'STRIPING & SIGNAGE PLAN F.1„.17,1 STA. 9+90 TO 3+75 a r z rc 0a m' ..e —C77LE- Rhe wc. • 1111111111 - Ilski!!Illlki. dI.I!!hlIIIIIIIIIIIIIIIIl s°ANun .. ,F./�� 7 _rip„ ING, A e MARKc..., AT FIRE HYDRANT PEa a P .. t PL.* _ 5BIKE LANE MARKINGS � [TAZ u c k e ww w[nc� •. { b1 GOLLIHAR CARROLL LANE 111111111111111111111aJ II 411111 111111tl 11111111 INTEREECYION CROSSYd,4LK DETAIL CROSSWALK DETAIL 1111 �T SOWER 11111111 I W µ 0 1:7' SPILIR 7.1 11. DIRECTIONAL SIGN PLACEMENT MARKING ARROW ■ BROKEN P, 1 I 1 � cV KEEP KE� Ile' KEEP � ' N E �N �, �1J iisw— k..—..... ! — 1 I I ' f -� 2xsewil die 1 r �. SRF - - -a• mum'mum'soup Cop/ ■ ] - -- --+ a coNclisrE mew. (1,vd -5" WHCREIE CACIE TWALM CNP} f i ° .� .�� Moo, I■ c R. ,_,.....,_D-4� I.NnrnALL Ir 1 I .114 uTl ,� n� 11 -- 11 � —. I•. + 1 � A 6 E i t 3 a %...1 aL- F b I • TTPE 1-A-R R.R.PAi. L e b• SPACnr3 tr.P1,1{ 1 r.IN ..a•[�„, o,••, SCI 5 • a OR m ZIT 2sxrni 1=2 il �a'ag—_—_—_—_—_—_—_—_�_—_—_—_—_—_—_—_—_ —_—_—_—_—_—_— --H-_�_—_—_—_—_—_—_— _—_—_—_—_--i Po'1. R. �” raz IR., R.R➢.M. AT PH a r'� AL FLATIES. HALL FE 94. ! \ \ °' ■ — 5. ■ 4. YEL EN ITPP) 1 -- - L_ TYPE s , 5 � 1 f ■ e. WE iif. ETS 61-67 a Pk F• Zi N -I YELLOW SOLID CTrP7- -4. writ WOKEN C1YP} O 7 SPACING 1 CYLLE 1 1 J CONTRACTOR SHALL I I I • I I I fi I JI 1 1 1 CONTACT CITYANS r, SCOTT JONIES. P.E. {381-8137-131351) TWO DAYS PRIOR TO N6 CHECK STRIPING PR E M A RK S GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (WN© 2014) STRIPING & SIGNAGE PLAN STA. 3+75 TO 13+50 cn.. • .aE I • I • KEEP RIO ie.i� C 7 ,P1 " o-+e.iaKjY •.M.1.0 1 ARDIEN CT•] -r.MHITE PR[:KEN CYH) 51'E+•N.N lr°7 " f' con[ CYCLES KEEP R I� I,.aini ' KEEP naa ... n. ..,-, 1„ 1 .1 i 17"7"j LAURA [I ' 1 PL 16 I 1 04 wH 4 STCv AI }SEEP R 6 (e.iC T 16 . �..in, i 1 I r ■ �.• .1144 I L P YELL. MUD CRP"-_ '-TrPCRE--.r.�s 0 NV _ — 9— ...._1� ■ ■ * GOL1JKWi ROAD II' ■ 2 ••a r `� T�T PiLP. 1.PrPE AT FH TYPE I-C R.R f i ■ I I i +-�,TrpE THE IFSPAC11 0".(P) ! +:: ,katP.uF� Fl1� S. cplcR sol>rnue Qw1J j .... - -A• miar -i MICA/ 50110 fiWj ■mxw CT>Pl T ■ I KEEP ■ R m 0 KEEP -- STOP I 16001'O[A 1 2••p Rr'.x y I /'�� KEEP 1 mC e eft) III ; K a sn SPHcll6 DTP) ME 1-A A PR PAI. ■ ,s H�wD r �� KEEP Imn11 I R e y 1;g MORA; IAN 1 wxci # n I i o-Tn �V/ I _, I M (AV ,� 1 6.A., + P a .nc ;ryYBtl. [ra ■ SII w.aNNG1 °. RD-7 0.00 II _ [NST 2','125 PRnCE cop)- xELLaY 50110 la= AWE (+f,, . _ DIGN[E, C5551- , DEM a r a :,1041.P _ril a N 2 � r 7. M. GN I 1 1 $ ■ ■i i .■■HT1To ER C+CE 55504 Pc P58T RE 11.0“11 NMI NM VOON 5[_[ CTw) s - • G[LLHARRnw 1toer+D.F.CEDT TC STCP .4 4,00V _ _-_-_-_ er_-_-_-_-_- mocrouµ-raz IR., ■ ®8 p ,'ELLCN=R':NEH R•P ' ■ ES.L FE SNAV.DR N — ! %POP Rc 83. f - - - P° P STOP OW .w.DTAREE - _ ` .pu—mom r ;7 �itt�.rr�ar.�li�+ -MITE ., �+"yl .s 5r� DICAN 11 . Ir 'E S-S 1011111111. VrAllr 'a II EN FroDDEN CI' 11. KIN 4 }.. zi W V WHITEI riorr __ _ _ �w . MEETS 61-67 DA { ■ UP TPED 16 T0-0 2.x.181 1 rep T•M KEEP } a e I' x.is OAP WRHW(Y00 DR 1 1 1 a '— Im., + i0 51255 �T,, EN o 1 EN KEEP ^ � 4. it a ni,e KEEP a tle 1 (1 ;21 1 I,x.121 l [PPj '� P- n>=�� a' _5.00 sl RFlpp, 1 I RErE 150 ...TDR) ° n 1 {TM . UP - KD _s [uual ;I2^Ai n KEEP }• RIe a-r pn 0+2.141 2 ` \I-'4c,11,' ] [1P1,`. t RAMC /{ / 1�' / MORAVIAN 1 DH 1 - n ,e1 KEEP _ - RTI } R r [xu [=�,e; ; I 1 CONTRACTOR SHALL CONTACT CITY REPRESE■TATWE AND Cs. SCOTT JONES. P.E. (ael-aer-e■sl) TWO DAIS PRIOR i0 STRIPING TO CHECK PRE -MAR K 5 pc.I Lwre I Erf I ,gymm I L 4 q GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ Raw TO %E6ER flaw x] glm (eaao 21314) m "O0' ' STRIPING & SIGNAGE PLAN F.1,,,,:,`, STA. 13+50 TO 23+50 KEEP 110 7..r' Y116RI 'FLt Pi 1 room mac. (IP) e D I • L - _1,-a' 1 +! -a RUE.SWD l 1 V' MGM MOSER (TTP) TMPE 1-C P.R.PAI. %' r• LV SPACING MR} ++ 7TTPE IFA-1.RR.Pa,. A0 SPICNC Ow) -5• CONCRETE caCrE .,. 0518124 {Typ] • s• d1ElE ■ W I R aE.1ii� FlI GOLIJIIAR NAAD e� o 1 N Z ----- - Pao ---------------�-------- 20.00 x Fit ----- ---- z ■ ii 7 4 s CWKRLIE txLIE INCE ETE [11P'1 a Trr+E 1�e-eM �� R.P= ■ 12 TELMAA. RCM 7 0 ow sato 1- a w EE.. d - I %WNW' 5D T ( ��E I�� 1l� /J/I APE ia+Y�*i bra M Vi I - , I PE K-2!� _ in_ i RRaa-- lJ et?- + 1 / III r' __-__-__ 580' SPnC1 c 0,9 n .,� I`f a �1A A APE I ■ 1 11,N-.; - aiR`O[ e4 n arHRE ®PcrtkN pop) j /MARE( J os e■ 1 [r x�,nmm. Ea ,.,W SEEP - 1 , .15, 5o[wxORETEI -O■ElE .. 1 �1� 1 1 I w PI 1 RI�R 5 [.rano Tram) fI, 1 KEEP =wool ..yrri M ..., SPACE RE'tt'R N.. .I [r�r� m. W Ii I _ 3I• o so- sant c [m ] .PE I5 }1` �.a/ II 1 I I �,1R ' ymnr nsuLI ept NEEP �� If �■ a 1HR[ 9R�aH svca.c 5' CONCHAE IE (gip A�+xcl nv. vma e>r __ cm�.ay 1 [, u 4.- I-1 -- __ .A� ti ey— r<,R e �L f r wnuc. ss: v,� ] a ' srurtyia. e1 �uMwnG Mita Ormi I.. Para srxnuRO 1 wN[ING >AKI„ , ,tt ; 1 pkv ti ■ '■ _ ; •- • • tti•1 SOLID EPPw. 119E 1 -A -R R.R.PAI. GOWHM ROAD \ sT:w• "u�u .\\.1 0 \ ITE 5TAn0AR0 wr«R� 4rrv7 RW' TYPEII-A,. !CRP IN w OTA) 1050' _ !� T ■ a<w.. AKorr Tc 3mo 3u elm'sRecRo15.1 `1'��'I 1 1 1 1 _—_—_---_—_— - _— _—_—_� a.ae,oV - x.mVP \ —_— _ __�_. _—_ _—_—_ - _— --_— ---_—_ yg a z azwar Hai i:��ci. LL]ewzi~r w c ,ar. \�\� i1TE RRF.IY i ■ �vra �xkEx • {lay F F+ �` 'vi°r ,n r -. ':LIS {IYP} R Pv 4 AT FH un Epp) ...••••\N .�\� ••\N.. [�\'. \ Rqp�� xHrl� -- 0 2tl SPnC�1191 e y 1 asouo w• r¢.w.r y R RP.M AT FH- sp-u {TxF) f t— laVvlale� C 1 a■ F d [ V ET _w a N NJ_ RIX .5 610P SICNN - — 0' ANITE 'I r® 1 1 I FG [ vn r.�. '� zi I _ _[WIRE BRpCEw TYPE I -C F R P ■ i r.,,gr - _ _ BRdNE� ft'epy - TOR CURB .1 �w WE MEETS � a ■ Ir • F HA rt[ _5. CONCRETE ■ I KEEP KEEP I RW,NNO NO q (pp; �� ( KEEP ¢ I I rIn, a. 1 1A�., IL' y:6 KEEP ti7 ["'M' [,xii1 I 9ICEK'N-k . C - -'11 C6' _ T H ) KEEP CONTRACTOR SHALL cvwTACT clrx iu•rM1 } } RI6 I-'16 • rr r,F1L:•x IJ.Isg ..sr �] } R Q I �I :TMP1Y I16 }■ Rr� REPRES1 405(5 ANR P- $CQrC JOwE$, P -E. TWO313 /OATS TPR PRIOR TO 1 1 ftitq [,a�,W p,a>t 12_1 p,u» Ex STnC. 353 �[, a•e] [,>R,W TC POW, CTrP7 [,y,a) f,z•iW s p,a0 (135,¢1 Si -1 p,v [,ANN] STRIPING TO CHECK PRE -MAR K 5 pc.I nue I kr, I ,gymm I ImE L 4 q GOLLIHAR ROAD IMPROVEMENTS K65TORYZ ROAD TO %E6ER flaw Z ( NO 2014) m "O0'' STRIPING & SIGNAGE PLAN F.,',,,,:,`, E. STA. 23+50 TO 33+25 IP I 1 4 1 1 5 .. s' f]Il1E 1 k' os-]- 2 ! i• ic* BONEN LOP] I 9141EN 0xR)-11PE 1 1 (1P) 18 a 1 dea' l SCw4P1d r ll I+A R.I�Y.M. [6 Au ' SPAON6 [TrP) \ 1 1 1 •a- cu.,u 1 KEEP I 7'n RIO -TRAClt )T1P1 Cn-1-s R'va��N 1.• L6NLRErE 1 4,'°'"w" {,Rpy_ .. 1, ' NEEP -r M1 -- 7 - _ 1 - ■ 1 ipW •L ` 1, p,. 1 _ 1'1 ■ �O * T GOLLIHAR ROM QP LL) ■ 2 �wm aa.ueal.. 2 a eePC 'C R 2 T•E11-R-€ I 1- ; --. ® =Ali 1 E71C� MIN — %%fc. gn�1.5aii _ MIMI Moil ,i dim_. I■+;- i TIMI \ 4.101211 IR,O�, `WRt�-- J v 1 E RRRM — 3 R ` �'�• ANTHONY I`•., ■ 1� su Poen: -- K E€ P �IIn'no ;1,m 1a� - • """'r ' j 1 1 111 �1- 6Hr1E DAMMEN {OM- im [m•,W —0-86'�rrc" TAPE +V KEEP I. fare; (TAP} IS'MI {n'P7- I 221 915 w wl I�. 01155 I r W.RE 1 I ( [(1(1(11 NCENAIK c KEEP�� 7116 Vag? (r�% =nacE ■ 1 I , 1 II I Cxaw: }1 WILLOW 1' �" c©'uRj"€ ST I Ti. wpm STOP SAS f# "' 3II RFS (:Tr°6'We I Er , I +91101/ MA COP} xEu..o■ RROREN i r)- I tTYP1- II -TYPE I -C ELEM. s SO' >:PAclwc (TM -A PAPAL iY SPAC•W CiW} I -5' cqutgTE cx..:E CT, �A f�. HCI n1/. ,Poul .' * • ,.. r ad." • ... c q % TrP7- - - - :ir _ l ail T I it '41411 1 t C 3 •�•10R 0 WE IE Lo0TEn onetouqccas IR., TATE II -6-6 RRPJA AT RI = ANS IN �' [ Pte, n' h �� OA wuwviniEuSm __1_ I— !IT FH C x[ Eu ITW1- aa[4. e HG Paa,u, ea 5PAc9c P,_ TWE __ II - 44 R.RP.4. ;� 1 ' ,.FORE, ■ EM SEE 0 61-67 a , iii. �� Zi �' g E • eV SPMawC{on- A _ A oon E CONT RAGiOR SXALL ¢n1/^ ERO Ex (nY)- I r ryme] vN,9'fi 5' CONCRETE cycLE TTucu }- ! • CONTACT CITY REPRESE•iATI Awe O SCOTT JONES. P.E. {381-89]-8951) TWO DAYS PRIOR TO STRIPING TO CHECK PRE -MARKS ow.rarti pc.I Lwre I krf I teamm I ImE Lmoi IX GOLLIHAR ROAD IMPROVEMENTS m KOSTORYZ ROA TO %E6ER flaw Z a 0 ( ONO 2014) 4.m m CO ' STRIPING & SIGNAGE PLAN F.1„.17,1 STA. 33+25 TO 43+25 cn "� I ✓WIT 35 FinauRACK 7 10 lrylryii'+Pl 1• G 1■" ...Imo.. ¢hmar .DUD X ° YELLOW WICKER COP} W)- I I (1,P). I sr ffi .: P[:t RkPw a Ho` 5PAC:P0 {TMP) - 0E1 A aRRP + Y ¢o' SPA°. [1W] -' CONLREIE CYC j� 0631 SEEM.. ElE I • It I — _J— 33 ■ * GKJ€IJIIAR ROAD c • -. Ill 40-40 4_40 ..' o YpJO1/ R10KEH COP)- a` MUTE OOUD CTW6- nE :t. VAE E, }- ,t TYPE I-0 TWE ..406091 s -- Ilwn RP 1/.v 49 e '199) - ��` ---- HTE ST•4AW NwtquC EINE LAW 511,99E (IW] 5 wH1E SEAWARD NVENX4 .411010.411010[99) RE ::-8-g, A. AWE EIi0991 [TYP1- 1 I 5' CAK6ETE 41455 LN CLW)- CYCLE TRACE mom- SEEP - A KEEP 101im -• Ale 0h IKEEPLIR ■ R -5' 'rR.cK C ] RFTTLEll 01.,) MS. (.: ,e) -, 3 s 0a� J3y� y1j 3ELl1/0LA. sr J + i p. 11HIfE 666rrT��� gw . E CR�9. AI# wwrciH� �. Ae iKEEPn. y I ■ . �R� Om) f] IEE ;IK p I 4° ?TOW soup �o^�Ti r;*rva �rt[.9m� TM- (TM- I (ixF1� I y`�� 0 8C [w;l,:1-0) Tri rn� RSA P.Y. w SI,K•C [rR1 I —. I �• ■ Hme w. rem ,e�. = f[ �,...HI T om, 5130011, TV! ` � 11 ,.- rJi� .� x It t Si e 3 ■ - 'clilV GO W L4.R ROJN G �wr,R TCES BM. SW .i zu o"`, F 1 F RAH, 51.1 BE AND IN NI =Bs + . F �.- T 4 1 . &4. ■ 4" YELLOW BROKEN (T't?1- �'�''1' 1 41, e� f y 1 HSN Rr.P.Y. AT FH [-BRE IIRR.Ry.µ O ifl' > NG lM} III L _C_ry1__ 90 TATE ■ BENs3.s: IX 11. � I ` E.,_% % DM. r� �. 666006 1 4" TISDAY SOIL GTP}- ■ 4- NHBE BROKEN ChN1- ■■■ ■ I RYT 1 1 1 1 1 -ttPE 14f-.C� N 00 R.RC1i1.E sw.cnc (P.Aa r�ry 1 _ TRACK (SRI 1 C ONN T A CCTV CHI TLL COT 1 REPRESEN1A1INE ANG 0. SCOTT JONES. P.E. {381-897-8951) TWO DAYS PRIOR i0 STRIPING TO CHECK PRE -MARKS w.I I a I ,mr.„m. I ImE L/) :X. GOLLIHAR ROAD IMPROVEMENTS H Kos oR i ROAD TO %E6 ROAD Z g lo) (Km aou) m m Co' ' STRIPING & SIGNAGE PLAN m1°@•N STA. 43+25 TO ENO 1 m413 Nt w (Rep) I 4 m1cw RE E VEN p) �I < rm] �I 6PEEDie Err 35 - lwvt T.PO i -G RA.PAI. • @O' tNC lrP] ttPE 1 -A -R P.R.PFI. 0 tl' SPeCNO L`M11.1 _— +c g TONSR[TE _rc� III-, I TRACK itta7 e' LOeNREIE ow.. MN) KEEPEP 1 a ( KEEP NRit ] f+�.iT1 1 5 e�i + i..ini !� I ■ 4.) �2 I I , F V ---.— ' y� 11• �.ts W 4_ _ _ r, ,. ri ■ GOluwvt TYPE 1 -A -A R. R. P.N. YJLO )3 Y1SwENc 10400 'rr, II I1 o xo�v+aNc C7P14r �� Tt .r '"1-1`, Ai`:r1 E. . le T, r i H— 8-.-11--41---- _—_—_—_—_�_—_-------_—_—_—_�_—_—+_ `�_—_—__— 1 / r F io` � 'ow 1 -1 ■ • 4 eE E AV.F.P.P7 II -' I - ..---..-_ .I...-`--- T e r T ti. - T .11;MI• DRi 5' NCRETE n o IU.PM.raH r Fa• nJnw s.oKw (r+P)- ' YELL. 0.01., - - - - - - - (AT)- sic... [Tw]- 4- OEKCCOETE ir% - - - - 'r.11 -1,,.. T , mint WHEN p.7- ■ I 0 44444* (NT) _- � �yg r,4 n:• • - 1 SEE® ala pi.;ei '... 1 -6' „..,,,T solo (HRE 501 ■ H m sPicno.t I�• I ] 17 Y I d II 'n_. II L� I mrt� Poul - Z1 WN1ET X141' ---�,,- , i '&•.• _ fil 1IK! Tp 1B RC 0L -t-16' 45' BEBB 1+rx RECONNECT TO DIRT ( 3P 9• VI POPPER --- III R ` s mxe s [ry r sB� E I- m M� 5 oo rvEE= I' -.. -. _r___ ,r•5or•. BASELINE pRO .. .. - a__-"— rt —n _1 T 9 4 ='• I — 71 _' .:: .,.. DOW HM ROAD ^ _ 1 ! i - 3 b - fi* F _ R �m �7 inLUGi t E �4 _ �- = . .— — `FlNs<I * I 1, _ I + 1•r TO 4.2,',;EIL-z..,4-,L7.71,,, n't P e �r 2CORPOSTOP ■ RT. EH TO! { .I B>,n FesaE sr r SCE B ' � f] c ,i° n+35.H Lrvff+Rrn . RE wm isu a 1' HR wOWIr.m _h BIT - - - .,�. NWT TO Ear.PUl BUx MOAT tl urvoEnEaouoo. EstDnEtEcrac I �ti.w : REP.} ti NI Cr, °}� 1 f 1 • p .... zi t"— M. tern �« ...HIE. _ _ e qyo M!- IT `t 2•!" ire n m. KEE BEER Be -ea k 154 -'40. PROPOSED WATER & WASTEWATER IMPROVEMENTS . !.� r 14 ma• - "'1 ®.7i �oiAuL TALL pu[xScaiS .rvw[ i0 6'dk o OMR iwii45 MEM OTHERWISE x o ¢ s g _�2-n _ �� __ __ xeeuxr s . Id. [1711 600 551 1,7C h".7 3 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw (SONO 2014) WATER & WASTEWATER PLN & PROFILE STA, 0+00 TO 3+50 m EMT 4001 1 3-10 le PVC 41_ 2-16 VT SENO Ex. 10 [Toff WL Ea'. 11 [TO B[ C45 BINNED] F1�'s66.EDUCER / 1,B' ; IF4g (NOME VERTICALLY) 1-1C O/i0 -y _ _ - ______________-____ J Y-WWYOEM _ 24 R _ _ _ _ - f _ -- C 9 I211 Y UST -� -^ ry .... ::: .......... 26 n.. . .... ................ 04 � 1,'2` m.,....1- ag[FOr ... Y . ....................................... ................................................. 22 4' 45 1E01T. OW22 OR. 4 PACE% . r;4 Brim,,, j YYYxt 012234027 F @J . tff { 18 98 IC 14 14 MUO 1+00 2+00 3+00 rx* OV 0 14. OSS 6 090PHEAA 0140115 .MXunLL D11 1 1^4.. +9' *111EP T. - GOLL9HMrrow-.yry��— • -1M- w 1 -w 95.9+ (49.96Ll Tol BOE PNENED 1PP P. a ,0.,11,1 7+96.01 18 ka 1EE 1-756 IIMINLMIll Ca uR tB1RY 3 DEEP2 .979 Stn 3+4511 (30.0 f• 1-99139 FRE 1969690.1,_ 11 .1 a' (54H, w P24) LE . x H�ml�RESBIELY 1 -PROP FRE 9.9(1 (SEE OIL 9r1 O L30€R COYC PLLL 600 1I9' =WEL 6550 (0.00110 15/ C9Y REP) (24Y .267. In) 11 —L— -- --1 -- I *9178 (*0 0 .TEE EulsnH- 9. 5 041 T:0 Ala, 041: g "10EET2 00-625 1910-560. 164 SE EMS 139-1355 PROPOSED WATER & WASTEWATER IMPROVEMENTS 7.01 039129045 (1169. L6LES0 I001E4 019E191,E4E 11E2_12E 79 7J*7( 30 28 26 24 1-!'k6• TEE 00X0£411 TO .965 • 20' 1 R 354 C1 W FE Z11 /910 EE F£660YED1 • 09 LEb 32 9999. ID - - 115.18. CBMS - 0 14 4X911 H r POP. 10' RCP. LAT. 2-20 (0 l8' WL 30049R0) 6+00 21 20 ▪ 21 n do -aa- . es - ID Inn 7+30 0.110 15 16 11 .moi r1 s,EE, 41 d 0 5.4 W s9r 83 or 172 959,176.1991699 119. STR 892 E1 36B 011E 0605. EE13069 - 4i*011 (Ex11 uo- 4ELT To 6(411 n• f BL o ass & 00IIOPoIEAO OECD. A 11+14.4] 4.73 L 1-e 4Y BEND 11+14.41 [99.00' LT: ITU 00 ea srwc 6. 000 510 11+44.19 (3800• LI) 1 -Er a110.0 61 IPac 691Tp14.,Irn-,.. =nso,NEI 0 0 — ,.. 1—._R—.- 0.41 _ _ _ _ 5108 66. 11001104 11E L>;RTHF a' StP TOWER 11.1•11E ONE. SHALL BE PC. SEE . te EET THSEE EH7. 3iN: HATER let.. HE 0EET39-06 • 150-lpp4 FIR PAHF IHAAO SEE 'OEM- -Al. O.FIR SRN.. DETAILS SEE ETS a.4.L O.•40.5 ME ET 6'dk 1 SHEETS 0.80 3.13IOIF8 OREM. a 18 HBTA 1 FRE 14669.9.1 .65-9E143Mr On_ L SHf. 139) WA R CONwi0 OUR( ]i oEEP) A 4RR*CL1ALLEOUe) FfnI004. a METES 80x) 5(lIf 1010 11+66.90 139.6 AT) 1 PROP E Hrpiwlf 1f4EM r (00E 0001.1041 AA1 R -.PR.V 9 O MCAD ILI 10+00 11.00 12+00 21 d att r�= 3 L_ 0011 411 sT1 B4 or 17� RUM0 0441,8 n8 STR 892 E1 X66 MGT 161306 T 11+ n 11 11; - k •.'. 'Ch.M. iwl mit- 00 �1vn:CI N1U PL Ear TD oiofui ca 1 snuC uFnLxc t Hun ELECIRJy E115.rsln�i 1 Sin i f1�1n LT) I Am F ��•^ M -akd RE i'r'^+ , 1 1^ DISE FH TO IP )1910,t+:0^ OWES, ill SOS Ta 1 i9'E.'aE �I __ 1 I 1 634110/100 -1• __ 1 __ _ s m __ 1 DK__�T - `' r+ .-.``� o60 . N. � may A -- ■ `__ _ o .. . 8, A w EPl ,. i .6.0.J1.1-, o R_-- ^-1. _ -- _ _ �- �o. _ ---�� _ _ _ 1 1 i 3 ••=.1.4"..-'. 111I-.•.. *� . ate w ,r y —rSTan- i +•�-ter w . • _rcT a f LL -. - - 3 F : _ } r t. �� . -row D X crrcg:7i - I 1STA-1 1 dv801- nom ePROP yy�1 Oa 1,-F110.00 {36.0' Z 8 7. ( ( � �vn 154-B0.77 ' P`LJ u .` „ '11 _ fl tE'HrO/AMT A STA 15+85.3,in�S4B Sl FTl x {scN. oo wcj f .s- . 5111 tY] • 1 e' s IddA !11 CN 10 P 7 0."K9Vr (MR, • K1IXWO01 e546685• -r/— %I p •05" TE msreaa Ir COPD IT 18001 ]' C�1 -- -- -- - - - 1 -CasD 1£tq� ]' DEEP) EMI ,�I 11 S- 15aze011 (41.98' Rr11I�+ crnamrr C DP rt a .1 MORAVIAF =MEOT TO DIdT80 d` dF arL i_g - PE94 OR r , e �m MAW. WHIZ. CSNESS SHALL BE PC, SEE s�. tars %■ n ■ , - o ® ®"% 3 Fla '8 181 BEY s EE HE10 ]b -b1 k T19 PROPOSED WATER & WASTEWATER IMPROVEMENTS • 7D c •! �. minim lNL51,� suELEs a.150 Uwmi905 ME m ens `06 CLAD. luiLESS 1TM 1tl1ES . •, �„ x, o z 1 e _ -=c 9 e - on 1919 — — 4 X GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAI) TO NE6ER ROAD e ( N anle) EN WATER & WASTEWATER PLAN & PROFILE STA. 12+50 TO 16+50 Tc (Lrmr) 64. F (L1) U'! (raj 00 00 0u -a 28 D. MOD FIC YI ESISl• LOS 26 —{mP. x 1-3' was 1-6'94' eBA1CO! MST Cylaarr a GA LocanoR] [m xauvFn) ,.0 AMENNO::::::::::.:..-".......... COMMT TO MST - 1'18 --_-�-i°a __.._ _ _ _ (� - __._ - _ '. _ � «ems - FH LEMr_ _f 49 W 2D 9w09. 2 eCP /-P001. 1AT 18' R.P. Fripp. 2a` 15 1W� Z C �x1 A- cRcssiwucl � V waL CADSJ`R(jT A' W Urw wosB 18 n II/ IJIECIO 1' IIR FFF IlYYl7 Alli NOMM AN, Y `FRePLAT B s 16 t s o44x eo sxmreo�°.yI era u:wJ rurca..wm o M 111 CRCE,S ) 1+ 12+110 13.100 14.110 15(0) 18+00 17+00 • I 1 i a STA laatana (72.0 LT! � CRUapill JLRnvm�urm ms a a.EnNERO RECO _ - _ - _ iwl afe y: �+xn rAra 1 m I-.^ sn, 745,5 98 (E 0 Ln I-T.IE:PAVIAN �iy 6ka�EW 1 ELT 1d DIMES e' >.0 Nl ,ov. 1 vE oi.,c I (sib T1 It , r^+ x6, . is 1 j 2• �w i� S 18 :9e {0 LTs sr 0 r EUNICEE OWL REWIRED ■■ TAT+3nR tt3 0 Lu I x c[ REi% EC h n03.^6� avnLLEs C -TEE LLES i mum 8U#. �`[ V -~� �__ kREIREL Ai ■ a:_: 't SalaMR".MMIilliIrERY ..girrMINNELIMMIr v I — — •leIXIST R, Ta ,E� uEh 0—� 17445 88 (188. Ke 3LEELE ❑ o ❑ suwcm o ... a PEP1 ❑ PPM c'.° /— t e} --• --- y6'jE•2 r ING I rtur Gnu ,P.', •OLT, -- — — -- 4-- 1_ , Pte r+ a' xaTw ,_•-.6-TEE ' - I ig € i t .- 3 _r��M .J�- J{TC aE CUf N CeT�W �, � .— m om 1 •5E *A _A_s L -L r= 7 --- ® lEk. ' 1i; Ilia". - 1 11n Cr Tn,bd992{•Otiuyt R 1 1 "Ir 3.3 (a -e.52 RT} ..ACES 1� x' (5[11 j4 8 COMAE [ate ® 4 T E gla Pp. .3] (4SAJ BY' 5' REDUCER T �,.' — _ _ _ _ _ ` Imo, 3, •, STEN s CP xt. 5' LTJ — = E A' iEE 1 1 1 a PEW EMPT1,u EH 11 ■.111 •8 CCt1NE ,I YO DR B IN I,1-2 4500E 'i+,". III"' �S• ovN snxc a Ca wL KOBA9E c (60 PE '.sLw2£0 2 q 1-A8l pf ►a. '� I •g �. 1 ,wsTLw„cx WINE E mars SHALL BE xi. 9M. 1� RAN .w v,,. HE .,,,F o�i"ei�eE3:. �I �yo srxEET 3m�E, SEE STEER 28-37 ' .. P,;,1°'„ `PEET Pl. 1° '0° a 'r 1E e7 PROPOSED WATER & WASTEWATER IMPROVEMENTS E, e= r r _�r S.NSTR I SE a.414 UPENS 60 A,10 844 S I3/4-761 EAM o 60 fl MESS HPTE4 160660 IG'F_ o ¢ E ewe_ tlFLYEC of duL I _ I G�IuE 34 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAtl TO NE6ER ROAD (EQN0 2014) WATER & WASTEWATER PLAN' & PROFILE STA. 16+50 TO 21+50 1 TC 61101 ,-E.1. RR' 71} Eu 0446 (T} ----...r_J g ze En sr. r cm 1 , " 8° TEE -- ,-,S TEE 2wt g 3C CL ACO 01 •1E �' / 1-g WddB _-__- v � MR —_ ?• I ................................:...... ........................ .................................... .................................... ................... . ............................. . ................. .................. 22 178F1P s::417R.Y:�k11:9H:::::E ............................. . ................................... PROP . rrr MP s aiCE7 ,- 18 1 LAT 4-4 o (f LCR _ 6 A INE T. m K Ckr�SM61G] 18 98 1fi I c �El..•1vxo MKT • 14 1 1 11 17-600 18-600 19.00 20+00 21+34 IMERCRWN] CAR R OTERHEW ELI:MRCY J : vxrs saET 1 wrtcl nv. 1Pou1 '....:*..tea Ate. "A T 510. 21+5796 e" ER®E F I% — 1—r_—_ a RRCR a ,. e xmE;h 't. I'�e:R. ...AEI-, E� LJ ■TERI .� coLunne ■ .. — yFg5 G 1 t i C 3 — o ) i00 _ ._�. --2.+4", -�k NST := m 5-31 ]i%3 :x ._: f-:_ , 'ACR Fl. FWar — .. —: ._. o ._ = E ar:= =k i y b ry +nv - _. ._ <SvvsLY RRT e' aiR 7' ry I yFR[F 8 rtR-. - ('" NY)I. ,� I I.1 E 9R , FM WAT03 1_B,�g: e .' { "°'" `t II ..if' - � 31..4'fRE R --�. i®ii _ _ _ _ _ I [[ N RE ' 9E r evEO � (sm a o;c1 (ew+ q H STA_ _1 «w..r [.s.ea• - :a9' REWCER xn R: evuersaeL Lx ~ 1-4. SENO a 3, BEM v n ■ .14 WHNECT TO 81St.. 4• pR NL T "0� TG DOSING Y11 B• CP I1 1 B'2157 (xn' ar?I MOKRY II I- 1 it r� t ; j• g 19II% _ 31.1i,N SEE SHEET, 'x' gm Sea. ,� � ' ®` 1F � ■ te r ' Ery n TEA EE 11ECTEET ,ee PROPOSED WATER & WASTEWATER IMPROVEMENTS ,,,,, 7.41 uIal .. s .NSE *0 BBACk C amp. SHEETS "uiLEW 181En oTFE 139. LE o z . s 13-3-8 1031 e GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAtl TO NE6ER ROAD (M(WM 2014) WATER & WASTEWATER PLAN & PROFILE STA. 21+50 TO 25+25 E7 Rpt IRT) E% Rt 1 1LT) TC )LTfl) --„,______' - F��—SPI �! _ - m e m % 4 0,,, 170 RE RE9wEv) Ex N' (e rVIERI L 2fi -1 Li_ 1-1Vi�' TEE ._ _ _ if was CON_ECr TO MING s uRn m m Ea 1B•ui.ios>�� Tfi ROP TA RCP % LAT VO n-lza rn lB' pi05v0 1fi �r.eo.o.o,.a ma. . .o..s.�Ti,'. C to L u 21+00 22+00 23+011 24+110 25+ 28+00 - _ vxrs s,Ecr m wrtcl NU - ,� LY -M -....€ $. SHEET . fnx STA fi%+S1 E9 CALLTENIL i.nEPGU1llFB III SLA. 29+,0 022 � �,rc 'H f ��� 1 `•' y=Tax= .- 755 Z E • GT • ^wu_T NH BIN TO f:. Y I-4- IXk6 A aE sY WH pui RADA GIME i R 2�I , NI o 25+5,RE.451.12CL MST - _ I — — — U - ► 0E60O !INCL ALLRREQURE➢ .. •. a. .. 1 * EIEO O RECON*ECT -=".....L7-3.4 ST0. 2e+leAi'�_ J 'mil Frrrn . 510RS, } �� . " ..65 Ln II °. •'"` low:. so. asEl, ---- PRO,' tiSra oouERxc Rona PRcv. 6' WATER - -- o s tt _ rP1 3ef 01(0#01(0/0101 - T T " we,EaMr N — t i i ! g 4 �5i00— II F Y! - ,0 uEr1C�i5 1 waE M`--�- - Iii**---#i 5+26.53 II +QO I� -SEE R. • �� [J>t❑ Rl), 3 91i 98_,L %u FI�RHSIE ,. ' >s- —P n - ., S " ` 'lir yaov B faP LA IBR ■ R �' Wm{ w,xm. -Wx �I y1 � .11 WW LJ- z..-r,_ - �c PRM 10 _ _ 0.- • __ _ _ . h6 ;3�1.. i-B" i,'4 r -' '�,��- �'i �' Y r•... 6,;• m]./. F�x6AnG S +' O srx (SEW P9L YER a5' Ba1P •iTa 39+5FW-- a- �' a[ • 7 -°' ^ ' STA 3O+15S�0 2536 (u ea' FYI Ea 0A NST M 0• WN. 4 CARRCLL LH- DAC P46.L�BpC%� y- Owns_ f . - - _ - • , ss RT1 - -�-� T 51A 1`'� AMIMCNI' , ' ..• - O 1�. 9ST140 5 CV NL rtro1♦ S._ DIV 11�op � ZESZ,.. ^vE65C r FTILL1 FR, ��� (y� C3CWA4. 36/ tlrt'8•RFP.] E HNE H, l AAA: [ NISELIBLY }1 ST 1 I ' = r, 1 ew6 n DTFA. A( ST W RM TP FNSN GRAN 19' ((COOw S.W. 11V E REv 1 0kJ\ IX6T FH TG BE REL0VEI1 A SRLWF,'EO[] Si. 271,7.-4 -.. �[a1.0- F17 E55111. FH TO a �• �SCH. CONDUIT • •. W pCj osL1Ft {3aW 4 x 35 L x le' } �. C3xNa.T 20 pISTI.0 5- Cv vt sm.. 3 13' 0EEP1 I ill" �. g 5MET E3 SEE= s esPl. �sH.,. 4307 LW TAL ., He :wYE m� WM ��ee grffo� s � n x FOR GS. 0' ALAAM SEELE 0I way m 1#6-•aR. PROPOSED WATER & WASTEWATER IMPROVEMENTS °' 1 OBER r- 715EINCI DEMOS U s 3 SEE SHEME a@ uiLES5 Nan 511540 o ¢ , F BFi u It1w�IE. !!'� • — I w o� cpol sEC1 Lve ,6- WW. , SEAL 515r. • NW IBE R1r54 i_w�M�IMfl •E� N. MA. F/S AANNOLE (s051or uH mu TA MEN taWE -E_�11_ _ "- ii iilT' '•' 2 -�.'�i [MEM _ .e®••au m_ra c,tuu,uo wn I 2B �J PRCBICE SES' 415G 5 O5\EA. JABASE NH SIN Tc . 6�i�1•451 11.i'1MLi1 O' Op 11.57 LEP e" {cur) 1095 {w] iiii111a�. �- r l� i=WV F Mifir��filM'"a'"9' r "eTM'� "eO°.e.. ,.� ■ 2A w.I I a I Doc, -11.. IHEm 4 —1L/) 9 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROADTO %E6ER ROAD x? g k ( N ao14) m Co WATER & WASTEWATER PLAN & PROFILE m1°@ N STA. 25+25 TO 30+00 — !Et SR 01 est LN1 11.„. f b iota (E) I••i'[Fral••lJ.LE/,fiM ON14�LiMMAMid°i+M ■ H /Si enna ••••••-.••••••-.caN.na..v "o'® 51 sT, i la 39�' LOUD t&T2 LS) <5E,I., ��.. �--MAA - 242 --1AGR6i Mp alilNFl 1 CAP40 EiiNiJM :n. _ . _.. ��W��.1 M1 7 (R4 t A7 CO 010.0 MR 010 Sim 11111.111.1101111111111 ;-1e. c>'RB 1.111111111011111r:Vg..TEE ��-� II 2-B” IX&§ mill --�/11SW 22 2fl Ly�y 2 IAT. A Iu (p P le MP ig 16" WL •SONO)A-I u m (( 5 P•.A• BP y1 96 AL Ej ORCSC)SI. I.xT RL �,159FC) i8s0. m I ' ,B, tr rCft�51 SW. Ar 1 u1 �EyR.• 16 [SEE 1158 BELON) M awJ u ERMYFS+NHOIE II■.■..---y 12 7�uc IF 5G. e F - ` �'11. ■ I� 32 iwin10.ai5 r.HJLE 5 CO.C5EFE..41.47 —® Sae— 1Y?...�w SEAL ALIG 0201 THE0615/154 AB •o ' HE r- O 20+00 27+00 21*4111 20+00 70+00 I iOWinNil I I :. I I 114ELow RR P luNnFllaedNi6 si0 ]].4547 (55.10 Li] -nen• RmixER • vNrs s90 P1 tra s r/xENHEAO ELECT G + 5i 5a+ 5 oa 5-651 52+15➢1 1 B•0+' TEE T 5+5 (.5.92' Ln 5-651 53+76.67 W.tp' !� n• eat, 4• CP [U1�eig teMO �.1 1 '•�'1 I �' TEE I 1-n• aNe 561 m o5N 325 lana / 0- FAQ 6, ,5 :ta:G NL [1:r= e 2-1e. 36•1_ 34i una•�n.l W�it, s1Lw�rm --- - — ` •-elp 1 [ 8. R^ I0RO+. SMELnE1L c °..rw Ho Imo aTEa °..r.41 ❑ CrrilraM3 d S I_ '41111 t + sr, 4 - y w+ra -, 7 110 -6 WLLiHAR ROBE) • w �x Nn .3t«pp °i«-- • .w w-+--w—•-�-. w�33 pp r 9 ... �.. .. ""3;pti — n[5o.m•Rn-:rv3---o- I�-7:1',':_ 7-AF. B. ry ".-_ -___ • -IPRaP. 01 1' F�._.-_._1zn. • _ _ ___.;T„", - SMI.E3 al.. wr:. wP/c xw.ax,= ______ -- _._._._. s .— —..— _ �w- _-- $Y666-11: ".- r�tivsTSuH Pou ic. Fl 1:H E —,._ .. _ or s• px w w� so+a5s(25.36' Ri7A% ST• 36 62Fl�[32 1H RD a► • II '1 _ _ _ _ �+T] _ _ _ _ e MPANT . v STA 32t164(S1.]B' 517 sin -554 30 {uLL.5{4 Nil 2' [ +6 00+) aT 4 &'�' S m4S S I ASSEMBLY A 58-6661116s5.'.�c3E N[NtPitiT0 EASING POLYMEREIDE Bou L1-8Sd• MUSES - I ST DtSO 1T i�aA pij 6 •t a W/ 9• CRAIEL EmE � we' 8�) i4UR! ]' 6EfP1 1 6• W64 TSDFT 61 641 465 II ExRTN.. KAS R (pro .s.T1 ( -0•,,� FH �" pTLTc x iNST t'uuH KDaw I.� } g inns. 'EE .� EIR3: - ®:o a- Fr n 1EFALERL . EE 4EEL't'46-maga 111-'60. To :• N WA R 1051 1 R -.PRNV Ai mtr ,��� 1211 7.551 EVISTI 4 +5E m 0111)1) `o 0+519. *91 41 101E0 ERIE. . c. 0a. 0 z , r € *11''!!!5.:.•01 4mri 41r 4 .' • I L/) 5GOLLIHAR ROAD IMPROVEMENTS KOSTORYi ROAI)TO NE6ER ROAD x? g ( 2014) m O0' WATER & WASTEWATER PLAN & PROFILE EN STA. 30+00 TO 34+50 w mom i Erni (,N rm+•++-+ R4Oe R • • 0 MB= — ----MMM� B /5 (FlELS 'QTR 1-111-4T CPO. g 25 . EM III iiiiiiiiiiiiilliggil =--1: am ADJUSTARI RNA TO DASH DAME [9lii) 12.75 {W] Lacnnou} 1-81E' 1--118•�UYVea PrOurs, II MEM Ta TEE 1-Pliap W FP TEE RE 451.7 __ Be 9+864 III 111111 ............................... ..............................i:.:::.:::.:::.:::.: . MM ■.-M1-14 I P.. 'ossir�crA II ■E_ rEEc sr i& to 96 i•iuuuuuu••- LFE EMIK ��1P, ,s lucl 11 _� II moommit_v, ..ffi... _. au similiiim _ mil ■ 1z �._ 12 .e.a oa,x�.,tim* a 10 1 1 16 1 B A 7 YS 3 8 3 C 30.410 31-690 32+601:1 33+130 39+00 11141E.000JMB GO 00 O.E0MEER0 ELECTRIC MEMO 1 000*. Pda„ Q 1 _ = . -�-� GOLLB4VR Row -s6-ao • 1 1 s 1w s7 �w II 1' 0011Lvrt 01904BLT c: - 171 P a 1000*. 100 W00l < ✓ Q E-7=Fi7411.C—I musa. _ ONESS001 .(1: 1034 3*: s EEE 1BELT' 44-04SitEL_ BE $00 C. SEE104-100.E. FOR ,�• 0. q1 024011(05 3?O 6001 0* 111+00 iwME45Im1E0 07001 4` 10 4•w•I Sin 35047S8 (2010' 110} 2001.00. 0 0 PoW m 001 TO FRESH R MI(RT 0 MEP) P- 10 PROPOSED WATER & WASTEWATER IMPROVEMENTS 35+00 0 . 0Sa. 0000, r PROP- MUSTP'41 PoW ( Fw191 11' {RW 1j 46000 (0) (LT7 (TG BE F-1E.c RM ,EE H MSCNEILY owe 0078 IF- Ilf 11F 21 0 ELE 7+00 30+00 39+00 INL 12 C 0g 01 = a 3i g L_ d5 N Err a 4 v SI(EE Of ( *0000 GMNeOG 1441 STR 892 E1300B G1Y 4100CE 4E130E19 1- 1 1 1 1 1 Pwr: saT 9, r ., I Si m, OS (11MJ L1) - DPW DOST. R8 [SEE SHi 911 SiAV B191 5i F45105 ..8'1 16' 8 -6' trree 1 19•xBweeT 5 - ,�+qoF FSM-E-E M144.51 mswBL+� '.. 96•9JA yWL IM ^ Bx MELO S. :;_—_ ttn .a+aa aN 0,.. P ° - L '. ua«ELE ° LLLJJJ �FLNEI-`T§u. -- s '411111 Al i i PROP el 11 sofa 1. — ® 5rTA o Nk E so. �, Leo + s Eu — — , — -- - — -:- FCieLrH -(30 0 RT1 1_• 45 MEI -II mower '`rERF: wr.1rc ._ _ __ _. _' rt" (iCH. a Wes_ m. +Bur lBiBr _ 9m 4 Y =} DEEP] ._ 31A ?a sr -- -_ }. .0 .- --- - . "�-,rxuE� reM ism o gr„ rm ,�s - -0' e9 BE14 . a wc) mama(Bun a 2.4 STA. s2.w.,s t3s.w' Art 90E9E9 COW Pull at.R q� i0 e'r 1 2 coy) BGE Yew a MISSION 4 an NIKON [� 1-',A''El. � •sin 49 iR d212- M1TI j . 07 UN9x 169}) (3.15 w1 CRY E0 667 ellBiER CW%J1C -d• Scr T E 6 E1PC61_ p15i, DIST 60.E0E0 T+5 ;K..c; EU EE � 5>55 *R+ DoE rT EW a CF NETER "` a x 443 AS .9 EM aauNO GAS a 0.1BHEaU ELECTRIC Yi'w� j TOWER 1.6612LE ONE. SHALL 1E RC SEE SHE 169 iw v„. Hc §,..,F eE3: -_ o e MME -����� STREET 31.9,.. SEE SHEET, Fr. .1:19. T& EW FEE • RR CJFE. 96.1. FthA9 SEE 'SHEET EDS As-mr 9 154-'00. PROPOSED WATER & WASTEWATER IMPROVEMENTS ®. ..� '_ani FOR a.a1 TETAILS SE los ."GE m B'sk BNB96 _ OF ame uiLEOS Norm OTHERWISE o r , r -� o,� �� ,Y/YH-61 MASTe14H foe1531 PoY1TO MOH GRACE pc.I I ere I Dove -11. I ImE GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAI) TO NE6ER ROAD Z (WM ( M 2014) m Co WATER & WASTEWATER PLAN & PROFILE m1°@ STA. 38+75 TO 43+50 /7 Vl IM 1741 10• WO 17.31 {Wj F09 471 Bow (RD -.— _ "—Br)EN. --- _— Za p ww I-F6 YWWO PREP. A COL ATO e• MAIM" 691 PAW MISR ]'Jae WOE%. ._ tr0 RE 44 EC.) r.94.) js) ( nae (.h l_le.109•TEE 1-1611 CAAREI _ _ 1-Y wka r �,_E,TEE -,t-4.7-,7 Ne ....................................................... .. ...........................................:.... PR0c.-1u LF orro cBEESI 8 18 • 16 wde R9 'E+{COl6TAvDON NOTE REF-ERODE SEOLEMCE SHED INSiHIFipN 9F M6 051556 OF EOR 16 OF ze PROP z, 5115 �j {ter � m1 14 L C4CSSI 1 11 4 12 2 _ C s X12 318800 401-00 41+00 42+00 43+03 I 11-F1 s LTA) 1 : EA r.•m+c TH - 1 1 cAurn.0 1 1 r n• vwwrsRT. hrr 20111.7 TO EARTHS 1. P1.1.1SYSTE sr 1 REI I A REL r ;r,s+2azA 16TEE —e'va6 I u+WERGRouw EEW ...Pl. 1SEQUOIA I I . FitI S:00.' + MP/ .v n vty. +8' 00*EaI Mto.- R..EL1EI Re;v+E •�. - GOWHAR RDh[1 s Fy '.11111 i t y<�F. .. _ w,--va I-::1 1A A M4 M ,....40,. Sao Y rW A te h Will- _—m v' • i .:. = ,:, _ °1u° A _.�n.fw.-- -- -- .1—*_ — $ x'rwa— -- -- — - g Y . b �F-N ._._._._3-_._._. _._._._ _ _ _ _ ._._._ I R CenuT [R.Rr 3 DED"') f: PRaP RF � e I ... ...� �.....v ■ —•. s w--^ w w _ _ - _ 7 W y� =:=7,..........*1-1A'S' _ 14-1-21a.75 TEE STA .5+,136 ]&S 1 -PROP TRE HYDRANT - , -Rr ( PIT) !-5-42' TWAIG `JiEVE v RNEuu Eo H TOI E¢� w Ac 1' I[H W Rot) IT CCHP, (PAW I-6. WBR -B' Che [RES1T04EO) I a }' DEED) AM MERIT; MN.o mxsimica. �,y.,, j 2' PE gancE •"1'�' Sm 11+53.w [1 e.�. F,Y, E�nu0E[:'1 EISTNR lEx sEFATEJ TO _ 1r }• 1 �E9Hr.,66 uEET DEUS Hm..„T'Lc.aH:lllll ���� L� C4ill LS i"Pv� n 1E. E PEE IEcEE n 36-0 AG NA ,ea. PROPOSED WATER & WASTEWATER IMPROVEMENTS �,,a Fr ir a. q1 pSM00IS ARE 10 6700. T1 00. 0.01¢45 ATEA 01FE ON 71Ir9 0E 0 WPM,LeA ' s _� � �— nv o I n� 1 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %E6ER flaw (SONO 2014) WATER & WASTEWATER PLAN & PROFILE STA. 43+50 TO 48+00 38 � w {LY) IX Row CRT) , *= 1LT1eT1 110 EEuER MEP 6 '513' TEE n __,_�_ 1-16. 6 '- 1_86' 1 E - Tae FH 32 1—R" � OMB T1 i`````':7::7;::7;::7 } ............................................................................. m 18 e s) L 18 W1 ' --�CR0SOPO) r- 9fi (�oROP -1T . EBossIw_1 A-72 16- 9fi ✓ 1 N 14 44+00 45+00 40+00 47+0C 48+00 -.NB, 'EN'+:eiwl �8e �u w.Ec3 nv. LPoRI TT +e+ 43)0 -FgfID t& HxdP eE STA 50.2'!.25 ( 3' LT) - A � n3T,„.6-1 C.0.97. N @ 1-3302 (OtOwfF GUfIOHII oEA�Aol.no ors 0. vmar.N E1�TPoC Ilan. AS NRL eurvECF 3 X61 �+ � A II ASSE.IBL ,y${( ■ . ._ in ! NMI CCUFLNC Sr438 w3s1 NHEe o "Q �•—. i �. ly STA 50+18}is BEN ri m 3 li eI a1 !''U L ■� i — — Mir IVA, RASEIINEI1 4445ELI431 ORO .• .s- RCP _. ® PRoe e• wnm+F-�, „ .. _ 00W1W310 0 643.-, N -- 666os. 2' FE SEmrEI - `a0.6y•1 5 '411111 t f I ! c h _ c R IT el As �... .. �.tiYi�.T� a%�_ 5' `-� �. • RI JI 6 a r§ .LEEE FRJa -re. . _ ST R? — - wx] [ it W - _ _ _ __ 0. l _._._ -' _ —. ._ ..._ _ _ -._ S_. _._. _ STA 92.1e6 (6't RT) Ir . �' 2-16. 45 HORJM1E11 BENDS _ _ _ _ - L .ER, CONNECT n. DOSE 18' WATER rr 19016 Ids 1 e Onau1 C)STA RECONNECT FITTINGS, V41,1M & NET31E [INCL 1.L a 5264r.13 (343o' 14 O' CONNECT t6 UTNE i .RalE:T no EMS, 3 sMXi 6 I1R 25 4 r. [3.d mss' !R _ _ OLno/ LYS LLL .116 @" GIWEL HAAS 405 n s VERIFY l.ocnnoN 0 JJ �j- - - - - - - - - � ROP 00 RNptwH-.LES 3¢ _ _ vnnNlsir, ROF PHOLE sT up BS VG 30 Flx He: mE �/ t w/ m )) [24"Y! a 39'L . 19'Oj F um�ttllwt v:10403 E ; . F. NNd� rrt. SALr S ►k RR MEET 31.1nN :LE ONE. SHALLSEE SM. 1. SEE AMTST MIN To FlN•31 .E 1ksNun1w a..Ec vF r tl �j 1y� 9E1 . 10 V n iE : ffE KNEES x-63 1s6 ,w. R�,>s E ;,� , PROPOSED WATER & WASTEWATER IMPROVEMENTS ^" 1 • 1 VOR 6. FOR TALL T 03103.9) ME TO 0"CkE SHEETS OF OAS i 10113 Im103 01.96 L LR. o E r _€ _.-- SES uw [® 1 — I PREP. e' COS. FA N11H3LE PROP. 4 On FA 43400)0 I A OE R. ESU PROP. 162 MTO. OON3EC1 TO MST. ee' w TECO 32 exoa Ra w-wm AOMST 4H 114 10 F11511 4' {N 26.11 WOE (F] AW111 4H RM TO 033H WOE /E6' N1 1801) 23.92 [18 l0 5,5T�L1 SW 011+061. PRp{r,T OCTN0. E13P8o 4 X" GOLLIHAR ROAD IMPROVEMENTS KOSTORYI ROAD TO %E6ER ROM Z $ (50NO 2014) m Ca WATER & WASTEWATER PLM & PROFILE EN STA. 48+00 TO ENO a• (O Fares (30 a (Err) 23.1 641 INC114,6 ALL 324E 0)00 F11114Cs, 0611FY IOG5ON I 4.43.43•44444,443.06444.3? �raewal wCCOVE are.• .cox...rara rO10 MEM. M0 MpKCT N3. MO MEE 3E T 8 613320111ES 1VICTO LATl041363iC E'- 1✓ON' (Ll] N. RC, �Rry TC [Li/Rij SIE 3RW10 E .NOT CPTIR(LL 1✓afE 0. 0. ZEI V 431E: RE TIIQICE SEQUENCE OF ■ 26 40N613=10N 6HEEr 6 FOR IHSP41AT10I [F 114 CRS831C 26. ¢ sl ET 94 WL 430 - IMP. 1TR ■ • ]t q�SSG R .___.II �. 116x6 TEE F01 LH A9EFr,■LT �__��__ _ -Y TB 1 16 - # l� RE 334 m'EP) 1 16:6 TEE FOR FH .9:Q.R1LY InnCl� Iu EI[w 66E3 EAISMS TNO ,•NATEELLE ................................. ................................................................... ................... ,e es Ham,./ VERT. 6046 ..................................... .................. .............:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: :::::::::::::::::::::::::: CT,. 2 PLM RN�Es, s tE 31 13 1 ✓ W' TV 15 1 OEM ONE P 6EGEMf is P3 I OL CAS----- =I FAQ4'c0Ma F33017 9fi [0 ,6 p4L LAT CRCSSNC �.-34A 11 "R. � /QQ 1'A0i2NSW T[(.0. 1fi 1 r 51 98-100 49+00 50000 51.00 52-100 53+30 nyisarres 01 962.661 6P.:1«6 °i ° DI j � a 31:1 1I -1�,, q � I 9626 hr 26 DI -;;,-..-..c. 2aLr c r 3 w a I ` 5PDC v 26 2626 'PVC CH YATM2 24 teM HNP ,0 I e UV 22. r� a� 9 P.^.2[ �� (IjI� r 22 P. apart .i , °2 E 22 2,6 II nw1[ ' P WON ROBBER 6. 1806 2011, Ill BM 9 6266 22 r s r i rfn 3/ 5.2246re n 191-616 ` P� ,a y m ,® 9 t 'I11 :V R-Qi1' x• jj to 16 4 626- SOR 26 PSL 16 15 jj ¢ "i 16 N �,: OSE FPO�S�e' I.son ace +O DOR 26 KO11 11 14 05410401205 6.7. \ 14 14 -�' 14 otnrarti pc.I .re I . I teamm limE L 4 q GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROA) TO %E6ER ROAD Z (BOK 2014) 41,..11 (0 WASTEWATER LATERALS mem iZt 6�6LL P_ ` il o 1 19 _ ].65Mr 1. 12 12 1212 23:99116 110 we J u017 11 j 1017 . nj 111 _I 12 12 j1 ' ,o 1 1 ? rs 2r Li rcr L' g [.n 6 pg -, t ii s 4- a s-,_ E 6 i, L J S. 33g 3 n ''' 6 Ji ^Y N �CQ t- 4 111 ! E8 $$p E ++�_ .. g88� :;; �'_ 9C8 + �# Rg .E' :R :.. �c 6ll g ae' 8 -'� rip 6s^^` �.q .`K .gs ' 5 6 S ri^ K.ia a�5.� '0 6j t'e ,6, 6 iT „ s 20 A. g'�. 8,.., r is . m.6 65 k 4 031 <� m1 i, _ _ .s_� � 4 1 ■ ; w hAA, n n �s 4 1 t7,4„. 4 0+00 0+50 1+00 0+00 0+50 1+00 WASTEWATER LATERAL WASTEWATER LATERAL ® STA. 39+22.28 (LOOKING EAST) 0 STA. 50+35.36 (LOOKING EAST) HERM. is 11 M •••�.�,• 0 ,a 25 .0 6a eo P 1 a s 4 d2.1 "6116 .•,••; .nc .:. I r o .a.a• 1 411Y • s .39.' I 41.7 390 1 410'r ¢ 5 WCxuENT''4, 32 32 I 5¢ IHI£r/ I PROP "'999 uusctr 13 4 oa soeMlx 6 id a ALIGNMENT 'ny 1 P� ]0 CCA NKr To 'J•ib W SI EA 30 30 AN 0feulinY 30 tj -* i %Ill ■ 3 EX a' Ctt.;- A IIJJ `�` jt IJ - p C 20 p4a T PIPINGS) 1 w 7 Y I[ro iE6' OV[d7 7>8 CCCCYIAECff]I✓- [xrsi d" [es d [s� g i 623. IITO EE 6iCNEU] 28 : 8 yy ° 20 n 1 u iEE -4. crne } a g '- 62 2-fi14I5� ., a E _ .. �? I•.-4 •i', ...;1 '7.4', x` pe 6 r xw.°oo- 11 E2]— rQEu 5 r 261111 f /1 R[0. 26 S , f� ,-2-4 2764 26 H a• rxI 24 24 Pe10, I -- - 24 24 24 �r i I,r-nI ox CIX. VLGTIXo \ 2-(= h II ' I ty . iwaecT m-+ 11 II m lam_ 6 Lie nu ry J ` 22 3� ' 1n 22 22 IX. Ma_ al Z-1 h 22 22 nn..4)i..„, 2 i/ SEWS p 22 �`o RRIUC61 CL8" TEE ✓ I� -. ►k 20 1e I�1 'I m N -�- LF an m. d,i is vE- I 11 �' 11 1 -id' N6 �' wwd I xo sn RANTED ma} 1 Ii w ----LION I14 e' 20 111 ,I ',4-0.5 ' 1-8'K+5' 1 r m II 11 II 0.I. NIPS 1:1. nvsa�I 1 14—p, 14 4E II I : 4 9-4'2132 18 14 II IIW rI a S , R 15 18 11 I, I f""1 �I x4-y%'1n5 g11xM 18 16 16 16 ti 15 16 9 1-2-1" 6Y� 16 L ar q GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw Z (EI N a 014) • mC1 41,..11 (0 WATER LATERALS (1 OF 6) mem iia IL- - -J- L 14 14 14 14 44 j 14 12 12 12 12 12 12 111 10 16 10 60 10 8 5 8 0 0 8 6 6 5 5 5 6 0+50 0+00 0+50 0+00 0+50 O+1O WATER LATERAL WATER LATERAL WATER LATERAL 0 STA. 5+14.15 (LOOKING EAST) 0 STA. 7+96.91 (LOOKING EAST) 0 STA. 11+95.75 (LOOKING EAST) H 0 10' 25 40 17 do 4 1 2. 4 0 e 2M.01610r 16,12113 10.1 �r+11 a ...•r ."e '.•.••:••�"6 ••')'�• �4 lil a ¢1 100' 41.0' 4 ¢ JY.0' 41.4 a 000' 41.0 1¢ 32 32 32 1p 0 PLENUM 'A'� I 0 .1910E02 11' IS PRO 1 5 AU04+Ht101-\,,r�1 NM1 ao Jo so:nlx n m3° �1 1'1.1 If ! r 1 4 �Y+ fwLNtz4 1'9'6.7 T£f � 2 . 1,� 6 1 21 26 P /reSovS_ 2B 28 comour to M]WnVN P9vE k 1 2e g' "�CdrvfL7 1 / IXG' P!! 1 1u 0[ m." o GHI '/f v€W• CEA rill+ iy m lrag g^ F:_ L.L 26 J Cao ?6 26 r /-6114451 32 0 2S +a.� 4 BEN r � 1 ` 1 Oar it 24 1 24 24 11 p mw� j 1 24 24 1 AF C,Omoer 10 D ` e[ww1H D.I. PPE 1 1 1II-'lli LOCI. �v.[ W 22 SII I�1 'I 4 o 1-1 e-C1+AfiE I 22 2 I 11 11 11 { ������bfi .2 .8 �_� k 22 4 h I o L PE l '1J .'`�\\� -v8'vB' TEE - 6 r� �. � 20 1 4$ 1 2➢ ID 3n ZD 20 MI6 SENDS 411 �� 4'4y 1 211 4 i Q y [Fans 0,..r. FM) 1 m 1 ✓ f 1-4 Z c a i'oii•�¢H 0n i Ni I 11 11 16 16 o5 11 Ni 11 8 16 1 h a i n h 16 1 h 1 16 16 1 15 16 11 1 1 15 V/ ar q Z GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw g (EI N 2014) 41,..11 (0 WATER LATERALS (2 OF 6) mem iia i 1 y 4 1 as n d 14 1 14 14 14 14 jam- 14 L__J1 12 12 12 12 12 12 W 16 10 10 10 10 0 6 8 0 8 6 5 6 6 5 6 6 0+50 0+00 0+511 0+50 04{10 0+50 0+50 O+00 0+50 WATER LATERAL WATER LATERAL WATER LATERAL 0 STA 14+71.71 (LOOKING EAST) 0 STA. 15+SO.44 (LOOKING EAST) 0 STA 17+95.08 (LOOKING EAST) 0 121 To' 40 16 e4 0 1 2' 4 6 e 25256 fr sear 41 a6.1402.1 a nary axam .. .. ........ ....: it Wq' aeq 5 ¢ e ¢I no. N1.o p eJ+A' `I 4e43' ¢ .5 & BER 'A G 4116145108n� NYQR ey1i1 x� PR2P. KIM 5 5 31 SCE..30 J/ J5 30 '.10 •.n I MOP ix — " i r 1 I S~ 3 �' " 28 91 V .IC mHrax.-n0N -raw' 1H 28 IJ ETC I' ini +.ns 2e HIR. BEVO 11-rmee ' " BM KO Il HOR aEe0 ' 421.5E5 n. l 26 r v_a'ae it r1114. 26 26 "ert me]25 506 FOC 24 rar 1 WA6 �WINELT 24 24 1-1 rar TEE J 4,'R6 ovNNEFr io 24 11 1 m 1 a) TEE E a Mci ,u ( r--, �Ir\/31 ��xcnrt-�] ru i-a, 0.13 1� 5 m a LES 'INCL 111 22 1 11 11 fJf 1�I ,� .44 hrnNrs] 22 22 Ie1 1 _ 1 ry ir W4INESip11 22 22 8 r I INIa} 22 II 1 11 1 a 8.'ED 643 fl 4 r� . �. 20 11 li 11 �^ an 20 0 , Ia° 16 amarsrr PE1.4 an au fe5T1 29 ti i 11 ? i- •:r 0 ` day a4 PPE pI 1g i = it k ¢--a1an �[s 18 12 1 r. 1a tB i p, k 1® 1 .19 16 y W. PPE 16 161 y 15 16 1;C3 $ 15 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (BOND 2014) WATER LATERALS (3 OF 6) 4 Ed td L J ii 11 �— 14 W 14 i 12 12 12 12 %2 12 W 10 10 10 W 10 0 0 8 0 2 5 5 6 6 5 5 6 0+50 0+00 {1+50 0+50 0+00 0+501 0+50 0+00 17+50 WATER LATERAL WATER LATERAL WATER LATERAL 0 STA. 18+69-82 (LOOKING EAST) Co STA. 21+57.48 (LOOKING EAST) 0 STA. 24+45.55 (LOOKING EAST) Milli 4.111.31.1.111 w is .,o.rar.o.e~.arao LTIo,aeed..P. °"" 0 14H 26 w 16 21 0 1 1 4 6 e e.Yrxrfm lhs' -.D r2 EDP 65 L,-,;°50. f -.7--i; M,�4 1�6NE TO COST. O EDP i.. ', Lr rw�s 2EYMED 241442EDI - Ip , Sin i6*l¢.56 St.fe •.w.1 :1r J oJEcr conreveunav 285 41.7 e�_ 2r fiv,o �,■ II14� L t A 5. as eon .,.0 ,1 .�rdiz E-Iit ,ei.�.� will 1 32 I I 32 e2 I I 32 "EZ220 Y } 1 I Ill sin :e+sfLm ' I L� :1:1 4 34 MI • 1f ao i eacamENT 5,..-., 20 30 a auaWur A� 30 1-B'22.Y can (5 LT 1'68 SII wD ' yypuR -Mix 1 ii i _ F t u LL i ! 3 1) 5 ,5 DiE ! �.I na CAPHOLL LN /1=601.16 9 F.,.1� 45 6EHDn c ]� P {t: 28 z I ,� ,� iI Y `}L,L I Dg ST#as.35.5D W 4Y eon R .. �, } . W ss d — p-0' CewEL, 58 e' POP 1756I CDUPOUC SYSTEIt �` 1- ,�la11 sr. 6+24.1513262 Y - •k, C® — trII ¢ rr [TD 06 1 a cas 0wwee7 5FiCu�4 TO - caawar6lre .era c+rr dost. 26+2853 .e" i •caaxx'arm .nxr ae o ze ze zs eE9FE3EviATm2 uW ASLtQ'CT • m-.0.'�B • X111 m T - 5' WATER .� -YL5 5" x6161, CL a ALL rz�ss r 11 1 l affil I °iII I11t l EfJDe] � ,fo.E 566 ammo SaEET s L*D BEu SE mm] Ruuc�rx lT� e[ xvu.�1 �.■ 1!-! ` I ,„� 2. 2. I 2-5445 J P.411 ,rir 1 _ 5•m• r lik �NIE�IgN WATER LATERAL STA. 26+28.53 PLAN22 1�. Of, 22 zz 0.1 n� 22 f 1 l wrnF-L110m -- 6094.9 w.r4 rew MY J _ 4 ^,,IR I _ Pk I �. - W xD x61 c. I q �} m 30 MCP:, > NO. ER-3667fie, CONTROL .M.7 41.0 610 y �5� r 18' RRTED I, f ,I 3 'yl F '2. WEE s. sir s. 1 i i • "' e waw 04�ww@ai co � • Q NJCWEmr 'tib 7'�p1 UNE 1e ��I x hfig - �aI Laic �o, 15 15 18- • 161 26 61AR0LL ME 20 'I �' r S 0-WNW nDlea 0. z-eYrr *e8612 air 16 ,e i J ` y 6 TEa 16 V/ � GOLLIHAR ROAD IMPROVEMENTS �� KOSTORYZ RUM➢ TO WEBER flaw Imo' (BON© 2014) • mC1 a„.17.(O WATER LATERALS (4 OF 6) mem iia 61:8132 uNLL 2 @ 4' 'I � nnI rtrtpc� wi �� 14 I I' Em 14 14 4 a 14 L_II1 ) �, h TA 614 I- Jr-_ 1,- �_ � Ta 5'422 RCA. BUM r G- t� "/GOORDEMir . I 12 � 12 12 a>kP 12 2-57446 865E rx 8E50 l 4MiaYSE NR91 NW__� UD 693697 1D5%u=PF I E - eL. 10 10 10 10 Nr k.lECAI :1 I 1 ��, L P- J 0 e a 8 t s m ' 11 1e II I l' ^7 .e 8 6 16 11 - 11 LiC 10 Il S I. 14 11 d 14 0+50 0+00 0+50 0+50 0+00 0+50 JI 3 x 'L 1,2a WATER LATERAL WATER LATERAL "---I 12 12 0 STA. 27+51.8,8 (LOOKING EAST) 0 STA 30+45.44 (LOOKING EAST) 10 10 immarr 0r'"1 0+50 0+00 0+50 WATER LATERAL 0 STA 26+28.53 (LOOKING EAST) HOPIEONTAL rnawc casle 41 c o,xe,. ' .,.e.*.ga o nm ,o.o.«.u.a. 9.944w4 D ID 2D' 47 55 45 D I 2 4 a er 99.1 f'6y i'•".�'� 39.7 41,• 494! 41.0' 1 49.0 41.8 I I 32 24 I 1 ¢11L5NMENf 'n� SM CO,123 '.10 30 i 3p ]0 :-45 ¢/.16.NT'A� ,� ¢ NJGNMEHT -n-. i1 H 3w i ! *IIII 1i = S ~ s AOE lM = ' s vaaR -` w, . Ps.nJ �9.c • : ?0 96 C 9 .„ �R]My�i ]H ,roti .m.;CEx ,A43 T 1�, Phi AL 28 �Cr. ( �S `a strt o 26 o1Fr�Is i"j, x y SO0S 26 26 re..,. PIPE 26 51; +� }{�unY �6 „_ W �{` [I1-1013 W a e 1 1-616 WO�Bi 1 1 1 2 Ca. 24II , ' za 24 24 24 d l li P {m x4Tl 24 1 -16*m• TEE Y /. m —/ II 1-1 M,6^ 1$ - GViB t77, e• CP I NCL. ALL R�-0.dQ-t W. g \lila SR 39+81.61 CHET: , R sus 4 .. 39441.a ORLr -xl.'/C'�Ty� 22 d ., 22 22 e6p )66 " 22 22 1-1c wa9 i. _ 22 'Pk 9E T -L •.� MD 6 �• �} g IAF 20 aI IQ 23 20 �"�'^d }I Iir_,Ii h 20 31 al I� '�01 2➢ rc rI, 1 rc n n 4 II RI ri II .a s• /` Cyd �1 ti f I. '�.� IF it ].I. PPE f �1 1) 11 . 6 - Err LF DJ.1i % 16 16 N II N II 1-B• PIDIICER 16 16 d h �•AS /8 11 11 I S Y Ones 1 1 g 16 2 16 16 �I _ I' L _ •1-s- -FRCP. .pp FH ida•. 16 16 I, n i6 L GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw Z, (EI N 2014) a,,,�.(O - WATER LATERALS (5 OF 6) mem iia 11 11,17 1112 Ns.. a �'h 11 6 14 I. 12 a jj C IIj 14 a Y e e 14 '0'II II 5 �IIN14y 1 l OH le I I 12 12 ll 11 12 12 M e 11 T2 LI Fig 11 FI Il o Eo.6 II 11 10 10 `--' 10 111 10 I i L I 6 a 1 6 e 6 6 6 6 6 6 0+50 O+00 0+50 0+50 0+00 0+50 0+50 0+00 0+50 WATER LATERAL WATER LATERAL WATER LATERAL ® STA. 32+04.21 (LOOKING EAST) C STA 33+75.47 (LOOKING EAST) 0 STA, 39+51.61 & 40+11.03 (LOOKING EAST) PORIPORTIAL EPA. SCALE NERTC. CRAPPIE S ALE uo ATAT korta.adarr T. 1.111•1111611111. 0 101 27 ao e7 err 0 1 2 a e e mammon 456-r, Ppy(sT nti. 1Pou1 5 wfdu+v+r'Ar� Ji' 41' 41:441.6 , r,^+ e Hp '......... �a 1.•-„^. /r 22 I I 23 %p' 410 3Y.7 41.7 32 nom... 22 1 m 1 2G rye •rI ECT TO , • `�.1Fa Ef '.e•ePmrBcel 'n i 111.64 - 141 f W m �. I 40 EE RI:WINEo1 I 24 1 2-.6%4 ' 4 24 4. AII."M ENT A G in. 4 AL 3M4ENf 'n E I % ti S t i I 4 •.es TE 6 PIMP- sot_ aoer:ui � r 1-1614• Hr- 134424 22 SUM, : 23 22 22 1 , 4' Ma 1 22 }� t //L/ �1 RoIX an 3 MI u ACE pc �� ]S . x�i 4i FeE1u 26 �. of �-� W' NA, <P� itJ / n: II 11 yy % [r5-n'E +—,- BfaEnmG h• 3 24 1 ME 24 x 71 / k2R.)� 1 2a 15 1 11 .n ••• Sa 1� 11 w� FESrtu44M. J S 5 5 1-14'T' TEE RFRCER 4 4 EU1 21 , ,- 6' 1-Cl6n 22 222 A' 44 1111,-. / 22 16 1 �� 16 ,,la it El. 1 -IVO. TEE PP[ - •,4a / 1-6 me — i r� W 4 a A gl f--1 oq N 0 Ip 20 20 01 6E60 -.e 134 34 20 14 ry VI -'I r r P �4ax4r S h-1 PI 03 r , . 18 11 e64W 16 1a 1j M # 1 18 0+50 0+00 0+50 H g WATER LATERAL 'N STA. 40+60± (LOOKING EAST) 16 ff 1 16 16 1 y f0 1 i6 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (EIOND 2014) WATER LATERALS (6 OF 6) dI 4I� 35.0. 41.6 =Y Ih d - f 14 S * 14 14 1 • ! 14 C 4LG644047 'R' I 1 1k''��q ' 22 314- 2B 4 4 .. 1~ 12 s 12 12 h 166 TL 26 ' _n1Cv 5 EA PE'R5u0�A1 1 26 6 e11 nEMr�1 EMT (F0. ACP 11:1_in.' PJ CT 1x �3 16 10 10 ti 113 �maS1 }, 1 L n 24 I 1 i 'I p m 8 L__J B a L__J B I o \‘'. 22 ,- 1-i �IEIy v 1 22 RmLX-M a• 11 0.1. PPE 1- 4',8` TEE 6 6 6 6 2E MAI - 01 ,fi�rr 1 -aa' PCB '4'13 2 llII 11 sI1 14 ii , iI 1a 0+50 �0+03 0+50 0+54 0+00 0+50 _ f Sr 16 pip 1 u u ^I p 1 113 WATER LATERAL WATER LATERAL C STA 45+75.26 (LOOKING EAST) 0 STA. 50+16.62 (LOOKING EAST) R s.4 ma „lj 14 p• u KW 0+50 0+00 0+50 no WATER LATERAL 0 STA. 44+75.75 (LOOKING EASY)w. is "'° "Lai we, R6 XO166OT1°'4"m. .".,a. o lay 27 4o e7 ISI. 0 1 2. 4 e a GENERAL NOTES - TRAFFIC 51011 ,ERM•,,, 1100% SUBMITTAL L1i�A0v111 5�1 +0 11.4[01ra 1.081011410104410165 E N4141LTOR NU MIT TIE RROROSED 141E Nemo NU E0 104€ LOCAL CP51110.6 TO iE ENCOMTEREO. ORTNM PE 145 A THE W 44 0 FEES 5E00RE0. 1141 OOEF RSEA0g1 NECS51R0 TO AMORE A 44.41410 565100.015 OF 145 P446 T NM BE FOLLY 814* OF 4(1 01.4441006 Nb 004510,5411 MACH 111E 04114111010* 41sr 97044401/40 0414(0 THE tldK4A OF 00,041001111 011 14114115 RE10! 11404001O B. 141E .4.41110.44 BILL (E RUP06RC FOR 40NO 410 G No 50411 144E-511E L0Gnd5 FOR 419100E OF 4(1 01,400NM 1[ u64L 441E 01N 144 1141 15)640-r M Ar E01140 RAF 0. 5TE0HL4 14110/04 EOOPLE)11 NIL M01 1£ 510119) OR SIR RLm NM144 PROJECT 14115 110064 11-15 w HONG. I" "'• 454 .t/'' ;i •••�•••�'6kl�f"' '1" a 1444.1-`41 1 4110111 A THE 0041010/04 PALL THE PRECAN1CNS TO PROTECT 41951110 MOTES, 441 PIPES NC 10114414 0(415(0 9V TME OIN1R4141CR WILL RE I 114100 TO THE OWNERS S ME...1ON. WITH No SERNu1E PAY. EASING ONOERORCUND MMES AL 041095 /r 411140 ME LIMPED 441 109016.41E LIUTNIG NCA 44104411 MMES 44000 OP410 T415 NS SH0w1 AN P4115. 411111 PE u1C1ERED Rd THE CONTRACTOR A40 4400]14 TO THE A1E0mg4( OF THE DOWER NC/OR 144404101041 TIE0 WEIFOI PALL NOT RE PAP FOR PRECI1Y BUT 0406gORE0 513oilEH1R1 TO THE wng8S 90 RE.. 8 0114141L PRC 095001 AT A IMAM O. 1r IMP 9041140000/0 LRCM bIHEAx6E Skim ON TIE PLANS. 41 10404411 410 1L 440u. A THE 565u 06444114100 NLL 1£ f9WLLT0 16 PM on SPECIFICATIONS, UNLESS 110404.5E NOTED B. THE 001101010, Nu 00000081E 110(410 5411 11100. P40E511414 5414411 1.4046, 1018 NO 14101110101 0545106 0110 THE Cm Cr CORPUS 0106411 1510441E 510615 09594. 091101 10.41 511A10 AT (064) 496-4610 100 041E+15 PRIOR TO 464515 WORN ON SIGNAL C. THE 1RIFFIC GM. LVOROLLER PALL 6E 50061111E0 6r 00/1010/04 MU NU 10104E THE 140410 CF EACH RINSE FOR 416141109 040 PE06044140. THE 00110140194 WLL COORRINAIE NTH THE Cm TO 040.4 TIE 944011440: 44404M414101. 00440/104 14.444.44 T 1361) 10-1040. 0. 00F0F1C LOCADM OF 14114410 GPM. C 14141 144 41040411 410 X11044440 00l ROLES RLL RE AS SWAN ON THE RIMS 1441 ASTAL 410 Sr TIE EX04EER 0 THE MELD. E R 111E INTENT OF THE PLANS 114 0ECEPTS S TO PROv1E 4(l .4641 EMINENT 014 11.410914E FOR THE PROROEED 41041L INSRLUTON. orw RENS 46404416 BIR 44114E0 ME THE 551004S5u11 OF TIE 4,.1410100 014 WILL RE ✓+090011• TO THE APPROPRIATE 90 11E4N. F. FQEynew RAH WRNS WILL CONDOM TO CURFEW AOA 510101x05 ARO CLL RE FRUMP AS NOT40 ON PLA46, P041411 POSH MOTOR o9OPLOYT WILL RE POLAR% .4.41101104 OR 410511044544, 9140 NOBLE 5515 RISTEN 10 PART OF NM MUM LENGE. R5 1AdvED BF THE Ur OF MOXA 1HII59I TRYFIC ENCPERINO 4ETMI4ENi. C. THE 014110 TOR NLL 4440.16E Nm 414011 n 14111001 145Pt-OR mW} 04S1EN. Ml EOUFNEM SWF_ BE HONED 41 A 50141141E BW CWINEI. THE BW S104E11 A-RLL 00WLr 1110 0414 OF C001 0,0641 511014011195 '4414444(4 4000--0, 44r4140 MA 54141 00444444". P*0604 00400 40456 4404 1080 045 11000.E IR 410411141x1. H. 141E 69011510400 6. 4480641E MR T410u01910010 5551 044100u1 444140E MDR '40 00(4461,44 141E Lm 141044441 1141 4011414 1. F040014141111 504(1 HEWS WILL IR 0010650(414 44.41.441 P01E0110141 5651L BCM 000400111 LFA 1000141 445 100 LROE 144501 04 1(4(44/1440 M0041 1. COOMRN14 4.m ELECIRG 4ONPNrc FM 4400* 56961E 10 PROPOSM 5104!L OPrnOt1,Ai N. THE CONTRACTOR NU 000001411E 91141 RE LON OF MINA 0406T11101C ENONEMNC 4EP5r40R/1RUTC 414E 0410141 00 HOPIS 0FFOR0 141/16144 AN THE 140 0400 510441.4. CWTK1 T004r 51.649 11 [04) 695-1610. L ALL 11004411 3141 4118048E 'ELL RE S0Ri65 OR 41. NEL STEEL THAT 0n46O1d Sur NR !914511016 LL ALL 010040 51101 HOBS 4(8' 010401410 4.0 M 0,40 1140 510411 HERA PALL 1E POUTtRBONIE 115055-E6 nLL BE 4LOT104 TO mum 0R FOWL k 111(4 4 4444h., U 011 43 i i 4g r 3 WWW GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] Li N. PONnAC10@ 4.0 11x5140 440 144 L01Pu5 CHR514 SESP !L Ul6-5 ST50505' 04111040 4 410 000441,915 UN40R 5P0C5GN0F1 0 00M/MMA WILL 140101 ALL SG41 4O1AE5r 55 PM Lm O. 014495 CM61 SPECIFICATIONS w0uG40 4 90 050541006. P. THE 5141 5.155 4400 444440041 8040443 MR 141404411404 441000401 Cam. 414444 16 448104001 414(4441 1140 5440 P4146 MR 04441105. O. ALL PUSH MOONS 951 RE '4010554=41 PETSTRINM SDP_ UH15' CAPS) 010 911 NEED TO RE KLE559.E 1408 541105141111.411445 10 MEET 1D1 55 11041 1b5T09 9ECURE404Ti R PEOESTRL1 PDSH 01111144 NLL 10.4104.4 10 0x0816011 PDA STARDOM 55 911 BE 4.0069941E PO4E4TR5 40,1119115 OONFDRNNN0 TO TS RI1.1. EACH 10141441E RAH 00140,1 51 156 THE 44.40.641 4401/1151 p 4140 011101 LOCATOR 10E 4) A TAME 14M10 b A SPEECH 4004 808141E FOR 141E Wu14C Po6UN FIXATION. Mn 41) A MEECH 14150 IRMrd1 4FDANTP4 NEMSME. THE 55 9140 VE INVONANAE04 B1 A mmarfaCTSNERI RRRpENPOPE 44 14CCOR0+IKE FM SPECIFICATIONS +110 TEWICA R 004100194 NU ESE '14111 6' 1R1FFIO 55114L CNLRET 010 'ECCn01ME W5111 ATC IMP IRE L' 510444, =MROLLR. CONRCI1ER 51-111.1 INCLUSE MER PORTS T. rimem 0L.EIROIIE OF irr 411016 RCN 44,414, 1110 40' wows FNMA mown ;FALL RE 114.4111004 MINIUM 00995540 TRAFFIC SPN1 MOMENT NV ELECTRIC ONES. 0000440) ammo LIIE5 WILL MED 11 BE 1454411]) FII THS M101E:CT. COMM 141E 961 MP. u. NMHl641r U4HTFA STREET 44.16 NMS NLL RE CA641MW 500 OR WORRIED EOuRL eL161NTE (400441116 NIST SE 44Rp4ED 4(r THE 11144 LF LOWS CHAMP TRuF11 MRCS 004000 FOR OSE ON S 44904104. 1154 SOO Nu 541 55n0, ON MAST NL. x MLR 0O PRNB THE 56.4144, 0NNcr 1414 Su085 AT i061j.6-1 mu Fog 4dTMcn06 140 ORM 0/041 50111 CA6Es 0. 991 0181 0011.1101 44008 11151104 To 50411 HEM MEL NOT BE BOKSER.. 11 TORUN, 51410 1co55 ON 5651 POLE Nu Not BE ON THE SAYE SEE AS 145 PMHY 9 1400 Mum 1041104 10 WO* 1011411. Y. 115E 40[64111 roman MSE MR SID. Dm-mum 440110x01. 1. 100440 040(1101, .4116 41111 0 5C041656.13 STR N i 72 892 A 4L 1RYFIC COMMA_ *MN /N4 904106 MHNL BE M 4041001x06 1460 TIE LATEST CRUX, OF THE TR145 844111 DN 04401411R0FF1C CIrt40L CENGE5 4 04P1fi511Mw Moen) 011 100E5 F 6400O101 5111101405 Bao}41 - 011414-44. 94404-14-10. NO .2115-14-13. ow 101441 411301414 /E 138089 fillgrLAAMEElltAgile& ,ERM•,,, 1100% SUBMITTAL OF AMar w ...�...g IF il9la • ram NO. o®c. RODE Da4gFTDN u4* C4CLNARIVLA} 4. 5 * p nl 7 � MFIE4812 WCuamIT ail NC PCs) ualp LF 11n NARR1CADE&4101118. *roFFE ul1ECNa TRAFFIC 204441.CONTIITCLIERMIT tens DAEeBIw16e p11B44 ismo 417449 L 144 11841114 PER 991494E W 1fl MET BO4 UE4174'F49 R9 elelEll BIC 03.110/161.8.4114E L ias COMM. NIIWIAF® BIC COMM 48.4114E E.NIwNUm FL Dw NO TSUI WAY CAMEO mxCr4[I9A.1 L UM i y5 r L' N� a AMGY MOM ear i44PN41N4Eir4El BOMA VMS .ra¢u uw0.E@fe 85615 4.a10.EE1N MUM NOLA PRE *wN EMMA MULL NON iliF ND 44 4.8148 LED �OF1411 • fl.144 841.118 444 *.14.1, 4 e MHO E..4NRER EA —ii 1.1i1 !MOLL 12 PICIOEN1CLEFIGNAL IEC,10,1*. 3LOREOH4LNPIATEONSEC11010 F1AFEmIISO11w EA EA 4 4 I i I 4 - dP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] I !11441 narRLL mrsa-Tan,- - 46U mix La 4wnia4FAF. Iln814!.t u 1 44941 r u 1 TOIM *r�ili1aRF.U,H ca7Uq LF ms nal401, 191 1.4113111,,,1“1,,,CORnp LF a —hi* .I++.,.a7� Li m4 — R,Ta. max 191 84111L Fi..w40169 LF944 —ism 4*O i... E. 4841-4444 E. fiTri LEP - MC1,24F4I E. 4*meta SECIF974LED4.Rn A4m . s¢IF11ra 4.44 rFE4 EA to sesEr s¢IF9IND 4.44 .L.4.14411961 EA E®IFm FNACximaiNFENFw 14 MK. C4ExE*NU4 14444E RAM DETECTOR Nn1E4Rf T444*]EF4 fl19 1 144444 Tana AM. DErEc*ORA9EaF9LE rwestunaj a 441E 9u16 DETECi4440Ll1 a FMNgauL8WATEE.E4COP TI4444N.u4 VAC! aE4 MyF41 144 ; 44W 1W 74E44BN LB11Wi ccv6444144444E)KCWI E1 » PJJ1041;CEa1 1 » I44L44 4.9 SI » 814* CeTve NqA CCAaAL RARµ CCNNDYCATpf LF N 15 = 11(ar 40. riours16 11 — 0119 9A'EGF1CATO.9 54.490409 14444 "44444448104 1494 ..11.)41.E. 46444441 4441 OE 44449450 94 GR' MC. 10 119E NATO 0 or 1 72 STR 892 E1549F1 Cm 48141 /E 13049 EXISTING SIGNAL HEADS IRIYIVIBIGI IRIYIGI EXISTING SIGNS 5,.f 51 az IV OMIn 9LEr ka a III 1 s I ' a / IIS ..R 1 ime... 1 ni IOW 11 A � `a 1 1 R I I 44 f I • 1 ! 1 RE/0E ExIS11r10 SOW. POLE I 1] ATE /EH ELECTRIC ` I P " I r MOWED Mot/ .402CATE LCIEMMiCE rEP msr. FIE MIME no. Mc. CORronCTOR SITYl LQ11G0ICt 001 NUEPRI lO REROuTERE040 ELECTRIC w� PRIM TO REMOVAL jSEE c r I ® C010011241101A i U€ U 141 POE a] ::=.._.._.._.._.._.._..� ��I'bIl� ...�_ .Ira "°" n MEE a 1 ' a ---PM IMRE. LIME01 2 -•+1-11- BM .,,,F Ino —. EMT S,TR. _ —• 1511 warn SEM MELAE 00 i 0 I nem lox cancers i OOLuw+R ROM OWN) T.— ut,T, as GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROM7 WHO 3014] Le 25+ CIO 26+ 8b [.+W 4 ""`�'x:E$"""" •1, .1 - � ' _--_ -- -' -- -- —=' - __ - 1Iti llillA/Ffi : i\ Tf�"'�� ;� �E1ariroE�1 WMA O1 ,.. •r 1205 4401 2UE0 I ,E POLE SOIIAL « NOTE ., NOTES: I gI 1� ts I '9 •h f� 1• I 4 1. 140110 6 OF X11. I00TE5 .u6= SRP102110TE. Lnr0YC19. WILL COWORr Ll 000 OF 01111E5 er THE FIELD. II. 01ST146 SIBYL rat BE 0.01:0012L wrt1L 5Err EId4L a COPIPETE up SEAM i0 @E 7110.0 04If. 1 011 E,1 112* 514YL EWPYETrt 11L110r1C W0.210 BOSE5 LL RE 000009 rob iuwGEOdE>_ n0xSOEL TO THE CRr Or cORP5S THO50. [00001 Tin 54PY5 AT (041) -20 -Taro TMO ORn ARO TO SPLwCE AOELPrar. 5- COMBI,aE /EH ELECTRIC COKNwm PNd1 TO 5ExO*L OF 9021- FRES 0 HO0HYE5r r4 COProo Or CO.H920. i i 9< C SP @ sag/ O3d RWOWeft STR i 72 Pe 892 015000 Om20121 rrE130B9 4. TOLE .� Hon. R �. �. ,ERM•,,, 100% SUBMITTAL Leda.N01 Row AB * YI "" . • '�` 4114 ,fW:`M, MIMS 1. TOO uNe AL911ES M THIS MEA LOCATEAALL 9 Meoa b OMwA 00 ��;1 11 PO ]T MOREL 12 12 - 2. CNTAT Aro MOOR TO MEW= ERsii t min me MSTALLM NEP F01M0OON AN0 Mil 1 CONEPM ALL EASE1Em ARE CETNNE0 PROLE TO 1 Y ; M CONTRACTOR S1µ1 .5011041E OATH I Ad TO MAIST ELECTIRL P1.E FEW- LEGEND POLE TO CLO OELOC lE El1E E (- a e �_LL{ N 10.1015.4 0E SW. [OUPE�m. IIF E + I' MONDE ,OEPATE CLEARANCE NCE E AE �lM. SES Epc �0 wSi seE 0.01 04mcovsED50 Rou�EC 0Tn TO MT. 7.11'x51' EA/NNW 501 E GEE 21 • 11�f ■ Ih' ■ 1,. X17 �y rj ; I ® .ROE. TM= MAIL 9369ACo-RR E F-.� 1 PROMOSm arc. SdN. ON ROLE 5 - MIOER.9d [w CYTMA .11 F Mw. Mm*amw Nuc LFII MOLE A El EAO• NST MEET ELLS= CAE `. 1i _ .� I _ (AT OST MAO mw 10mrE� - CONTRACTOR Mail LOOMM[IE RELOCATION Me}'. wAn .� OE CUCT •MMT 04TH ATELT IF RELAPERE RROE. da M.Am pETCCTgR dvOE i FIECIWIC ORE wx Ryx,E TO LE pEQRpGR2m R Phi 115 MOOR TO INSTALLATION CP TELAE A. • R.0.N. pyRpMrEE LATH AEA. }�•1 . C'+...,„ EMU M6TAILREO Md.= MOLLS 6- 1.011. rrn cwHq 000ROIATE MIH NEP. *- 9.10501 aRERN.N 36 0i 11 .l 11 117 C.'-' • e--1~01"-:--R-+YOEwx+--r` NAM. COWL RRE 14Amoi r 0 . ] : i Ma 1 A/ r �E; - p'., .f� ��,� RRR.SREIELL H. MAMW `r f LE 11,E O E9ESAINE H. moved L1 IIIAR Pi O `Z . . IE ply�,i�E}wRl O Endow51 j ii y 9 1 II a _. gm �. C..'111,y C1kuIiER kq0 •9 _ }�. • E l -; _ _ _ •1 _ - Odd Ire BOCr CMN �l' 1 1� - - _ E., l �� ii - . -u--. . . -.- -Er --� -mica sR•'•91YE GOLLIWAR ROAD IMPROVEMENTS NOSTORVi ROAD TO IEBER ROAD (BOND 7011) q 1 04 555��� E A • l _ _ ~ + .�(] FENCE • W� ..111111 �: •l� Ni . P31 JI, 04.1 52511 LME 04 OE INEi1 _ `- -- -•- .- NOTES: Rdf. aR>•!ifi• 1, ALL IS RES FOR ALL 110 Hr RE1LC S MOG ice;. M �I 'A' Jirds`- 1Tdt nom 41149.1305mra 3 TEG AOM =ARM OF SWALS GIRNO =AR O COIOSTRUGipH. iA ■ UM1 M = r 2. ALL CME 01)55 IN COOLER WILL SE 0dR1.1040 TO PROMO5F0 5mn ELM T0R ERUE 5051051140 ew, r7H Y [EEE+) wc1 Ar A. SuMITTALS FROR THE MN5IF�1WER FOE LLIANNATED STREET ENAE 51[x5 5211 RE 51MITTTEO AMP iNRRS.EH er Cir TRAELG I'-B' EMRSE ENGINEERING 01.710014551 REFBRE SEALS ME =EOM df IN LT. y1`R n i.45%'.•' 1 POE O �. AMI) S11 • !II Ca' mu NSA POLE LOCATIONS 4. AOM TEA. CESTREL =ORES MME1µ ONE `9 2440 MARE FOO LO.0 CT ub 0Sdw5Etr OF ELEC... 5590E S CONTRACTOR MU. MADE AEA MSTALL ONE (1) MH0T0C0.L 00110.1 . Ng SENM1E =CH 1OR' 111 1150 WM- S 101401(1110 04. Y5r Wen. AND ALIGN DOER0 50.11 TINT MES ME 2@M0050NAR TO TIE MMROACH THE 0W MITA dM =Es. RASd991 1{r• 1'■i �� C GE + ROT m M u oa.E TO F f Mc EOE TO Tei OF rN. lb rta ppI 12.-p' 7. wow. 0.09•79"0.0 o1En9ER7 ON HAM ARE55 w' .2P01.1.E A }- TO TNR OEN =OEMER. 4,01.4,01.RE UMW. REEF 1100. -0 122Ex 047E O �p A l Eg5TM0 SIGNAL 011.1. HE OREEAi1de1L 1111E NEN EIOwL IS AEAOr TO OE 79.17 ON 90 OEERST diAL 599 HMO5 5211 OE NVRE0 M 11.1.. 591 T1E RE. SIGNAL RECORE5 OPERATONAL 5 NuER5 FOR ILSN 115101. 'rain RC. 0. =PROLATE MRI OTr TO =ME 9LOOw 1100 599 1111 OE E 10101 ON 51sT ARM. 1 1 17. 501E ROE= poN9C.' FOR KoMe 1.0FIC 44 s. PAYMENT 1ri• O E M91719INC. MEOEgIRIM+ RANM oESOr., M.o anon 'RO'I'L 5211. ,z'x p trx °2"=� y>CIFIp4 y 172 N MO Oa.4 OR 5710 892 11_ WY PRECuw 101 OF 101 'AEEE1 90015.PAGNS PEN rad. 4,9 , ud Pal o SIGNAL =MAW MB 0.1450 LME0. COCR01w1E NRH AP PRIOR 10 00111: 04..E 15 400TE0N5 ,w NETAWMG 510.99510 ORO 5100451 ON CL1MN+CE FRLN ELECTRIC LNES 12. 151511LTOR TO L11.40 CRO HES. MAMMIES EASEMENT MGR TO 190143AC COMIE521140 E0µ.909 N CHLACN 911=170 I fG1E c 517099 =PROW jEI PROP. SIGNAL & PE€3E5TRUVJ HEADS ILS/! SIGNS ON WAST AMA 1100% SUBMITTAL ars SCE, 9YRa, en., larg l.a ,. '� 1Illrb (LELj MOP- =WOO.. PRC:- 12• LEIS PECESIWa FEAO CLEM •!1H p21VLilE 77,, 10 fIRIYIGO Carroll 44[10 r' /''�,� Carroll4201! 5,0,]A a' 1.•Tr , M PROP. Ir {LED) LFMB nw4.^ Org., 91CKPAE apiaa-*r;-.'--..,-Y.a.+MNatl P.....,-.4-. aww..w+.-r-. uaw�+e. IIRIYI-5r-I -1c1) s. 1A6.9 PROP. SIGHS (SUBSIDIARY TO REI 680.1 �1 Rd VoIllhar 3500~ Gollihar 3800 te' r L' GI H ' (..3 wi .w.Pi L 4...`.RQ-sw ., Mw. ..0 ori'.�.r-.�- . a ••• 010-11a.x.fawl ice' waw Owa.x,ra-n QR, awrw.,-,a. Si S5 (4 EACH SIGNAL PIi4SING DIAGRAM MO SEflUEHCE R i c _ P GOLLII{AR ROAD IMPROVEMENTS I OSTQNV2 RWO TO ■EBER ROAD WHO 3014] SIGNING ANO PHASING 04 07 RIME IOC MM. I-) m 0tNgl i t. it 3131 s�Pws', 3 �d ; PED Ci 63 fB P Pli•SE ON oerE MC wY BE SgNOED •Th my PWSE WI THE QflER pine ON THE $.u+e SIDE OF THE IMSIaE,i sm10I 72 scmo newc 1a STR 892 013096 014 Rain /E 138099 w1nIb6EO 1]tl1101ar SCHEL41LE ,ERM•,,, 1100% SUBMITTAL LO�A6NR5 1 9414211[L '.1..•... ... t" ,99 ...11114163r I r r a 1 r r 1 w II o CAOAT aa -I. 161111RcF LEN6 IDE. ml]INRR44RM.NI r 1 1 r r a r a 1 a CARE `€ OR9ca cancraLw..IN PAVER C466.1260.61.40310.111C466.1260.61.40310.111"oul°mucao 1 1 _ — co pa on. om R 4 X 1 1 3 4 1 1 1 1 =WO u4rA1 xw.aO 1•1 WADr.4cwio9awRMAw aar.L GRA' PRE 1 1 PPR R mwnnCamaALA1Ma accaVORPPOIR.P.WPAD W. IRON MANN iii.s ; 1 1 B 30. ME A 1 6.3 id 11 4143/CA4I41MAM Wc.T91k A'MIR4M1 WA1 1 wn.mPl..e R.ARp waw SOVEXCE. RM9I. Rewe FAXE C 11 21 y 1 1 i r i0.6100.1.104.0APRE. 8I H� ,1s .w@ Ra @I 1 1 mAx 10 13119ARE RAS t 122221 .'.IA CP. 1 . • /8 OEr2O11W 04 22124 worm. 2. ROTI 12 IS EMVIY ClwW1 FAT RAUH a MIRES FARE iPut p14Efva t ES 4wd Iu.uwexttl�R PIIOPtl521. VOLE SO12O.LE A]wm4Ww 114 C1MXa311Art If Di Karn, YBE. FUER ERIKA R SErtWMTE 1Ei* 45 MIIC COWECIINII'. Oanda 51014Mx TO TIRO 01 / i i _ e WWW GOLLII{AR ROAD IMPROVEMENTS XOSTORV2 RWO TO ■EBER NOMI WHO DUI) FCLE R CONDUCTOR SCRUMS POEPEDEOPELE DORM. ROLA A 1 C 0 7011131 11111* 1rw11R 411r1M 2N131 POLE EOM♦T 11310111m APS MESSAGE INFXRIAPOM 1100.141130133302 w A@ Mo w PEE1OEOAr4R5 2143411 VALE FHACE IESSACE 111•IPME 19911103.911TIVE D. ... me DDA ma AO ma NA an Off II 'R" 41 43 MM.. IMMO. ASM f1k.1A1CION ISE. TO A@4Q.PN441PRN VO is Y E 14 rw,.r 242 9w*4A WIRER Rpm, OM TOI CARE CIRCUS] DOLLIPAR DOLLED. MACAW.. 6.63.01. IORWP1ATIO ulWIAI pp uO1�i#R FROLL 1441222 42MN 4 C-42044* 0433 VAN*VV LAVAS i $ 1 v PA 4APPIOLu DOLLIPAR DOLL... WERE .1cg4R IP AMR Ma4.u1RMR 1141014A1Rw 41.014L1-RCOA.I4AM 1109044k+1 ] 1 2 1 n — T411CMLE.10 WOO 4221 Ma 4 2 2 1 `12.21.361. GleSC. aemnEM . PO m DOR.. AT CARPOOL DOWN. cou..IR PR@ar40*14 v RPMCARE,cR FCTART® PAR 14 m am Agleam,* 4 0411100.123 caE,arna4 MMOL v 1 v1 • 1C1v 1MEXw COW, C.&E DV. 1 ELECTRICAL SERVICE ❑118 s 1 OOT A..i.. nu MR4NA11-141 424481 ME 4CIWC7R11 A ARO 11224 MT1X MP1RME IID M. .INP RUM CM. I2. AMI MALE LOA swr, ra&r a 7z „x1..430 STR 892 1 RCRRXnrla4wwaXm9aLrRA lam -an M MT 4. r, RR L 'A'" R E13E1303133Orr 4*1n /E131,59 ,ERM•,,, 1100% SUBMITTAL I aRa[CI35 MOTES: or 1- �J. -• j. tonErbi JEkIr t spa hs iiala N BAB 3� 9049 re 1 9 31 2 9353E 5 uA 1nRRE ' FBIT 1. EGUNNENT N•r+GUN 13011. ALL iO3 15 NOT S€ EN CuA Bra. 3a 9bY1 IRa AWL Al 0 � �,,, � 1L 1 NEED TO 3E I.Ifi^FIDEP U1 L2E2LRG 1•11211G F ��r,••j-r (IL `�� L11122793G err Ir LIIIMP L=J CL I`r� 0003N•ENI .3 CAOu135EL •S PEA NEC 33 FMA 2 VELE ]� ,+� F ® 0ONCEET01R5. 1! FOR EACH AxE00a E 365601.31 900E 0313. INNSI41 a8 PER RwuF0CIu3ERS R=^ rte• -rte' EC019E1ENTRN. 301 9X033 N NNW 01.21bAr. cLg 37# �! r. ';- 3. TAG w35 LABEL EACH FELO 3300 M GgNET. 311311 650E 0.9 Fp000 !10 ' -• J Do N0 i 40 lag 1. Gk Ka R0. S H0 �- FE9 TO -�•:.. • BOBTFIDGEND - 9LLE WE NcanTraprN3 - I91EEN TAPE NESTIF5035 - ORANGE TME .51031.RNI - REQ TAPE A. SCnwnc psi ENSLE 8139 TO EFNg09 NL 101E FOLLG3 41 NEC MD �. � TAam OI00S. MIR o.6>=rncw IR ELECTRICAL INSIN.Ni1I3N9. .I �•,�. iitiitti PROPOSED - POLE "A' aR 5935 Nola ® 1 © • ilii ii - PROPOSED POLE "6' 9wBRE p9F59d ar[L k S ! 1 S �_ Npp.i aS tikl .W 1 3 f a c SP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] 0036 30 3 10 3F50Y 303 ROAL 35 1 01113E 335 f Barer X6 3 IR Y 900E 13 W 1 0 • IL0 I3 Y o�9jf.y-p LRA©ora Y 3— 1 1 S1`i FM g� o�+/i p• rE 1 a3my 1 NNE N 0.J 1 /ER Ra ai21 • 1 1E0 60 rll a RED 33. 6 ,l:0 fll RL 3a ;!la 6 .�-R9 . : 0 0 g�� ! 4 3 ` gg, 1 6 pp lo PROPOSER 3ittiltt! POLE "0" mraE�d 3136E sff @� � II i 0 '. L. .�., ^" PROPOSED UU{;WWW; POLE "C° m9u�RwaR.91u vmi 0,or i72 Sarna oewG N¢ STR 892 _ !A 6130 96 Mr 00111 /E 138039 SPECLAL NOTE: YICJIONAYE VEHICLE DETECTION ,ERM•,,, 100% SUBMITTAL EnamiF'S 94:1! mar ma I.M]IICLE 0E1EC110M TO OE KCOIPLOFED 0Y IEAO5 OF NICOODRE OE STOM 515101 MIME PI. 0 5 LQE10 55 60F Mr0c0..E OETES*gA ;10 'MIL .IMME M insi. mi.wwr 0Mn.1001 DE,Ecnr0: •NOCES500 N€O COLE PNa C0TEO F11S10410 MIO WW1 FON 0 COMPLETE FOIC110M00 T►LFFI11 AOMOL YJP. LLOCAIWM OF O101,10o, P5 OAC 0. ARE r MW i� 0 0* K09. DOdrr THE 0E1EI.T01 6r LMw OM 70 VWn� THE NOV Ef1EVIVE OE tnOM ME& ! 8 �a �, 1!• A % / 8 Ll •1 •� �, yI 1 !!0 I N i, ? ' rodn• •• •• "'g lir t* C� 1� IM �` Y:rY � 3�F " � 'S 9Ca1TRI TL• PLL CKNCIN•TE TRYFX: Sld11L 1N1Nci OEFEC OO MES. PEOESM. ASDL TIMM S. 110 001 fATALUTMAI WES110.1 MTH UT TIIYFIC IUTAL 110015. ..r.„.... 00*ECOEw 000549'01 VMO DLL OE I05TPLLEO cvT10 .LA0 00411�i. }N1 11100E 1T10Y 410 EMR 901018 IN THE 1OST MM 40/00 POLES *LL 1 ME MTEO TOH1.. 1..4 IN `4 j 01 '4 Ni�• u :40 t l' IN p�p4 /41 ala �• v T f■... t!t, r,11 ■ 3 . 1 as S c r . .. y$ U I .� ua „...„ ,,,. 7.:,...2.„„,„„:,:,:,...,::,2;9S Nw ,! , _ �! 5 aaif! a fife;2;5fi .*:t)iil; WP it �a�. �a�fa f:f.a la ate. a. hd it i±.!. % !i. !l ; ''\ ..._ .............� .. !r l�!•!y.!•••!�. i!� 6 Nf' ' • • GOLLIWAR ROAD IMPROVEMENTS NOSTORVi ROAD TO IEBER ROAD (BOND 7011) 11 • 4t 1• 1:/•:,e�lal� lillal: !li �� !lilai A!!� ` G'OLLIHAR ROM OS 104% M..' ��*; 7'l*f:•i i i��f+a5A i�; illi i' .' ` \. ZFAeod6(21 M )r. V iii1 ;1 %.. NI �d %: I . DETECTION 2DNE .i N :4 Ji N 0.4 jjIN 8 a ya• XI e: et 44i/0i t I&4% 6 e NOTES: aIV. r aI *� = 108a 172 sora 00.4 Kr STR 892 .1111* *mot TO 1E 0.FI, MY torten 10E.MMo 0 AL 001-04 errs00. win. 0cn 10412111.111E00.001 517009 PrP 101001 ial ,ERM•,,, 1100% SUBMITTAL r r>a 0L.t�ia., TM;S C. y'akl$i-P t �u Yne ii'Yla ' itl FOUNDkT[ON Ci51 CH TABLE NOTES. Fp31141ATIt3N S.A.NART TABLE 0 Fro .3> nr• L m i sx r .ratty r r ac.1w .o 111. �" deerildte Wel efor o.1 i° ime. an iomx� "' VST # nn, T •'•• �"i.S E,. em1q° yr,7.4- Ter ICA asLI1111a n. . Lee..,ea [cen1F[exrler M x�i Mrti r .rmx .a axN ®u i� C®1a,mx.. m° 1^ err Yo-. x-r 4-• F - u•.3 er .x• >.1 A• mp•metre! .....m �..1..r. 'OLA per a-1 'Ae Ya Ta • _g y L 30-A YO• 0- rr b 0..1. 1e 3 453 Re , N• ea r .1 1 marbly. Ur. vrsttw UMW! ® •bv 01 ,. ++j1 . a0-� i r e ,Y.O 33r a' *1 .x a° rare 1-5 1 • 1 er1 2 Y4• We.. Kr a elm - ......I, i t. m,=W41•,.ms� tr i.'r. M-[ 4 14 '4-4 r m.. lit3F• H• 14-I31 eF a^ m F110 .1,. s 33 a•. 3 is :'4°.r.,i$' .m .. 5•510 n. mw., In rm - 1* �`Iwi Y.K. 111. • EL-.1 Er 14- r1•e r1.r r,,• 3'W5• a 53° 3 in • 1.1* en sure',. C. Y..ai1.11441.* Igo r71411.7.1'7=11:111:. .mow•=n. 1 IU .¢'''x€''' FwHOArIqp.�� S5ELE�Tis TABLE s1AN R ws] 'freers °.",;,' PLuS S ASSEr41E t r r ;,�"1 .'a,n;,"" 'tr9 we r1 !c. •1a. H Fee 33 * Nr Mr a-M 1d VA 11. ..5.-5 ime s1n:r Tab iw IS s ::r_ MI. MOLT • TesNTE elect {i.il i C w �• g, # • a ''✓•� r 0m1 T a ,.a mid c mai[ m e iv Learn aoelrnua . a 11 r el 1' ,3R• i 1F 215" g: .a° s 1 W. r° r-r• a° 1 rr. r } � ua r R• ,f ee r' %• a R• d UN SANE .a LEMMA aw° • • Y.• ... R.. u° rete 1130011110145 a• s •yi ... € x�i 8• 40' d.` x 1a• u• . a• tie• twin er t413 Cermel • ...er r a a.�. 1 m.. MUM. 1x.11 E93*1S a.0 x°a A L _ � d• im 2° "a �'�i :ATV rano., m„ wader a.,o b 1' iia ,cep+ nm ' ro': JY` w". ,r.'°" •,.mfi .r.,. iy Sr.•.seri st.r' yt� we§'. '°r" m� a. ✓' r' •►11- 1Y ut40554-. ro arra +.utro Mme :: �.'a�ieai s xi rrrr �C.a... i Siegel • `m'..bi rree a rree,,.ei 'Mr., ry '€'','�° i I .erre.. le xw. N.a _ a iwa.°--=-..., -.±... .4"/ •-••..`r�rm. rt«i •-a° :w.i etr mber brie end ex Neel I lee w:ni Pr Jr L crraIa• SP GOLLII{AR ROAD IMPROVEMENTS XOSTUNV2 RWO TO ■EBER ROAD WOOD MA) .F.:rixe 1 ulEx r:'e. a li .'T1errle. TYPICAL STRAIN PC7LE Nn' !veer .' :Oe ASSEMBLY i � E ggn 9 1w m a 1a. err... ... ... ..�. .. 1err. ' .. .� , ,,_, , ,1 . �:� moi' e. ei.%rw.,nr1 . er t..i ."i... - ..4 I : rex w�f. 'moi °a�" ae Toed era ele erile•delm nes mre not o� . 1.171.-.4 e.r1.. ®'.r. ,1,r 1 «a'a. Cr.— FIN .52.40 •5105211 r.T PE s a itis r .e•.r,, •u.li. ilij e V .. �w�6.I! qr. s a �} i)055520•50 of Tramp:00,4P 24 TYP! ITYPE 2r ANCHOR BOLT ASSEAmLY •erre'• 9 :1•1...1",— INF��4 Cor-roI Lone 5 Cal Thor Rom TRAFFIC SIGNAL • .� �,r y, r'g1i�,e ry NEN POLE FOIAIDATION o, T:° TYPICAL MAST ARM soar..°✓ • ins 4.5+ CLErAT[pN wen Om°... 33 �`� __r '�" s T""'vii°F 0iatl 1e°' ASSLLIBLT °"°"t•'• •'ai°• FOUNDATION DETA [LS ... / 72 NTW a 0..i..S STR 892 E150B6 ow ren /EI3029 LERM•Til. 1100% SUBMITTAL I:artars Mir S'AO.W XL ZZ * Yi • A f,4106 't- iig.,Nt.,.,nto.r.. - - 1 • i.; '1 C.E.FAAL NOn5 ,C. ALL ELEV.1CAL K. - v.- 1:Off...14 INC is llama a • ••.:ala y Ie. wrieu bld lYma '''.73i:r 'r..34 O. 46•010114 MAIM •fp NH Of. -..—, r,;=,r.„.7,zrzt,,rarr-- g .. .;:-... •-• /0 DV far,. NM , 5r.r=1.,..r.,,rg.,,rAtr.,.„mr, ,:,;•-•,gr.t:n.r,,olv...--7.....,...1,-=, ',":Z• trizn'-,..4--.,,„,,, - - - , . . . . . . . . . ' ''Ir.`11.'''"`:'''''''''':".":"r'°'41"-'1:47:5r..:1?"-::::+7;F:Zi.:41:":17:2Z71°Z' .. ,P. ...-,.,...•••• .."....•'".' ' '"' '""' -...t,,r..-1- t.1:::::.., ',..'47.1=4•TI-"--T11.4t'' 17`-- - ''""' "'''''''' "'"' - cc= ----.7::-'-'71--°=7.'"'''''''' ' a,riF.Eii'a+;::F.Ai,Q.r,ri,:-,.;iE.:-,F:!:L"::°=ig., tr.g'ar...?4117 tdalu II r7V.::••172:=1: a'7117•17erpir'' "".“".".' cr "' c. ' ''''''''" '"- .7.z4'...—.4 .17,4:77gx.,4 d.7. r",::= Trt.r.,n1.;;F:2,!;:n1-4.F.:41,:, , 1/........7==nar./...14, r.avr.........*.• emn,,,,,rnnot. t:::,1,74.7a, 4r.r7Zr:47.'71`..t'fri:. iFiirro4F`:Mt=1::"‘C '''''. "". '''''' ' .1'..-riFI-'1.:';: idaLmr. =r,....:_...r. gir....1•=rAL-4-..,-,:=,-,::.- . ...r.....vot gtzerf.rr..„,„,. E. P ft, if n-Fil. mlm 1' 0 a 1 - g 6 I — 0, u a 1 4 G . . A / GOLLII-1AR ROAD IMPROVEMENTS NosToim Raw TO *EBER ROAD WHO 2014) I 'el a •", . - . - ,, . ,,.. - - . - . - .. ,-.... ..... ...,, .. ''' " -" " "n '''''12.7-Tr""r:r?-'7:::? . " " . " - r -v . Ig.11:-,..v.u.', '.-„f..t.:1417,•grz.1,..z.....-frz,v7.,,r,z: - '."'... "•-..- - ' .-....' .'--, rrr, -,.......---..,=g? =11 1==:•=-:•77'..r=',44 7"-= F-74-. rrtva,•:..'-..1.-4.7,1.,=,,...: --',7.-'•-..r.r.-. '.- °-• '.... '. - ., ,,,,,,.,,itrii,3::-.-,4.. , E,Y.7'.7.ii:Zi! ':-..a .-„1 r.cr.:7„g.n- .„, ...., .- ,..., ..,,,..., Inal al I a * 1E4 a.. ca., ff-ctral, NINctrcal• cemlicft• ,, 0 rii1"4-17.1Thr5.:FaZe3-.74711,i.liFt'"'°1"--g"7- '' t''.- " ILI-=.'v==:•744-7=3,:,77, r-r-qr-7-1=="'-`3 . -,rrl,r-ng::Prd:;7%.=:,. EL EcTR 1 cAL of 7A [Ls cowl TS 1 NoTEs 14 l'2 V .. . vain6or - ffCCAP 1...ft STR / 72 - Pe 892 D30138 arr Rimy /E13089 ,ERM•,,, 1100% SUBMITTAL SMISLOWS SiltEr _w.a or S* :S ...�...g IF a €§ I• --i, NI,. 1 t N:rge-I Alda o- ` e.ee.. ...e,r. .. : n � 1 i Iri arm P,5 rqp �r cerall• s R s < n Le . !� I 1 II CpNpul T NouNTING OP TIIONS . Iii F. a : IIx ii Y r L' U€ 5a CONDUIT RANGING DETAIL •. Ki .eU $g'€1j -ewerdm. e . Ya+Su 'L' @ •:� ,. •p 1 ' i cE - g GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] R s S¢% CCHOUIT WONTING CHANNEL TEp '"r ti• • ... ,%•. N• , ah I rewJ i, . , %• , % Ls' n?' .. . rs c m a +X'. t%' rs rA `•` � hut, sera la. g g e —.r:..-.-.rro ----,r. ' rise TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL lc ---- Ms hut mra.le r,Lr 1 • 1 ar..m.a'"'•.r .e 00+ EMPANSION ANCOOR !AWES FOR ORIDGE DECK ATTACHIENT w. en rc5a-.;2. i5rf i eF: vC ■ --- r1 w 94.690 lof ush IMI wr°icNM elm '�".[on�mvcrls+¢re an mora Com. b.en�r ne w In -1111— <e, MIA AA -Non A.I not . e a e�, e� .mar.a .,, r .......y.1 iilla• Sm. NI —.e w L �°e >e a e. !X.Z. rffM1=�"°°" 1.76....7" * `1.176 '." „ "Mr Ate; .p, HaNCER A55EugLr DETnIL mwn r n x WRN, ea em , , m al �`6. Ima annsufs of 11.1111. ISM L. hum. ELECTRICAL DETAILS COlIDU1 T SUPPORTS ED 121 -Id rhr�. nm rwrvi ......1....m, ...mum, ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT marl e.�. ®rm s. n~ �e.wr TM � sir iprarr�raom _r V veil }iu972 RV.. 3..cru STR 892 oarE1 Sr088 ME, /E13089 PER•109.1 1100% SUEMITTAL emsawrs 941., •• iiair1° Y�kik .. ELECTe]f✓tL fC+.MJCipeS e, IMTERIeL INTOMIT]Rr I. `Nowt. Ty. 2xeerie ..r.. �..... 171- ST°."..Mr. " R`°a , IT: eE dig /. ` ..ie1.r.i..•. °P • z.•.e C. TEu.ow.x, xlR flat a f.�..,.i p:, , ■ II s ,a ro.w. ,"Xer= ° ,''.a.a..w,..�.�. ; ,E/� w� _ £noem....,r. 11 a 'a ..m..w.., `' :.ec: ole. Nee SPL IEE Ton 1 1 •• °v. IM _ Co.O.eei ion 7yae ccxSTRU FA br ..,.w. �° .w 09[NlMO EKO" \ 6A04MPI H9 FL[E7Eg0ESazIrvio art. been Tr ew n eenrer.me•.rm ..• ea .,. ..7. ' we < a,R,. a I F� a,Ic« w I •ex. x.a i r 1 u 'A' a l=�e BES §�$ NE`s ..�.�: De o. Co...., «. r Io LI i FS... WIT ..�. �, ......•. o ... :IzIE1k. , ,a °:,"a'iea S ".,.z. on .r .. ... e.,, a ,, a.e..I r m°O NO I " i i r GOLLII(R ROAD IMPROVEMENTS IfOSTOA'2 ROAD TO 'kl€BER KAP MOW 2011) a I ... .n..Iw, .• 1:10514.. not.. rtont .n..m WTI:. 01,1 f.,11: om �. .. «,.. ,gym .:a, M.�L.. :.w ..ee. er ti..... - VI. CE OPTION 7 �wsor •rrtnro•ectle SPI I} D41$ Tye4 .. w.�+ ��� iii '. ems,...,,,., �. 1ra......a. �� .::-="=.7.2�.o:�.a.,.."-.W�� a:.im ,r.'77.4.2.27-..w I,., I ,..aa co.- ,...e.e .,a.9. ,.... .. , .....• .P...I..... to 4 .,... e- .i..+.n.. . ,°,... , . - .tea . "' ELECTRICAL DETAILS . .. , ,... ..,.. P. or. /;. CQNOUCTpRS E013i-IA 8 On. owe.CnIn •.ew..e.•°`°°r•.. ..1. Pl. 1 « `.. 4,44 04f `SPL ICE CPT IOM 3 In m.x,.• ..e,a, ew• L 1/tid Smarm Tyne 6�ao+ ....,... I x ,e•.. .,. ,». —,. u shr4 LPor / 72 Rra.P OPPM 3 STR 892 E1]pgg PEr maw /E ,ERM•,,, 1100% SUBMITTAL aW.3 9[Er RMIX. ..•..'iTpklr' ,e ii DVI. Er., 'Amp eons u - €e .xP dr.. r, 312 �, M2 r.. 235.2 ro uo ee pro �S gC tVA it �d{. 1 - _ T-- i — r2e xi -'351 ,-,t.:,3• h.. u=}: f• fwM.o n pws�r vat i �wm�am.4 111111111111111 - r r5r — 1.1211 .caelre 11.230. YeE e( I^s• �' ' �I Era, d pox 41e1Yr �; •e 3212fWT. eim MR me en1. lop lrl . Ispr ...1 1..... ozvm...�m 13_7..2 eV a. seam :. n. Prmw 1—eew�r. oY DETNvS Pe11.11.... `eq g§i 'Sk5 aYa e xA: > e..n�v5.......r. ro u. ^r �r pre.. .e ir�wn pm� m rm o. PLAN VIEW SECTION k - R w...• r APRON FOR GROUND DOx =o re .e _=.,111`1. wrrw 1 1111 ,1.. 2221. ' P.. ' ... �° 5.7,4`4 ; _ +b ,.er.r. 2l3, m. Ielen.1..1,a+c2pew:770 a.4.12,p.0 1. woe.2 i»1.. In .Ile Doe 21.2 or 2111. Wal. oow.. omen ellen 1. .2x135 In prem . :P 241211 sn mum`m a core. . o 0 or .2 x132 PM. 13.117 0 2. 1I .erry .1 ea.211 n e nee. .. r. [ e4oce q..-, ry 0 r0r, rb 7.1 r. 1b pox. ......e Poore roe wood, o• ere p w �am17q pr�:7q.rvtl peer a tl 1 wn ww p. a ry InI m.. ta.Pw.:1er WAD Id 1.. 1. yPrq li .Q. 1..00.. 14In"nrarie 35Wun135w1".. .a 311 err—..aine.l221na13512 21 ..3222 .1a1wav ,-1.2ix 0,...;,.....1,....01.2...r..... -.12:2:44..r c . 1, 1. . , tl Wal ur . e 121.1, en .ti up. ru ex 311, P mooDo rat Leew2.414 w «213 2 .72,7r11:4—pax 2 Zea, ..` n wwP Iro aac v. 4 ala a0p 1X11.°:; , 221 .-.,.1, .5470 a, 732 .,2. er , 4.a::::.777Z.. 1 i a 4 325 r i U N', ucs i i a . 7= S S01rMAn GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] Rs ill 1.�, GROUND BOX DIMENSIONS Tr27E 224121 oe PL411 lw+s 2,322,1 urea, 0 Lena., x Dep.n1 1,2112 2 41, re...r r, IX p. t....7.1.. . 132515!2 ' r:Vp1r1p:.'r in.'err ,x Y3%3. 6 I,. r� �.00 ..e.�. b le- s..e.m ,Y . .135 3 .,.. v 3232 row .� x? [ 12 x 21 x L GROUND BOX COVER DIMENSIONS :::::r.,,- �� 7',. �,y_ as ��:X 'FERE DI1.En5[fap5 % 1[rafXE51 L M M P2332 —1=1., ,1! nis-771+7Fa»4wwe B. 23 1a3 1a Y. .R 1133.1%_ Ly_.i EL ECiR1CAL DETAILS 1 5 32 w h 30 v. 1114 1114 13 ,. u v. 134 z 1 GROUND BOXES 1"'D4 r °. PL321 VIEW FPO 51DE ED(4)-14 GROUND 3100 COVER �- enw l,-^� -4 24. e X1:33+172 REcoa O...i: ELL STR 892 E15D96 /E 13089 ,ERM•,,, 1100% SUBMITTAL Es Mir _w .a g Ir K?e �M ilaa a . ti =aP ELCCTR1CM. SERVICES SIpTES 11. .3,, �F '� SERVICE a5..1 tar.SWE 1.16 EN ErEK00KCT ' H EMEL110 4.43.4RS e.dx K r«.« b °"r a 1" rrna• d ewer ] • r,lnlYn .r wRw •• wn••• iArlq. 9 MUS wcluwr« . r. eArra ree, e. rr..=.1 in . in r 711. ,e ~1e :•• 'rlt ii se W • . ton. tnz m PHOTOELECTRIC CONTROL oa SooH «.' SY 1« Mrw rrr•or ryv '.. 'wi �" ,• s°•• n. v+u .,,•n.w. Hr cs . rv,., I wn. ov+oc.ae. o'.1"...... v. Too wW..a. every A • ,* "'.. €. 45:1111 ;; A eik'� ti iiT""�, rn"'.f•M`a�. r, .M ICY a • ELECTRICAL SER, CE DATA R eaae'.r w .l err ne mmI�P ann on rq,lrwnn•i ew .meamn• rix Xt. NSerr 11.1.1 41 Wraw Rnx.mta. 5ry CIO. ua �[w. Mr._ �]rI•p �� [, are. lima ,[ '3"' Eli >. .ir _ 4 Meir} m w lei Se, ELc 52I WA MY. Iwt�liLaEts al ] v+[ wr mltwrea _ u• lrylr.X HryeH„y SE. Ea. `3 rn. 1.40.1r11.3%.4.1f ev " Jew ie. � 13.0. i a y$ * r L' `� ���iii 1 r r. ri TI. b r1m° rw r�.a W. ,[ lie.... fU 4L II R e MUM tlPo6 ]f,[t43 01 t 5a' ] N c 3PM 05 V re.wa. _ i ',,,,,... •,,„, r.e mea "'""''°,•r' •�"`",.a.a...a.a_« me.Rare SE MC S. n r IMMO.00610S,wmml , u• v« Iux w• Hui m �.' 7: $p E P D ... lei .":„'n """ ,—., "e'— " �... "i' rr .ra,...,.r • EV.vr n ..r n. •Ix .:47 r� ,e..rs.s i. re.aawn EHnn ERELANATIOX Of ELECTRICAL RERTICE ra ,n .,l [yen DESCRIPTIVE ty "— CODE I rmr.1. [ 1r m M.o.,. a ° ' • a ... a 1 i i r 3 GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] i + a S H+' ELEC SERV IT X XXX/XXX XXX a.a IX%] XX IX/ XX 101 ((Y p-gE E. s r,.. r QIP r a,° r arr.. w rn..e. rrP •..moi " . mx = Vol . , ii' �",,.'OiP 7 .' E.ra,�1 :'`RPE .n' ,Ir lr r„ na'"�" M 1 ter; r..7"1.1:-,..---.;,...,. a.,x 1 . we`a'r Syr. w y� ..re9e: "j71/2.a4':e:e°v� et TMiM1 ;. Ina ,kr.•'�,.. E.a ns ..a,e KK I LAY.. 1 tai ice. .r .a,n1,I.. ' �I - ac 1« 11ir m. o n oar • II ,M M,I a.e rare. TOP Lpl)0TED _ rte. M tai le « wt r aaoa�r. :...Ia PPOTOCELL 4::74 . 774:F4::747 m IL . Ie1 �....,,I,,,.,.oa...� ..a.1�S¢F, ..• aiT a.;i SLaid«ms s . — °mi "°! : S: rte'.. " °S'.,. ,/# .t ELECTRICAL DETAILS e,I ®,e a"Gr8.1.M.r.e..d.r«.P,a" mIe 61SPzAPr Ya"dar«I�r a b;1'.E.`Tr� :: 7: Parr. a. r, , I _ •KI •fe^4Y.— ..,Mr. SERVICE NOTES 1 DATA EDIST-14 P,q.." w r w� n��1;�, I. r�... e a. n•d. o.1i I.r wa�wweefl�.. .rm aY ..en 1.x r.s r ,.rre.Ye cera .wn r a xrY.• .w.e. d 9.EE i a dor 172 ,TCp4 PR.nC.3 STR 892 oar D343138WWW MEC] /E13g000 ,ERM•,,, 1100% SUBMITTAL CINILlSONN IV, 9c w g IF P• _ ,• .g u u E EES I , maddtbet 11.4. fee 1 i9. rii: I® ••fD _._. .10 L.r_ LT L ®� 1 ¢ H [ O _� + © i8 E$=$0--- ai'_1 , 9 i r N.mq 'Lt. gH •6 mn iplitik ®_ - -� I�� ®IQ) DJ wow.lc91.'o.i' �w'a.>,`a.'cel.o.i.ga I • ._._._. ._._ � C. 1....m.l s 14 c .P GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] I ,......,..1 .`ee EsiC >; f a -9 sir. SCHEMATIC •v r c`.re..i.,'w' THREE TYPE SIRE t..°�,.'oa A .,werre, SCHEMATIC TYPE THREE HIRE 49 e'edl1a ' SCHEMATIC C 1201240 SCHEMATIC TYPE T Yew lev r T a PZ: : 120!2/0 WETS - THREE WIRE e.,ee n.e..Fr rc ,9e•,ro� �,,,� e. =',,..e. TYPE D - CUSTOM HR VOLTS - TEE SIRE SCHEMATIC LEGEND u•61 WO. Otetet WIRING LEGEND- .:e'w',i c'm•' ...eAr a. WIllet /Mr L I9 t I„ o cwnww mai .___ w.�.or.��.n o, le, iw.r, elle.. R..- .r len m. ELECTRICAL DETAILS ....ro. Nn arm.!a— [[ `, c.-1,... k.i.. o... SERVICE ENCLOSURE w... �� �� wraar „... srre.r. a.w...ee..ratar .elw,..n .. °ro"eB..a AND NOTES EOM) -14 V smiItu972 STR 892 E13098 my ,En /E13089 ,ERM•,,, 1100% SUBMITTAL REV P.q[Tr X ry il'pkl$' ••f• P.R.. pis ••. r iiivla 91.A1NT TYPE STi6 .PLE dIP, uR 55151 SFL •YY S• Tr 'Al".. --,t CI {6F 333• Rinse -F..1. w e�'.ra..P. �r ..m., .,ettl "."Me.1".'°e ..e.., , �.. a n* a• Lint terra Inlet . �:' a. a �. ELT]: ~ f A. mom ry ,•-1'+ j r at -3 ..an e. • .., fn a rn or nea.5 et rra a . IVP. :— e e�!y XIS ,..n.• r• rot. ra , n a.�xr,r.. ...... w .�.m , aP...a •."3 33••.•3 r..°3'.°' mr o,i .ems MI IP` ta:;9i POLE TOP PLATE Inneetlen ad. v�xr. n,nim.irq wa r, d.., 50 . ,n ] a r,�a 'I/•ere. • er Ng treinelfron es - _ , s� p¢ 5a '� 11, pp BEt :n... •;,a[ gd F. y�w e... mea w� .1a, s 1 .. fr. r...... a..e ..e..... wi.r.e ... nen a .aaiae Tear aw.rw w a A. i ,ERM•,,, 1100% SUBMITTAL cartomws sur pftar dL* :E tomer). Tnici g Ir 'tr ,,eii ilalN . , I. TRAFFIC SIGNAL NOTES _ r ...,,a ...r., . 1.1, ='7. 'm .w..or : e„ .mow,.. n. " , • n 51 a_g p]� ' � P E: 9 : e,.." a':Se'1 , .. «...., `'`` a: a';o.xe `,.. . 4r I",.. e,. ....i.. a ...ws .r. ' ,..e .00.1=7...........•1.m1 Eh.... F01.r ,,..I.r o�..pro°^`..: Y. a ,...'..n W 'orlat ] vo te. +�w tv.ec meC mo`e e. ,ew. ' OF Fat ....nwle o'n; mu ;^ ,w: A ,.. b Tp.impny a,1r 1 114" ® 1 ..,r...—__^ kw n~n.. _. ml u IIII ° N¢ uS 3 X99-pptt s. i1 ..ad eo. carve m.for. 000lrinP.wr w ,n r n..ol,n 5rwe.. ' .. I 4 0 . . �..r r .emee„ E If cE _ g . aP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] i GTI esS Fp i II Edo . . I..ee. ....rr ..., or .. �rA ken O0 :a ..I Ica. ea INSET A -',-:47. 111 -For control.. , (, s '3E , .1.I,511 ... err 1.11. e...n .., 1.1.41. 0.... II .. . I. x.. . r .: ,q ..... �( 1Jr 11. '0n."rte..eeaw *. Pe— S1G., POLE W1TH SERVICE ` i1f'r° SIGNAL CONT RQLL ER SIGNAL POLe,.i e..m.. "'•"`•.•-• .e:i" FRONT VIEW , ,fie.,.+ gym., er,m.., .BI.�.!.�x�a. J .4� !� SIGNAL SIDE LONTRCLLER VIEN a • s.r Or'. ..e,,...ee.......„ ELECTRICAL DETAILS TVP]CAL TRAFFIC SIGNAL SYSTEM DETAILS EDi81-14 smF}iu972. ,aeoo nw.,e 1a STR 892 E130S8 on, MEC /E 13089 PER•109.1 1100% SUEMITTAL M9awrs 9417 wear ea �Y�+° y,r ill ' �.•"+r PEOESTRL SERVICE NOTES 1e I6 E' F 1_ .- i4 Ye -j -.. , .v.`o'�s" imeasF �,o. 'NIB. .rr coa�..:rim. aK .coal fe a mirtielmi • ^.•.l ...e ai we.l Ilwins ...ve... i ei Su.. F•11,• '," .rEm•..di ali..a._ ' ov p.aarai oNaf l'i pr i•jm i ...Bel ...I°I :°. ,re I r.wirw 1. 1tot .lilt orlon ...9 .tamp mr w0•001len a -Ire. I. w .aR �R elw e, voi%.p t�inveecal IoiiaywrA.`.e o Q_ � ,r•A. — l _ _ _1 0 .. tVi A i 2 _ `se. 12w.....le. re.e..l«,. le ee .I1. low lsleeevlorae .c.leln> n Iran u.. nee eeerr+.. .I i1 ror d C.ie tM elr...lr ET E F Ep}71-....5T.1.1 Iii gni .1.1 r. •rq .1 .1 iv 119.1.1c. In .oun.ma.ItP sten +.e, .+. nierconm 9. rc vw 1s In 1 2 v. m .,oto vana..te . ,,t w...e, ..a ...., mi. eaa .aa aKia A E 1 1=M - A n S ® -Q �} ®J- men Ins ...= PE5i vmar. .rh:Inn �. • s rm.a-a ' t a...- YO rigs rv. al `J E.2 U a �e Vii. a.. totem, v,e wen oral rve „a.a�...a.. . a...11Hull, el .- =.. . em... : ~ ".^.•'...e.1 --_-_ -- —1-1-0-1-1— -✓-1111- 11 _ .. '1 6_ +I ee.a I ..e s"9°�aw °maw, `."•.I..�..i`. .oin slpL c_�.,Cf / 11 �— 1 111 1 .... Sl= (y Im QIP€ _ .... ... w.w '-1tl1n; we. tee .I,n a 14,411. lu/6� r —.�/ '� � SIeE [glWlf U. SCO 61 1 11 1 1 BNB SIM C,®elr r `c".' By x1`® Bae pal i. £BONY VIER SIE vrc .r.c .�m... `�'.a.ro`necne.. w.ovlw snlI rr«wethrewy�ni1deapa... c - _ GOLLII(R ROAD IMPROVEMENTS IfOSTOA'2 ROAD TO 'kl€BER KAP MOW 2011) qq d �s vn II max.. NO "I L....I..1 ..V.... ., rim .a... LEGEND . F.. nel fhtl IE IH Fr e;; . r. x I., Mr,,th .ale ILS ELECTRICAL SEL ItCEASUP .. .. ., ., ., ., I+ Teter c.ae�aM.,..e ,., ..v LE[TRI[AL SERVICE SUPPORT PEDESTAL SERVICE TYPE PS ED 9/-14 sECTION A-.11,,NICCI*CR BOLT DETAIL shrI4 ,SCOW uea.s. STR ku972 892 E1}pgg Pla r.,,,, ila,,i ,ERM•,,, 1100% SUBMITTAL r Sf :S 't Ypehs 'i14A GRANITE CONCRETE DINER OONRrETE IOC INOYES T It EER POLE I TP SCR. EC/ SUPPORT NOTES °., €§ p{1 ; g�� 5 e r, m.. ,PP a aw.� a.°° cpm. �, ... Por A. �. ,a, ..,.+� ryv I r• .e.r m .re.. "°' ..n v-. row'wsae or P.x ,9eO r. o.oar�e �fe ,or Wee..r eelnen. role w e-e r o-r r 5s.� 'oo.a ar ..a lien a .s neemied ee reo WW1.. p514 In neleemee a.r..a, ..a sr. c ra a. a. a r. a 'In% r.ni, ti a•. a arm ...� mr. aa�a.. ��, v ar n.�.vr..I.s x n...n �. u,.ar... 5. a, lan-pIen .,.,a,wr aa. In' w �� e... r .. rr. .- .l 'i + ' I I ua a:. I o.ro. . u d v� I ! I ar:a r� .. van. � if 51 � �� ��� �eit � t•VIcerlr0 :a ,a a.aal...e�m: ��. „°eaP�' a iii '-" vi `r• r, �i-i:M 'is.—i` IA ; a, �' {E� icy A: 1B_ �.axu fi 5su WT'• r n..n ry7.1 7Ch'aa m 4017.. ..a ..r... 0 tr... 5 ear....,,,, �,1,.a.1..a 0.0.a.ry Wiir,yool ee Qm,n ,n .0111-11.1-.155 Or NM 0111.015 O rrEA M a..rreia. a- .aew• 4 _ . ..a. �e• E'1 VA n aria mwp tm^ow ovrcI .i i, m. a 41 rrr 17.c, , an it a. ��,r., = ., ain r r nCONLRETE tiPe. mare Pe. SERVICEICV SUPPORT.. `fin - trn ..f. rq i k '` y$ L' HI s i i Ir IrTL.Li _ g - aP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] o .� ��aa r.m maro...v ne.. .. R •. -- • p a... I.. . .m © w., es.....mar.m io. gyp M .... •'.0 -----re=We oR.. eeiowne ..� M1 . Ar6. w- w.re vi N. w5 ei..r d. °�- a• ln :i: e 4 . �,.ro 1 I _ I� — rn. �.R:,q 5.1.viw Toe Pl. maHee rwa DETAILA �Mit M. 1. be.. 1.101 lip eliereel 1. epee ® F. - ro.«.i, .w.vy U .i-. MITI. .111.wcrel.100, 5. AR pole 1.9 . bc05 1,13111 3 SE S;rvs• I til jjjiii ' °�a.-. er,a.=w.•r..e. wa-r..dlin. ELECTRICAL DETAILS SERVICE SUPPORT w • a • .,,b TYPES GC, OC, $ TP neeel� .' -® n :..r.1 arltr di ,a'�apre. ED(10)-14 ® nm w �,nrii�.pwn CONCRETE SERVICE �piaer :�. • "'"1.1i.:.. wr- SERY[LE SUPPORT TYPE TP 101 5UPPC1Ni w,.rtianiat ��� yETTP l Rarna uewc STR ar 172 ra 892 EI SORE Om PRO,117 /E13009 ,ERM•,,, 1100% SUBMITTAL > r r In TEk16- 't^ a men. '".• c WI ........ern r i 0. pm< :DM T/M SHIPPING PARTS LIST E@ ar, ag sora,e, .a me areaen, In e. aP fele Mtn 1110 19. 'WI ' LenInalm aul .e KM {${ � S aY Pas e.. , see ,e.e .e 40 uss,11a. Iii . ,,.a �e-f -e. Ie -s .0 ab >.i ARM pl. f 0.k. fl.. xe ax -100 - n.. M1oe Ill 78 27."sT r9E - Traef, , a aieroow l slpv fa ern TxeBT2�i.a rx s pale• ,oe ll Arm 's slpnle� eIP °" - Po 0 11.MLS w;xa Cmw. nornecher L. 0 i . r i u m rJ LS 4h 10221.. l• .anlrw Nr lro mane .em il.a� 0 • „ peS,a Surlb rem.. pnlv�r.��B Wm.' Isr MelY�,m num... s aE DI: m Lu,mre. 1-100 S.I-loo Q helehww awe um n mIWr aerreeMe Amy M um. SO 201,100 $1122--100 li OD, he Ineramen b5 m to f for eo.eo.., cern. iin.sea E'Minn'a-10v 1..� �+�rol^ - L . eln, Ioo EYE E F 502 .T �� re Meal 1. .non Ocholl• _ AIM VI °..ia MIA"w c . . AP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] a. i l.' S- i Al! �'-y •.--� Arlo,,. - --_ _ r�raleMl�a.nmnInolre ernIty a Am Mo "°' Le mlamin r e. n.00. arli1dl+ r — Wen mn nerm sm wle� ��AI. r 5121p.5121p.D MM. molembers TRAFFIC SIGNAL ARM Arnl.erwrn mfrs Irlpa.anm. rrer 1 am v am , . mur i..' n ae mi.' mei 4 fA_ nosInoi Am a q.n ra• r7-ler 011 - oc,.e.v- lg.. e.rcea rime x, .r 5mf.n Erne!. — � 0. y;.. ,a- .mlon.e nen be nomad for MInemt. - 7 a -- y . e 4 .-('T' f{ Dem.! Cm101.4 — 4 SKEET 1 OF 2 } 6... ream. sl 1`"darpP- •w�nlw on.ns• srt, I a F rrw rhw.,.nem ro,p rata T+M4 Of 01000 as'e' TRAFFIC SIGNAL % ... �n,«.Ixe e• SUPPORT STRUCTURES F .iIIIarr T. _ -0;� q,' . - SINGLE MAST ARM ASSEMBLY 1100 MPH WIND ZDNE1 r. , 0 1/I V VV/Vl/ AVirW�A'n(tVZVi'kC #.\''. wgertlen STRUCTURE ASSEMBLY -rw rn SMA -100[17-12 ,•. ••. a: vm i 2601 STR 1 72 892 E15OEH Orr PROF. /EI3089 ,ERM•,,, 1100% SUBMITTAL caNsuarmrs sur pftar M 16- ,,, .`s cc ilala l Etl= �i P9 ,Si 11 IMO SCM WARNING ue�w '� ....... mei a �•.n r.Y . m �vfTr Ia a oda a wv P °MI - ."•'o..`� ° m ;ef.;°I.�,,.e f. ,,. m.°"ew� w e �'""" .°.a a ..` '4m, . .31161... �'-S d_ nil $L' -e 1.11 °ia i....e.. x Mad. tel. DI, e "fid sf ee�v ... moan' ' °°' "° , is sd .m„-+ro . ii. `., n a,,r7A.men m°°er..e m 111 [f 'R.d" ......r. !b rrrn '''"2170' am ° e m ermn��el,«r, ...II -,if' ee r.x.d eQ ay SLIP JOINT DETAIL TENON DETAIL 'F mild r.epcma, euneeln rlVollma e1wl, mf E. °Ilwvd m oontina for mre � �~ 8;h .A `pE hi ;aa EYE 1-E ANweFf �:= mm f.iieae. GE OW. NOTES. paps caval., is O. **NM sednerd kvcl}la»1 [nplus a 1.3 om ;m.me,ti.n �f�.,�:d.�Fel�one tor . 5µpr9e Tor nVinq SFina 1.1......` "4r.4-'77:1nr ..e f `r . a o,... to Aoc' °w,aeam'me vpicli..i.'e Ivi°v.,raln m n� w�a i .en A °�,, ,. °nidal II° w I. r. f, .� .n �' 6 ti lb wrel lr ieF..e :r°Oiwi pr.I Fee °ew' i,°..aii fr°n BRACKET A55EMBLY .ental . torltenta, 4. 4 on ex. es tarv�jevroa wen I LS . F to I. LS i H I •� U ii ii c h _ P GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] gE' - 18 m T }}}i col of ..r.cii 6.14 600�a�arv01i..4w it w.f.. oral 4..Ha-W m s. mar --74-=:t, llxm .Nu°°.i' r.l ae Im def° �.. Ff.dFr,°I . i. eoarlea..441... �mxo�..l• r fel:F l t ..GI . _ utl ., SP -Z- fiZrri Mfa v oA [+i4N,.Earr4,5 la�F Pol. PI°.1er°°V.... Iia — V u.l... clow. _.v.w. a.. aw*• NroFn in w, wnFa ours 1111 _. L _ 1..i12 SHEET 2 OF 2 L l4 F J wdlm.ee asnmyi W E �+o of "'" °'"" "^ ARM WELD DETAIL ARM COUPLING DETAILS ri-Tex. LtYv•4ne9A Trdn°yr 04.n TRAFFIC SIGNAL SUPPORT STRUCTURES p, us x.T ...lam le, SINGLE MAST ARM ASSEMBLY (IOD MPH WIND ZONE) SMA -100(21-12 .. sm12"rd 172 ,awm u..ft .i STR 892 ,r,e,T. 015096 Off f6aln /E13089 ,ERM•,,, 1100% SUBMITTAL r w or "•�"'irpkl�f"' 't !-`s SA''. WI a / RI! ®�©©�®� 5� '• 'n.. M4TERI OJ S 55 0 ®®iLJ' l4xl!®i)41i.'1 bi } _ ` is' r5E2 S1[f�e0lmsf flfll lA r ' ,...0 onaAYs 0r. ! N s 0*52 tr m srm.e f. 20 slrasraEmr>•msMma tee✓•�el7mm moms -NEM 4M' v j( - law 4101 xx a." a S - ,y Peck. Q1 4552 .113 £ W v. �n imptrw.er. not. € •� lfl 1!'.7mm mnnhll n MI 1 , v e 35 mm mARli'I m� P15.40 .`::�'o-.v'' .eoe 1 25.0 o-.ee e � B eb ..4,—M, �q— mm mfF7f1fl7 "ia>,v y,'�. 1111 !II 'IA. ... N.ra.o. 01 01,...91513. or .v. n,......e ei - s5 : M• O...e DETAIL A , K. ®X,sp .i x. e ram u`..... 4rab y..w I� . a.F 1.1. .• 1i l !! 111 m"nxi.°..I • DETAIL 8 ' c: — f mmt71:,mr 1We �' % 00.,11 u.. %• .% c .1011. 55 rq.lr-ri. a.. x. r.wer...nn .r w.I I'" ! tIb 8"b - 54iI I 1 ■ i I S&' Flm..! x«m .1.x11 IP E 1 Nnni .51 r c'$ iia E Fn11r In I. L SoI. .V.. �� 0.----- Y� t Se m o-.l.w�. r.• averq.. EIDL6 WWI' OW 5x41& -pi .RH "77° 146 FIXED MOUNT DETAIL 1rr FIXED MCUMT DETAIL 2 ARM BASE 'HELD DETAILS GENERAL NOTES: 1 i i ` . AP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] Y3� 'e• i "< g§ 11 g 5e Aar. rs I. 4u ik F t, F 0 W: 4 , r riIm. tro:rap.�: mm.ml�— —n—i i % t lµ .«. A Vr.y�a...4nna r.r.e. Vi x wa 5 111 1 • 'N%ewrr ry% 11x1 Lb : 6 c_ nxexe of ..:„.....1.4,..77.7.-.. rw. pre rote.. . oarm or. P.4.1%.3 n� ion .ear .. .r . . 5, . k .o.: .ear .. .. . r Ito ,, .. I: E. • %.3 yI 'e ".P o-' a 0d. e. [ W } .R '� \ _�atrm. mese w xm1 tae a' pin5°oiM xw..Y. A.Ia lag .n �_ .x..1104 r. 1 v. R.r te n °....°. N.e. '� ■ ' . n �n nope ea.r P x ..n °.r.b� py. 11 N. ,IV iepe° v°in `... =In ,11,11: nr ��` � v.. a qn e, lox Y.:...' 114 a°.e i Y=om' °.a m......r.'w. ofY. .fie +q mare.. whim Cmi..r. n.1 ' m.. .R o. 71 i:� i•_ my jy3 - ifev\,� Y. \5ry In. 96C eo PI. -..e ' 4S I wn.tr.rion P t.r. t.3171.1'017i.---- I-Y.Iwd .e. se e� _ %0 1111 .Krw""r: ! ImYi•In _31691 en11x ePi..no-elm .°r ' I�= TergF DegaRa .' .q.l :h rq.1rM ar7rPUPdlklc*11 rIYYi ��1 c. wI STANDARD ASSEMBLY 111 I I. � '1J �, ter, � ;�i� I �_�+� —7°� 1,)11g • -F7.3%, fi i: ? FOR TRAFFIC SIGNAL SUPPORT STRUCTURES N, ea _� 1" '. 'I 0, !11� L� =v — MAST ARIA CONNECTIONS MA -C-12 t. I<4 1.Y. re� at' a`.I. '. * Y3 11AMI cm..w� uV 9 I e....xx' e pari.. li I yy,, 1t11N. I«s .. ! v 5 trete Pin sol •x. r.. rm 12 esa..wr. I`t bran a I. :11.11 ,11 11 16•I e• •ti --- .i_. .irm Pin Solt kt ..I. 1.16 !V. ,w.nre C CLAMP -0M DETAIL 1 CLAMP -0M DETAIL 2 CLAMP—ON DETAIL �� �•� vm17'1d 1 72 awm mem .a STR 892 u E134138 on' P.M 1E13089 ,ERM•,,, 1100% SUBMITTAL r ! 4;; 't hs il4 ill E a e. o� ri-nIti Po • c emn, ` .._„.. ask e m .w..... c® �I •.0�5 '. pia,. y , 4 fl M.11'.14/•• xTi I® IMO NP' p -! Ee 55 2• elm 'I5,/ �s. dell , v..; Y � Pound Pole Poi ypmol Pole F _ �a� �� Y Qor$sin°• §- xe. roar+ ie., eFt DETAIL J t°s Am ..m �e SECTIDN % % t+ Vt. 55. OPE Or so �2 Mr °° ^r POLE CDIIPLINGPoD DETAIL DETAIL G . 56'pmm¢p`p`y� r Mel xvssn °xl A el• wP C14.Enm 222. ]•� 41 g yr R E r' Y' _ ° ] W w+r •�_ y'� •lr.. 1=.1.,,c. tf3. memry°fya. - ifs• NP NraFna t•takiih is i•dm«'`8�3;:�`saPier1°4uw-I�We.a•Cm`y.ei_- �� .44 —1;\�nIt —� TDB ET�+cttSECTION �^+�n,k.ri•-laic� �tn+rulnlomanxr.o9�oint Y+nrw.11li ,i.n d� P...alnl..i �..I55'#•�z'.s^ 'miro rr�o:rt � € uS nr ms« wPlI.eden �.' •`COPPER GROUND�Iv,• Libi mr.e • "mom'' ��� inn" .� ar 4.55 I ;.�hi I. m AN L!tT ¢a e�. II �• .,1.. s ..r �w. •.m i cvmt23or AP y GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD N WHO 3014] .n `d]p n 4 ti i i 72 892 mm ' Y N.� AC CF SS CCRIP AF IMF NT y c il me.c ee �� nme w .. .0 � 4 ro M�u�I JIrq oTE e.�rr `X& ro �tee`w' `U,_ SECTIDN V -V _ °a,`Sn,.. a Mme Du...„ lyn mWm.no, kain ion on . ?I ei arfam } DETArL D s AIL E " DETAIL F n.e'4:;•ro.,P..,w.r me rnProopr. •mwwt•1 .warm. . pier Ye. �L.Im ®pE l N 1.1 roxeH•# =rnemi rrw =Inv .tm Minn twilmlru d If �wr r u9 i or a vie al.re !r larrInver. me moi,, la,. QfOsls�'s-° civ or lomr..n+.it newl O'—' • pl we. all osier .02. blr Mom. bs e i « r ^, P • tr• — l ' � 3°Cf� wnPa lo. •l u�mlt Ye rap .n. k!+ n .I _ ss' x• ass• .. ,e ss• la.. R.y�� al opt a � S. Ire�.r% •.' w'mnmw ..m, ^ cam„-� a' 1 u nm. a one f•40 • as s 32.5- z5 ,e w �ti«el�., 7e» elx,, ea wl.. wr. 111n.,1r« er. 2 2Vi. 2Yt• s ; Y^ z 2u• s.r• s !I W .� r....:7..,:. i�. �e.wmTvxw �._ _Y.=. BASE PLATE PLAN° aTrPbAT%�1crn Nett x '¢'c I`=w\°F'" *R - ©eax TRAFFIC SIGNAL SUPPORT STRUCTURES ....5:: m Min ..n•rrm+ten MAST ARM POLE DETAILS L° _ a.• 9•eml l . pee ewi »Iw MA -D-12 POLE ELEVATIONcroon '^se..a . • c �we a -.. DETAIL H 1b ^ •_•. nn— u E130S8 My MEC] 1E13089 ,ERM•,,, 1100% SUBMITTAL 'S Siltfr _wX. S-* :S g Ir 't" .,so SI ;• ibalm WPM., gil roe. or'. °a.... n' u.aui ,"W EP Ee _ -. • ea .b.a tra.s,-m•a. krn203. em . s.ee SSW ASS xseu-r6r.eo i,59a,io°B ees-eor.rE0 .e sr.,.. t['A •. z•.iry ��- �' �6'" e� ry[. ,... e....0 .... all, .12 a.se p, ee t �e n i_ ci ga-pp ° i r r, 0... rrw d r m k ao y• y �i° is ae "'a M we.mm w°i.i`r� : s•.r� oma..,.[�.n i, : 4 "" zPe ,! 5- :g - B .,� I'h•me:_o n I f r. raw - ra[n0. S4, �e r Y = ? n „� wM •x .1 Ye.. o / i _[ .I -=--4( 055 MP PIM , x•....�0 _ y , ..-t: a°�`"r�a "a ""m b: mer, a..a�.,. t ®ysr°o�em°r[wr�""i.m'mme.n Per TM 6 sx,. dnrr ,..,,ay., a •r .acme+twe tem meQoSeircf omre.' mr a.ee. RI'pJ yp511 . _ 8-FOOT LUMINAIRE ARM 10-FOOT LUMINAIRE ARM 60.11.1. wrt:. c ufho E . Yoe DIRECT ATTACHMENT.":"7'7.77ro":; mss; ;4 s°' . DETAIL r..;..im b.,T. w,eP.a. wig a�'°r. i.J7'g- pla ,- evr• °'a5.1 n".d. Rollo hi SO = s 4.1 InisoR w"°.m°a" E -44b�J• 1� / 1 4 mio. i,. ae.r°`r revu x aI r w em'�ua a II c . Sore GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] a-• it Mp 1 'rene155• iO , 4.ii°a im. r? SII +� Moll °°i 1. fI 4. ipats '°I¢ � .an .r/;'4';,, i°®1�..• nae : ar:.m.., Yor-ec• a. n n .,. IN00.1.r. Iron Me war ae. ua A"t yy [+-( .. CLAMP ATTACHMENT CLAMP ATTACHMENT DETAIL ND. 1 OETR [L ND 2 1 ma "'°""pps .,0 imam, im g e'r"r.m may � ,. 'Y' e�"`�'.x�.I. m .vire .. g, MFAI re"` w�..r ts. Iw.F SE[TIOnt [IALF SEM.] E u• maa ORS M." ." ry M.•s) Iv s. ?' °IP . ..n .. .tee saw e. . rnsvw i.. _ r me. Varo.. -r rwn . S.W. POLE S IIMPLEx DETAIL p� 4 - In.. �'..° �w ..mere ver . l ` u.... e1.R.x erred.. we. ennr. Herr.. r ... . rev. .e war rose :..� + gene .1 sere .- v.• elm. [ cs' 425 Ika. ‘3 ow rlitrr•M t u• mad wve.• i 1lt ` �` Te Erelom9 t1 Tr pram,'fonrm pro' " .," ,.: .e, •��_�6 SO i ° q � nP w ., °'rSl.pl„ "'"'"' # � -w....m. „,...M.4.11-.14.31— �„�"w [c' " STANDARQ AASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES Liver-s:' .-,-,,-,,,q, CLAMP ATTACHMENT CLAMP ATTACHMENT— ..wex cod siwt.. SE. neer". r.n.e..rru. w.. sawi.. u Mr.=- ' ARM DETAILS LUTA-A-12 .. DETAIL NO. 3 DETAIL NO. 4 [HELP stcstc«t m.w.r sec,tnn; a _ -- SECTON A-A SECTON B-B ARM SIMPLEX DETAIL M e... .,. -. ym P taw 1 72 Rarnaa meow .a STR 892 I E130S8 rxaAS/E 10089 ,ERM•,,, 1100% SUBMITTAL ° ° rx ...�...;rEkl''C' Idiom% fill gil pi? 6.... e.a.l.. ova u.,o+.e ° f w °..m. �...,..I `"i.nss «;e l`i:° 6aw, .:nleu rl.°e a ssx.°. mm a 7 ' 1.11. ^ � t2b l %- Ti`i,.r.Lw ar• I T• I1. Y°• a. WI. 6.11.11.........1 � aa,raa to .6,. rtes ..e 2.1,....11. Mt.. 10 In ........lin s.. -e 3 .....e.r and .° .11.1.1.0. .......... e 'i.. r.»a==r..n.1.a<dm-1,-lam% °m+ .�,a, e..a . as 72 e. \■ -1- . `' ii: i°l.rar•TV`22r1 e. n.e. r .'nr m r Ta.a+ a .i;�v ItZ•: •It Ir "1n; �s v rgp ]e .v.wno � r11 -...e. ux. •g ii.TM °.v . rxi...1, t.a wl, In..vnan. ° vs6741;.."71T-17.."... ."4 tte �a.l Trz. aID to , . rw lw am r � � i.2 `.$ ' � .6 D. =7=1=im%nap ewrrw".. hi Lz s 4fi POLE SIMPLE7C s- rs[.ee. DETAILS 6...pr..v.,.a, s In .I.... r.°r In ww. w* ern s ■ a - e AP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] i•i r-razor.onl 1610: . Op r�rii •cI amu• ..^ IeeE...I.=is ei a a .wi. " Iv 0 lap 10, IP ...-- PROJECT ION r.r ..e - r,..... a re..". e... aaI See 14.0. s� . ' rte' -ii _ ki ��., r' nrtrm. a,+•eT•Pr+4A� a+ CLAMP ON FITTING ASSEMBLY FOR a.we a LUMINAIRE MAST ARM CFA -12 CLAMP DETAIL v. ' w �.!" "'" `" wOr •• u "• µ•. vm f 25.E 1 72 wFwm uewc PC STR 892 D30138 om MEC] /E I3OS9 ,ERM•,,, 1100% SUBMITTAL GaNSLI.W.3 pftar "•�""rnklr' ,,a %hi%. r wnl... nc n n.. 10•P 511.1.. TO 141•017 �. j rl n r _LI, ._ 31 I tes ?iZ • TOP VIEW (Slab & Base) ; ' z= ._.. Controller Cabinet �.Mo�xa. er..,.. 'n• . ,� �.• .. e T Q Y� r u111111 +� T.. . free. I i H¢ 5.l '=E1.11111111111.....i�ri LJ SO rmNum, s..n. -w w., m x. 11'" SIOE VIEW F24. "' CABINET BASE ' Mpg ; ; ' .. . • (Slab A easel 1 i i c . - dP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] x T ib wP c .... n»• .. . ...o-.. -ne -m.ti-1111, ,Y..�"M�%' r, .. u..n.�....x.� .��a�,.r�'.a��.. npr�. 1 .�n.,r "'...•111...... nma... nn- .- Da..r�..a nas.. IN n mnr. .r.w n•%%.a m i..nhn s... a•. •�.. n eu. re- m r.•,. m .a xr' " ITC •- ®xx --�•-»••� --� *•�-•-•�-•-�•n•d ,I..1I. e xm.•••.4-.-q...I.•,... .. ..en... ,...,,,.... ..���.-.L�......b.....ro..gym-. Q...,N._--•.ti�m-1..-1art..��.�..d.�,,,�. � •101.....2 -w+irrem. w,,�.w am.n. t0ame 1tgaR a T�Pupal�klc*� TRAFFIC SIGNAL CONTROLLER CABINET BASE AND PAD TS-CF-04m•My w,... wow r.. axri n'on. c.rw.m con, in.w. «r an urs 1..= b..�. �.�wa .�..• s•alc.-. ea ,I. m a ,•... ••. _ ••: ern 2$� ream mew STR 7 72 IC 892 u D30138 om MEC] /E I3OB9 ,ERM•,,, 1100% SUBMITTAL caNsua rmre sur pftar lc 7:PirT1111 ,€I ,,,,iEP 5A CENEPAL fyTES. r `—ra, :[.gig IZ,r1 .. , ` uu 4217n� ALIbra E '�' »rI .. u-0°r. , 4• di......w.r. • Mr Ii o 0 ilayal tarn NN mgr ,NN......•" I.tI 3.x ".."' Q.-A .°'n, n , Cam 1 .. i• .,:r-IV"n n gv.. [. .v.. °"" yeS P"� .v °.I I"°r�v[c,_ Lr . , yz•J r• n-• m..m.n r . w°i"n � ue end • ees.. m .. w a ..ol. ! -{ Waning PI ,w'v.17-21a ...war i Ia.. 0 nal anoii wvnlm i c'ar ' iP °m: os�a vle. c 'it 81b { 1 1.1 1r =i ----11==-- .-t'=- ar:l::°vin 'ItT [g�1�[ - 4. AotrOi. i .. N10 for e. nnala lI, multim 00l have m'nwl��°,06 AShall to ma ;,emsi�e°�.,. vnc.m .vw..n �jo 6% EE 9.s m [ �.Ip' ante, Imiru. blaw� PLAN mm--.. :Eit ee n1 me En I . z .117 m Vin g� S.gne.°mp°`-pol.1'°�e land. flIc i ,q,-, rftn %4°rCde la CIA. dlp+wrgy �eet+ae° i Y _ in p `. .� a `„ a ot. rf t .nn s• r r^'r^t .rvrc 1b fiietol'..m ihm e� peehw Y, 44' t SECT Via°a[.a EP 'meat . }„ [A'. 1 NA-A Va..,ane yr g a S In, n..°.°'0 s 1 1 ... _.Im glare I...n• I, .w ...... b..° n e rN.g 1 I i c. - AP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] 8 in. i = .�_ `wn: °Wolin° e r `—g.°fp�i°0..[ i'� .o " 1 ,., ` i<a .�e Apr i "E N• d.. s n . 1 q,:v I, a,la f s g;� . roe~ P �•,1.. N.. .� W ! mo l -I r r r g °R�Dm 5217 --------- _)I A[ .ea I hoot a: fml. i re ,a fit 0.610 =in 9a,�d�I�°Ia.m.��.Ar 1461101 food__.1 4r R.14,1.1 es. c.a. .-A wrglm IE me ,Inns nae o,rrol1 ELEVATION SEOTION A-A 1Lhatan,. alternerha plowman of elan. hood a DAMPINGMPLATTE NT+ING DETAILS a.wl.n °I� 0.0I, �,Worn rla eu., . r.,, Mx. LlYwf if TMUNdelq, .• MAST ARM DAMPING PLATE o L ro ,. .. r..rw . DETAILS :r a ": Pea. «r ..en W..g IS. 'a 1. _ __ - MA-DPD-12 oma ma .m fa. tl �.,-. s y,• , - I° : - N. IV "" _•. •••., vmf2%.x172 ffCCIP WNW Ic STR 892 u 513058 00f n /E13009 ,ERM•,,, 1100% SUBMITTAL s1 Rimar smipplioi t• ,. , iii4la NOTE= 1" ALUM CONDUIT SEE INTERSECTION PLAN THE CONTRACTOR SHALL MOUNT FOR OVERHEAD VIEW & MATERIALS LIST THE PEDESTRIAN HEADS AT A W/ s/G 412 FOR NUMBER & LOCATION UNIFORM HEIGHT FOR EACH SIGNAL MOUNT OF PEDESTRIAN SIGNALS INTERSECTION. FITTING & PUSH BUTTONS. SIDE OF POLE BRACKET ASSY• —RILL POLE CAP X CONDULET ! h !WEATHER Mn---• SERVICE ENT, HEAD Ye STAINLESS STEEL BANDS G ALUM. CONDUIT .� 3� �$>� 3 S � '' ::I SYMBOLIC PEDESTRIAN HEAD BRACKET ASSEMBLY i2. Miva. .0_i.Ii.I—� 1�STEEL • i„, N� U.'3 %a" STAINLESS BANDS II 1a' 1.TOv i� V ALL]. I II PEDESTRIANLE SIGNAL HEAD (LED) �'I qF II REDUCER Pl�E5QES7l�RIApN it CONDUIT WI 2/C 12 II 10' P€DESTAL POLE .I (4 /2 ,• PIPET L%p1J oy ATI'. BKI1TaN ��1 a 1” ALUM. CONDUIT W/ 9!G N12 FOR UNDERGROUND GROUND BOX IF REQUIRED '. CpNQUIT CLAMP avc-new. PIPE RD PTEN 4 rn 1 i i cNATO a AP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] �^N i@�' R10-4b (LEFT] AND/OR DI SIG tl PEDESTRIAN tlPUSH BUTTON SIDE OF POLE fWOOD7 MOUNT FR14-4b(RI.AN 2"DLA. BUTTON , BASE COLLAR ASSEMBLY IlliN Q TRANSFORMER BASE M A � ��52 ''MP ,..,.. ..a Trowerbffemli ®°n • TS FDS DETAILS .!O.r...P.•.,. SIDE OF POLE (STEEL) MOUNT PEDESTAL POLE MOUNT PEDESTRIAN SIGNAL DETAILS CORPUS CBRISTI DIST. STANDARD I..7. REV. 6-11-91 Jd5 mn P1,1,R••. REV. A-15-90 J,5 m„„ .,.,,a �. .i Ad ff STR 172 PC 892 E130S8 om FRELM /E13089 ,ERM•,,, 1100% SUBMITTAL r w or tomer �'6k1�f•'p'C' O. 'Q��•[4Ia PPL A[CA0LE STANDARDS OVERHEAD SI'CX BRUME WEN MAST [LLu41l4T169 V�! effl% '�%'6 �- STAnpAR95a POLE SiAIgARpS: ZONE 2 oS9-SE w€P-99 ti P�1. AS '' .S �.d (90 MPH WINO] 059'2• NA[F•49 059.291 8050.7• NALANAYS AND BRACKETS HOSA-Isi STANDARDS, 1- 11 S 7n $F tev E • [ NOTE= Structures forth of ice I int t0 be cies geed for ice. r eye ( ��"��',,��SOSBL ,.W.2 / �' SON I80 Z PH WIND/ (70 ZMPH WIND/ 0963-SE•B• 3B ISAE-" / A COBS-33 TRAFFIC 510111 POLE Osa•co STA1IDARDSt I�! OSB-FD-SC aB r. 'iJ/r 0 t Ni(LFYIR NREmAeR SAD SIGH .-8. Tn *»•` s- /i!'/JID %/�/ E ►t\{\.� [OSS•`# DML-aO 1—; 'c' \ CDSS-I•-10 DMA-100 �� R-+ ..%�fii,r ICE LINE �P/.� ♦ '1 Fi055-2•-10 1u-C - N1 toss-I2.-.D MC [ILLII '^� u a E'z 1}yL //...:� i Vid i a i , ° +r CQ55.2.62.1 .1D TS-FD 11' 1- gg, i120..r _ �� d . COSS--0O (FAFA t '�. ', ' *glee s - wind Zone 3u5A-C narEer I, 2, 3 rr A W-DPD . ith igi . get, 0 \. o' \ r CE LINE i i s . o S S012 GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] i U Ja Zg ZONE 4MI [TO MPH WINDI ti� _I1� Clit��I �� 14 Il 1f,_ LEGEND - . uII �[J I I. ZONE 3 2ojnRe IhneR.s sr to of D5 [$0 MPH W[ND1 90, rauld co ll, noun, Nest ondrl 'Ruth aidea of IN 610 aq noon Not fes, slpe of 5N 288. ZONE 1 - 111111IlIIIIIIIIl • (100 MPH WINCH, i �I VI + NRR ZONE 2 - /� • ( 90 MPH END/ y.. 111) Zone 1Are t f ZONE 1 slc.rc at lett Mom of ZONE 3 -1 J • ( 80 MPH LINGIN (100 WPH CND/ ZONE 4 - fes®= 1 TO MPH LIND/ 11 _-i�� F.,..,r,.,,�,P„ _' � art (ICE LINE I '�• I�JI ,%, _ (DISTRICT LINES/ \, WINO VELOCITY S ICE ZONES FOR •. ''•11I WING VELOCITY AN APPLICABLE OVERHEAD SIGN SUPPORTS. \- HIGH MAST POLES, AND TRAFFIC SIGNAL POLES THIS SHEET TO BE INCLUDED IN ALL 8.0.70. PACKAGES CONTAINING ONE 0R MO RE SCE ECKS IZ-T� no anted on 53 Your mew Reorrer00 IQterv0' of OF TIE APPLICABLE STANDARD Van •••,...". >. " n•I-,-�" 5 FoeloST 811, fano velocity of 33 foot 5,1000. SHEETS LISTED HEREON ., I ,,, ,,,• ,- 1 - : ✓:^-✓n /2§ci .awm otwc SFR 1 72 .a 892 113008 FRCIFL7 /E13g0B9 ,ERM•,,, 1100% SUBMITTAL troisummrs pftgrc 1 fa fr trntrpis ,, n4,, Luc.* ss . a• 5 6 4 1 1 1 1 ®e, er r e . gi; R �1—�.a. e,, a 11.60tre ties 1 r16. �•f gi r. 4 [ �} . ? 4 P 4. • A f P'°. pI I l K 0. -1110 s g 0: 1 N€ 1- e. ae ter-STR 6=1 RC gI 1 I 1► +, I 1 1 1 1 1 � ► 1 111,10 1 i +e .+e .: 601 • e 116614 16:1T 06 y � ra..66,1S. toe . =a.a �, Ee yy fRfi• 'YID 414 n �j A 4 4 n Y V 4 4 wOkrcEAi IN 6uCFEi TRUCKS SH°LL ,10T RORR ABOVE OPEN L.NES OF TR�IFF IC, i 1 ■ aMECO c • AP LO GOLLIH4R ROAD IMPROVEMENTS XOSi0NV2 RWO TO ■EBER ROAD IL' WHO 3014] I2 0 72 .a 892 . NEAR SIDE LOC CLOSURE ,° e FAR SIDE R CRT LANE CLOSURE e� R FAR SIDE LEFT LANE CLOSURE s .n Sye.T CRRATICIS CR SWAT TW $T,TIL1u1Lr SR RT RCAOTION OR SIKWT MOP SianpMF. SHORT 81111611114 m SHORT 1T.11 STATiww. vi 4i (�TEAAL NOTES i rt —F1 i PiTrrii. It• a _ f. ,, : %T . � 6=T..,....a Rd r.9.�Tro .Ind ,- C, u w SHEET 1 CF s r. `:jm \ Y * `" TRAFFIC SIGNAL WORK 1T {yi4 4 1 wT ,.....`''o,�'r°'�"'.�,7`",."°"" 061064 tha !mar Ed. r. lam pl En. rn 106 610160 I.T6 , dr. le nor 6.612.4° 'En "'° ¢°• TYPICAL DETAILS WZIBTS-1}-13 - OPERATIONS IN THE INTERSECTIONoaraR R.0660 i••• �^�� +.im Ir.,LI ,,.. D30138 OIr MEC] /E13089 ,ERM•,,, 1100% SUBMITTAL cartawrs sur pftar lc B 1r ..r. e u 0 I- I1 I A i .•' 2.-5T IkA .IAT: M:x .a• � =4 . I 6 4 6l$ .,. :. �.. 0 � 6i F.21„..:271%• r r KM 11210-, a 1IOEWALK DIVERSYON 6 4 11 I4_ {7 Omar _ _ _ € ..,u ,i,,m-LN I II; Y / w,.n rn r. n..m. I 1=1! L )I� '41'11' 1E/ a I u 5... m'.^,R.m w. .,.m 4:0. >• ....f .e 4 . e,I c �S : 5 N€ Ea �j� 9I TYPICAL ADVANCE SIGNAL PROJECT SIGNING r f 3 .� LC. w 131..121E-12.. ....'�.^:......�La,':.3 >.. ' w.'.1 'm m°e.m . .. T,a�' O 14 D 4 SIDEWALK DETOUR VI' C09f,IL IRKS FON 1a1R awe MIR REFLECT1YE 's11EET1w0 - ,et SIGN SUPPORT EIHRS111 iL.15E0 Ai:' 5. .. xe, e..w.e..,.e v^ m Baa, .,.,r°,...,� m° .. , o..ae a ..ffe,... e... DP. m m ,a � ^rn4.°'o w, ron .. anP moa n�rai ...au m.0. Tra..r . .na.may'.. : .P� . re, E loin alms or IVA..e or w' �P'acta. esbIntV''''.....'.' r.... •Ir Pp....�...q. 92... . w.'.r..M,. ....f 111 pi•; \ 1{/ S372.4'230 ee 11. s i`wLl .:. .,� ° 4 .a ro .e .. .e 1 a ■ g i i If 1 -SP GOLLII{AR ROAD IMPROVEMENTS XOSTQNV2 RWO TO ■EBER ROAD WHO 3014] Eg d i 112 #i• minem 12DEPARTMENTAL s SE riMMAred.- irT.j a^r.,. c 11'. `°'fa°� 713:44"' r r...°• �! ..m...e ® ----z,°11.1°"7=.°—* .f rv9' m.. m Ile,�al'.d�--------Ir a .,m Zr �..w a 'S .'° P ° a a x^�P" Yam. m'a. 21 be .a °.Y.°",.° v.„,„1.4.....,,,e, raa'.«a, Pairs. ._, ea. ...r...";.mm9114`1.17:2? ..,. •• ''.w.' -F 4'. 1 4 4 � MAIM OF .."des .... m... ,.°,,, .,K. ° v .maw , a'aa,e - •• CROSSWALK CLOSURES _ ......,..., ofn T.= �;,�°;. °L.r. 'Vig! ar.. L.Iasam .e ... ANINT111e MINIS "O" •"• re,.0.2.• FFDESiRL,N OPi0. o%r.,.-7,17-4.,-.7.,'- ®-- ,2....• tit o.i «urt�°r m ryry .I...11 m m MATERIAL SPECIFICATIONS . • SHEET 0 OF 0 . .ddwetwm ero°v 2. take.. emworoays • F10101.1101 QA WESiAq eLe xOLE UP 4xmN5 °mr°' .enmem. or a o w.1r....... re owe ...•••••'•••••••••••T " =' MUM 1 I1PrewG N TIN .L zA °""m&TRAFFIC .............. SIGNAL WORK a,..,. °�`P�p'°� 1x I un. PPE ETxxI BARRICADES AND SIGNS m.' n ' Mm'ae�r T..[ *WIPP ,, .4.P.II" a . r omy. u°�`wr M.c., LEGE. f NmI.S .04.,1E .d•IIF1I0T IFI I INK . aero . m 1 1. tg2 r ..e.-201 en 1 xol .e mr..ee w o ,� .a. m....moa 4. xwom - WZ(BTS 2}-13 Irene re werme L.er ar.xrm i ..4r .orw• mo um • o" P .., .mN. nm FL. Nor ..._. 1. .n .n.,rem....a'o„r•••uas I I a Cao.. Ne .um � bI^LPe4 m erero r m e.anree veeart r .,n en n m ^ ^l.„�+Mt31.�.n.onnudenh. '.T0. HI "rn s w, wry w r Am/33u 972 1x4.o M...e ,a STR 892 115086 DTP 4 C1 /E13000 YYu ° �/ rfrn Vs• anmenee 'hear ,,3 HJ1FLI fti Nnl rrrr��1 ay§lhm@M f aTA /...' yx ,y�liuy�lb al =. LDDC@SS .., �1(� / 940 en a��77 : ��I1FF�� LS�IIFILS %ITot fo uL .� ��� W � AI UT Ii '. a. 1J xCll�l! ISII�I � E " v coxTxcuax55. AC�EA 9 Li.),-.Er CSC „ -Lon �i t u�1�sx 020-6i _ M" %Jit" T.173•3:03'-",880 ,{ ex & CW 20-i0 & CW20-ETR i/ d C-ScTR Lri8- 1 <B' % {B" 3B" a Q �,� 4 3 � ` 4v •W 01020-5114 0020-2aTL v TRAFFIV±' _ R /}, T z%ae ;' �0NES wr I�Da11D 'inl�flP.�� ./ s• €/ .` DOUBLEA[EK4 ` a® X NILE ,, 01320 2D �I� I Y 4R" X 4R" �q 820-1T vT1u .... M p7 94.1 vc• rc ,k• �11 ••. ' I ,• R29-5r` MCP. . 3311E REL % >e m. Ram R9,L o. Alt ,1/. / xse pip, ,1 �\ W 1� et AHEAD/ {' ,� ` u 9! ;'fig 2a' % 30" r'4H8 Ii I� .91 9 ROAD ., .i, "d .n • ,r.•axR .aa \ YY \\\Y Cw20-+B - CN2Q-t \ aB" z sB" ♦♦ Ct'/.s,-3 \ 14W20-30 ae" % ae" — � i:: ROAD �_ ,R._ p� 214-,e fw i % 2+" �o��� ,ro y axw �x�a�oaea .� END 1i W Elg' R• "x _ = END— GOLLIHAR ROAD IMPROVEMENTS KOSrORY2 paw TO %E6ER Raw (WM 2014) TRAFFIC CONTROL DETAILS & GENERAL NOTES (1 OF 4) CLOSEDn" r n. % =mass HERE ; = j ttdD�R ZONE W 1 M'IIls°,�' MORN 1.- ®C 4��9f�.a ] R11-2 - 40" X 310' a nu• Id.e - rx1¢ REEL _ R}7 e[9an - eI.•tt R3-11R L sLL1lER5 - eL�cx - 24" % 12" waom+n - L. t o - `5" 020-26T �^� _ �� G20-Z _r� - awcc .oi - 813 24- % 12- azcio 74 IIs as, 48" % 24•=4:9°-"..4.4s as, Y e x 2a _ 'MMX. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS "'"=m` 1 1 : m-REME 6 ®m0T 9 E1 BoOP1wFFl t,r7:111,,,,,%.1`''' nEg,. PRoP SINLµ 51N*051 TG SKAN em Ii S�IILjAD 41n0\R s OOEJyO Es o9T ,TCkNWEYT NmIEFMGRE0W WnP R N 1114E ` ,y,1� �J�] 114, f1 �jyLf CLOSED 74 I 4® O TRAFFI1 w u �� 111 HMO DRIVERS 0100IIIN0 THH A MEW NEED THE ENE. F NU SETTER RPUIE CE.AKE AS ...MA"L NSELLED CAI A ROADWV TREE. �yA H. .a.. SHDSTROCT0; . R5 111-12T - 2. EM REEJLATo'ir OR WRUNG SENS OMELET 3nH RCMP MINE COIRMOHS REMERE OR Cb•EA THE 195MSEH1 SIGNS NN11L TIE PERMANENT SIGN - 2W 00100, 0 12" 901100 z,,' - q,,,. 9 0100.0E MATEHES THE 1r 100A0 ,•1050 404004 IC Di 3.3HEN ERPTINC 001110 Eli SIG50 ARE X090 AIL 01010 T] OLE TC .01RTRUCTOR PAROSE& 110/ SHALL BE N90LE Td .D10015T1 T A4L PNES . Z . ANT SIGN CR TVAmc GDPRECL 33.105 THAT IS STRLEK LIR DAMAGED 'i1• THE MAITRAc'mR OR 110/113 GOMTRLGTou Eo. RENr Hely_ RE F.LACED AS sow AS PY,so5JIE '01 THE tioeRwcroR TO ENSuIE RKPER 001111114;1 Wt THE 001cRGTS GENERAL NOTES FOR WORK ZONE SIGNS Rr1-� - iii 0 iii BA961. - o 3HIIE - 511E5r 01x.0 �e51/91 11 4 9:m 000.E 11. o 0RNc1DR HALL INSTALL APE 525000 SIGNS IN A 500110 AR0 PL .e COMM. ANE/DR AS DIRECTED EN THE ECIAMR. REFL. 0ODD SCNSRm N 0191L L PNIRFH wars 00210 SHALL NOT EE 14510 A5 SIS SUPPORTS m A. rWL3 SIWl HOT 4E .SED m 01rA[H SKITS m 1110 0111001.. 5. ALL 011J10 SHALL EE INSTALLED ILL ACCORDANCE •RH THE PLANS OR AS ERDTD a• THE DUNE.. ECN5 -HALL SE USE. TO REiu0TE 4010. AND CUM TIE TRa'•9J RLF 51EE14 1H •H 111 00RX 2CHE « T . 01 CET 1.u1�� S THE WN10101 Fu 191 E111ER RE SICK 001000 RE FLAW.. 0R 11 THE-S10.3.8- 9p+ DESC16 FOR 190*0 101591.. RE i•yyp "#• �C���M Mx ��tt. R� 1 uE1100 N N Eu 0 P RD mHmx w m UR. H D HEa 0010 EMT ARE sHaw H1 uu p a PAW HAW NM au D Rp E ENu u11R AND FLOHs LL EE MEN EKED 3r WPM. THE CEINI CTEM s R.PONSIe1E MESCAL ALL D a ILL NR9NID E, B�,E SIE, LEAHDrm 141 K COME_ N 1H HALL G RN� .N RNFP� LISTED THE YEARRIE EMEE I� 2IT1, F. DE THE PDN 0 LPIPR ALL 1Gin1L THE SIG}' PrvR IN Atx, xwxeE THE REnee EN:ATIo*S IF THERE 0 REGARDING INSTALIATkxH PROCEWR6, RE slsr �Aa• Me s• Ver 4vv 1W� s OfIH NVHLF.1111,RS n WEST). I ONTXACTA SHALL 1100.110 THE E1,LINEER n 0ORY OF THE WNLFA4101ER'S 1NSTµl50CH REro4UE141 11091 SO TNi THE Eu0NEII 18H YERIF1 THE CORRECT r.An. p•e9 Ho+a .w.. mew Aa THE COIRES 101E 3E101 R%15�1P. 4R-10LTS" 8. THE OONIPAOIOR 0 RESPONE PI FOR SPH PISTALLATOAS Azo RERUOIHC 90a3 SI1H 0.90.000 CR 0%ATCED SUBSTRATES AHD/OR O'nR1Gm CR OAIERm REFL[:TM1E 4B' 4 18" - 1,4-9R1L1 - 5,1901510 A0 4000(101 Rr 001 ,114F 14108. 45000 10 - RUM 30" % 24" 038083 n - O,,,,_ s SE SHER.R CONY an THE HACK CP TIE SIM we51006 THE REMLLO 1196401 OF Lcii00 092.1 00.0001 L005 USED FOR IDENBFlGTION SH9L aE 111 10. THE L0RRACTU8 S1Wl REPLACE DAMAGED 19000 POST.3. NES OR ENRAGED WOOD S19H POSTS SI-RU. HOT BE SPICED. TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS EXAMPLES LONG/INIERMEDIETE OF TERM STATIONARY m,xr SKID MOUNTED - PORTABLE vz -Slw ric SIGN SUPPORTS SKID MOUNTED /^4%T RPr I SIGN SUPPORTS mss,¢, .,1 A ,,oHa MCI "e .rw•: r. M�lil 14 p-_v READ BORK MEAD IRU xAx, / 5.4 EEE Alf.0 MA if -n-Hopy OF 1,[694 S—LGR 6 5 Nu..d " r 1 r .. 11P0. 1 F ,.i NLI num Lgin IS I' I eD MN wx 1.11 C i *4 4 - SFE S [,E*n �. T LEFT • 11 I SHOWY. �� STRE. HA • NH01 046340 ET4 AVD SEM H Rur4 10".RIO min.] .n1 THE m.l.xxs cwJ44OT eE L50Dm TRAFFIC NOW Z0 uu rr:HCIHs wu BE — YE F01Elo4T up- HST I CONTR. oeIn0E8 .v0TCY1 PER TMOT. s o�F �kG000 AP,Enm STANEK un Pw1e. Nr y • •ifIlegIM B,wR iliii:.i 12 ....me SO. H. ATTACHMENT FOR WOODEN SIGN SUPPORTS ATTACHMENT y T MOH!! sc _,_ 'L91 � I BUTS Jon YLTS * o N� rceTY IlOW NIL IIOT BE xicmm PasTSE swi �c� r A E.PT+ % ^' SIVtc w ._.ops , 4r.. RD � S ECUS X HNtt. WHIM 3 "lr Iii ROAD I \ .RX St-H R � - NAILS WILL NOT BE ALLOWED. GOLLIHAR ROAD IMPROVEMENTS KOSTORr2 ROAD TO WEBER Raw (BOND 2014) TRAFFIC CONTROL DETAILS Sc GENERAL NOTES (2 OF 4) 11171m11 .��BF�r ti WLSFgP• W LS •`I.�.3 \b. kil win EACH SIGN SHALL BE • a.+1� NM:1R4. •DRECT.RTO THE 9. SUPPORT OR .31:e. ERCI-LETS HiLL HST EE "'i'•FA FRONT ELEVATION ty SHEETING DP ancrt \ . . - L. r*T.w G OESCHHr tos-5.10. 01001011 4.7.100 401040101 WEER. I SIDE LOC. ATI PPE THEm I x,EHE, � ELEVATION E , / /-, ATTACHED DIRECTLY TO THE SIGN SUPPORT. MULTIPLE SIGNS SHALL NOT BE JOINED OR SPLICED BY ANY MEANS. SUPPORTS SHALL NOT BE EXTENDED DR REPAIRED BY SPLICING OR OTHER MEANS. 49£ 1••i�416 g.E.g %•x+ w Iw"Tw0llE MP Ea RD'a Hxa ELN0 .x.41100 TYPICAL FLASHING ARROW BOARD ,. THE FLASHNG WE+. BOARD SHALL BE USED FOR ALL 13140 CLOSURES O. IUL11-L41€ IVAIWA10. OR 9.0. 1..111. IMNIERANCE DR CONSTRUCTION PETIVITIM ON THE TRAY. LANES. PLASMIC ARROW BOOMS S.W.NOT HE USED ON TNO-LANE. TWO-14. ROAMATS, DEMURS, HRETMI 0 DG APIR Ox SHOULDERS UFLESS TLE 'CA.PION' PUHA LEE PETNL EELOuj 15 WEE. .1. THE FLR5HIWG ARR. 019120 SHOULD HE 4HIE TO 0150.U., T110 FDLL00441 614 1L$: •• Is • • •C. • • • e^ • OPPOSING TRAFFIC LANE DIVIDERS (OTLD) FL 41101 MUFF (LEFT] .ARM' FLASH. WU•.E AMA. Fl.0SHNG cum00 s THE FLASH. ARROW BMW SHALL HE CM.ABLE OF YUMMY THE FIASHIHG RATE CF THE UWFG 91111 1DT OE LESS THRH 25 NOR CWORE 1144 40 FL SIES PEP.M. Mad HATED A WI4NEE B 1HE RAW INC IRRON ROAR➢ 91+1.L CE uOC4TED C4: r y{HHICIE OR HEALER • AAF ANNG IRS 00.040E HOLD 001 DE 0Y] TO LATERALLY SHIFT ea ONES CF TRAFFIC ON R b ' I _ T 0_ _ 7I I IIIJJJ I Na,E11 4 031141) 1 O4104EW1 IRA10 LAW 03a M] E EN FAT 4 Ef.TFfs E51pETl N ` _ 3ACK TO BACK LxiwEEEn LD. E- D1fiA. E TO T P x 4 TION MIDI RE 9G F400 NOTE THE OI ECR:N aF 144(1111 O. OFFER IDE OF 1HE P,4gD TO UNIAZE TIE EASE .E.E.E1R 0001 1 B� RED TO THE 11 IEHICLE IH(10CTA OR .100 GIRT THE — — ., 1 1T v00IRCN : IS PLACED '10011 0CTED BI AA W051CIE. s..PPGRF THAT aEr..R1� i0 AN Pc0roBLE, Fl EE u. L5 2. IDEE OTLD SHALL BE THETR44(E v1 EA RAO, n CFI TIECT4f LEGE.) 010001WC FOR 11.1. E RELILI EWIOH aOF TMOT. UNLESS enOTH BE THE LEGE.) SHALL REpuREWwTs OF TxOm CHIS-B1320. Posuns Wwrs 41110U1 M.N. M IWOIE Nr•100 115151 ATIE1J100: FLOSHIN6 ARROW BC0R05 SHALL BE EGUPPED NTTH AM66010 COMING DEVICES. ttF{ SIZE 16 81446 UuvS ahT.NCE NptE RE: 14 11 .GPAD AEHIF COAPRE• tt L 044 I E 0 ]0 x 9tl 13 Ol• NLE RHEN NOT IW USE REWBE TLE 01'1 vA1rEL FROu' THE c . x as 5 1 YULE ROS '•' 7 PLASTIC DRUM CHANNELIZING DEVICE RETROREFLECTNE SHEETING TYPE III BARRICADES namerm9311 RUT .:a "m.009 Rv.7411 Nat +. THE ST,I3E Re• Ra Once SHALL BE SCO'-T11u1T11OF SH�IIO 1EN�2 •.. ±UTA TO THE Wu+LWR 00201 IOHE TRAF1C NiaoL FENCES UST (1191130) AER MAST 104 1 ,Fvyr. ,3 x0.3030 ESTI SIOL.S ANC REWIRBEVIS At [ TOP SH0d1.13 FOR 00.,14T140 SPE IFKAl1010 04S-0300. '0101 FACE MATERIALS.' PRE 0 REF ECN•E SHEETIOO COLLECTOR 9303((00 u[N5 null _E suFRum 001100 mHmOSE sFminm IN TIE PLANS.DF /PTIER OR 1 OF THE -PPE IE 693413.01133 RT10 A UST OF ILL OIOTEfeuS USED IN THE 50NSTRUC111 OF TYRE 11 R..S000 ES.ALLDA• 2 nE11 ..R1CAEES SHALL BE USED AT E10H E3D T DOLYSTRUC110+ RRO£C'10 DLDsm TO ALL •. THE SHEET. SHLLL FOR USE CR A10 SHLLL DRUM SURFACE S,CH NAr [.305 1EHCW�R 13,01 THE SHEEIIHGE SHALL EREAWM 1101 ' 41 RETTREFLECT1O10' OTHER T1A+H+ TIAN OLCGS 0E TO 01.w.. OF THE SHEEIWG EACH ER41.1 SHALL HAVE A E 901111000 RHIE J.ie 5 0[00x01 0060'.6 STRIPES. =LD'+ W 0E THE 1IRECTION r'A'.IA 1101011 1RAFFl ST TAR IN OETOURIN. WHEN 10011 RHf A,. LEFT 31105 OP019MnW0 IN BOTH 041-x„ �E THEiir E IEE N RE RR0HOE0 AT A CLOSED 8043 SIRPI (CLL= +LIFE mReIN TRE COWER 6F ROADWAY. ff s ' % . ' m s !C r Il 4 3 MP 2 STSISE 01119 TYPE 0- REP.- REFIEME SHEET. R THE. 10.5E I!+ F1LLEO WITH THE BALLAST HOATERAL• 50011116 TO HOLD UP TOW WEIGH EETOFEN 35 R THE RIGHT ME CF ROAN.. 910111➢ SLOPE 00Rtt100 R<IE] THE LEFT. FoR H TIE TEFF 0E FTHE 0111 I' SHOULD SPFE IWAINW033 90 TIE MGH -WITH 11+33 yy TNE TOP BFnc OR.+CE RE LES [w NRMA.) DSO [10,110U14). IBAUAST MAY aE SAIm ONE rtR BASES ...MACS A;P1 F10'NL THE RASE SEE IN A 500WINEE EO %AYOC bfIEN Wb.FD B! TRE 01931000 Sm4%. 3 9JRFAACIE MY IXLE9' H ERFR WPM" of 50iIpRAcg 1 .10 vaAEUE01 5 0ENIIFI, P 0gWIAc5 E H L THE 3010% OF THE F 011430E RAILS. THE 000041.•0 •HD HSI F LET1DeS m61 1-. .S USE. FUA IUEKT.1.1. SHALL UE 1'. IDES SHALL ROT E 0Ln0E.. :A7.LUEL P3 T0FTIC UNLESS ery ADEO,.n1E 0.EA0 ZONE IS 3 3 0. BASES B AD LBS. 6 S6 LES. H BALLAST RE RLi1RLA^IE] �F AL, IIREGro.L CRUUR RUBBER EW[ OR t N NOT 3E nsnu.Lm 00021 �R 6114E a SaLL RAPER 10 4LOII F S a 92013L93 TR -N E r DEwxLs. 000 BE 0006 BOR 6301.2111 ON 0RUPAS epBrmrm 3110 xo rc w FOR BIS T'PE OF OOLLUSr 0 THE 01171020 LIST. . THE BALLAST SHALL Nar BE IE•w TOES, 0ATLR. 0R ANr MATERIAL TWT ROLlA !MEREFL USE 9 EE. 100 �R 141 F .511 EH :Yiw nL1SS a0w 1 ExunE E THE 0351 001 ILL E PE ;0 r 1 O o EE 0 "LLVIA, CF SO LRS. S 10 e%E w 3330 aCONSOM SHOJI., ,Le 0130IdATTA I 0FTs35 LUS SHALL ',00:,01::. _ p5 m �ro6eTS PE RrHs. Ea x RNES5 .HEIR NE 6600 s BECOME A tfHELE �- wHlcuLAr RRALS Fr. PLACEDDIU' BE [S.H AS TRE 110E ALCMS OR UPONTMBEs)SHALL NOT B ED FCR +OTSPICDE SUSDEN)W ALM!BEL CR HUNG 0n RODE. ,ARE. CHALNS 5R DOSUP.ORTS DF TIE B, FASTENERS pe. ] 5 OIIEN us 71111 REG1ry05 S0 IIF1E 130 FRFEZLAS ANUS SHALL IW.E ORNFNGE BOTTOMS 50 THAT WOE, W COLLECT APO FIEEPE 110.3 .GROUND - --I-- I -- p C `-' ' \. ;; C 'It A A HAWARD WHEi1 STRUCK RY A 1EHCLE 9:01000( N(1TFS B R sa.LL NDr 3E nu 13 1RL 00 BARRICADES SHALL NOT BE USED AS A SIGN SIUPPORT. 4.4.141' . L.1m To, u ALL 0 TEo MIAs SHALL1 DF THE TEN. MOLT 19TH T1s UIEE O9 THE 7 0IESNE= 2.005 3E .3303 TO 00171E RASE OF 001100 TO INVENDOI '0x124100011 TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 112..3::01 AND THE WORK 100E T+1}T1; C0NTR0L 0E 1005 030 rcwtrcn; NEE rxuDr. e w•E5E ME 'EWE, .40301930 SHALL E10LIr 10000 w RArvSHV A.' SKSLL BE ENR. E RAMS CR Stkui, w 03,.0_0. 1IFE1.T THEY A+VDAYANCE VII SERN1O:3PLM. SHALL FIVE 7070. OF Pe HOURS TO REPLACE 631 AAA: J. THUW 59400 OTTER DRUMS w OTTER TRAFFIC EEs !PERMED00001'FOR RE.L130100 r R. THE WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C WARNING LIGHTS r.--, nDM T IRGn R'E5 .- . TYPICAL PANEL DETAIL FOR SNP OR POST TYPE BARRICADES A' IwN. e• 4AR. I I x,91,. I GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw MK 2014) TRAFFIC CONTROL DETAILS & GENERAL NOTES (3 OF 4) ErvpNEERVDOPECTOR. 101E RE�LACE.ENT CENCE 4000 OE AN APRrIOYEO 00011EAir PFFE'.E E RIE Ir i f FNFRAI DESIGN REDIIIREMENTS 611..7 HA'•E A 1EFLE'11'E 9JRFACE AREA OF AT r E THANa: A I EWALFlm PLASTIC DRUMS SHALL MEET THE FCLLCMNS 0100 0 YENIG: L LEAST 30 09300E INCHES No • O • LAS1IC 30.,3.4 SHALL BE A T+C`pECE 3ESG+ THE '51113' OF THE 0040 SHALL..,,..1..:E 1 , E E E / 19^ BE TIE TOP PORTON. PO TIE '!1050' SHALL BE THE B01TDu. 1.E BOD1 016 Ae_=E 0E'0Rw1t0 R0 A iQI1c0 Ar A � V ' 0, 51F'F000R `111 WL FREY THE RLSE ('MEN I111011En 1RIAFLlv0 `�' Natnunc 400/71 Nre R ULiE10E cIIRREA 0 53'0 101610 S. m tola.H.i - 090000 ABLE .A0 SHALL 00 0,9311001 ¢Li KJ..E.1000 cR METALL+R _ UR SHE. P ..re. AS . A 902 FPD115 1 lic c AN A PLASTC n04 . A SFR/1 RAE C. STERN B.1N MAIMING 2. 'N 'N slue 6E •ell:m ROAD CLOSURE DIAGRAM EACH R..... of ♦ CNCm HIGHWAY BE OARRGDEOIN 101E SME MANAER. 11 �& �H I11I 11 111 11 n THE ws5510W 00(1000 x001 NE0EU 0011. AI, 112 192140 1000 11101 0F u (m RASE) volt BE A KNwuw. CFM 110105 R.H. a MT (BCE, CF 92 NCIES.GN 5 THE 1301' OF TIE MAI SHSHOLL BE 0.6101.E3 TE ALL HAVE A BN WATIM RUULT-1N HANDLE FCR 'IOW COLLECT DEERS. AD •10011 IB IN 1 CoLOR.0G O HALL RE LLFAC 01 SIGN SULLTI 05 APIOiE: USE 0110 LASTIC 00445 LISTED t 101E 119 'D PER TYPIO9 1.0 REFLECTORS 410µ0N, 3 AREA 011-P ROAD CLA9ED - 11 so -5 111 11 .041 HAVE IN U PF Two SPACED AV(UCH 000.00E FOLDS 00 ALLOW ATTACHMENT OF A 1193 [EL FLLtiTC OR NOt 110 a^n C s THE CE Ari'+3 OF TRE 15 ..0 ROD, SHALL HAK F FML' 65ER+40 0 RETN.,EFLE:T 01 0IN •0.1 313 VES . 06313E NORGREATER SURES N PATER Th., IAO'HE+ IR. •01'10 REFLl010001 ET E SURES"! ANY TRU 0we10Eti SIMPES SH41 NET O. OASES. s H w +c H INCHES. 0 0 W M1190.2 TRC 301T1101113 1110 :f R..FFI'IENE 111E 16 ALL.r. 005E TO 6E HRS. nam nHLE gFamTrlc TIE CHUM Bm. FROM THE . A PLOS-C ORUwSWILL5 S1 R uTAr 0 AL • ORRICE, ED NaRE 5T I HCH-EENSRr POLYETHOENE (HOPE) CR OTHER APPROVED R. D91.111 1000 510LL N4.10 a 00014_14 0H 0LLLSTE0 146501 T 1' LIS. o. NUMBER..iD EASE SHALL _E 0002110 0070 00N.FP0Nae0S PAVE NAD wine_ 09 0 00010E01.113.47E 101E -SIDE) OF DO A,1ARE CHF" N; REFLECTORSSHALL OE FAL, WHERE ATTACHED ID RHE 5. ANTE 3UBSlPATE3 MUST HAVE I. 004 SQUARE %ETTA& 044. NOTT HAVE x 10 H ER02. B. WHEN USED NEAR T.3 -BBA PIRST13. ]0TH OF THE PE TEFL CTER SHALL PE REFLECIORI2E0. T. THE WARNING REFLECTOR SHV! BE 14000E�T' TO CN THE TRAM E NatDSE PERSPECTNE 1 9Y_F- �-�� B. uer j.r r 417 lig _ _._ `f �`� PLAN MEd, 7 �� f - f J THREE L5 CN tt10 SHALL r + BE RERECTORI001 10 0E n�+u0 REELED -RAE s '� r STRPEs eNF.L.x01 TRAFFIC Ani uDT31 Esu1D3 FFo11` ii• .AT 1n3E SIAM.liDuL: SLAM n�`xr1rRAN 10 IN TIE E MEN OF nucuR. VIEW awls SHOULD BE 0OLr1TED 6N 1NLEP06ENT a4PRORia AT A r F00T 4004TING 501009 1N CENTER OF 11113521. THE SIMS 50004.0 RE A PARKER. OF 10 FEET 000111 TYPE III EARrac04.- WORK ZONE PAVEMENT MARKINGS GENERAL PAVEMENT MARKING PATTERNS /051001/ 10001 I: uAFT no.. al �a Mal 1"p `r . Fr "..'0401 b'g r�.tiryu jQ�(j 1. THE clw14ACroa 5N011. RE RE0P:m10IE FOR 8111TNN11 010 60RX 2ryu2 081 IXATIUG PIIEMEAM 00.1000m.3..18 Ac"0 9AECRL AAG'A51Dx5. ON . 0P0u TO 1RAF1' IiALESS THEDIHErx'AFEOSIIIEO IN THE FLANS. a -.TERNS AN n 0.1FORYAF.^E WITH THE 00010 AW11PL 0u uNF00n1 TRAFFIC C1NTROLI LENC20 ;THU10'1 ANE. Si .WRI vAyEWENT uaRK1.G3 ARE TOT 11 R+LE MO RlylMws IS�OPEnE➢� iR4}lG DD Nay 0035 saps swAu. SE ECIED TD WORN THE BECNNINO CF THE TIONS PASSINE. ISTAINIIICQIEl HID THE SECRO.S�AHEr� RASSIIC IS FERRETED MAINTAINING WORK ZONE PAVEMENT MARKINGS Tx�O-WAY LEFT T'.1RN UNE ,fP E I y 000 000 000 ��o0 00o e o u -DwE r euryons ��� 1 PP � d _ s Pr4111 = y4' gm 1 1 4 3 • THE c44TRACTOR WILL 5E RESP011111iLE FOR MANFAISIND 'POW 71/NE 000100EHI 2/011100 'ABHI+ ! THE HT.R SIFLE N t R A O.�RM` N W& DAILCM1 YOURS AAM) G7 FEET 'FOIE, IWAMATEuu NY 1AxN[wcRLE ILIA-REAL H H5 <. c 10HT G51A E 15 RESTRICTED I. RawnAO cEoltTwcs, J. [RRwA 5Hu1 HR'ucm AS 00001x. 21 THE E.01.EEt AT THE E 'ENSELFF THE COMRICIOR. REMOVAL OF PAVEMENT MARKINGS . e e e a e e e o e .. e e e°O e e e e e e a e= e C E •.. xHT GOO o00 000 ooq I� 000 l aEF1ERnal9Eo PzrEYE'rt v+N•I'A:5 RAISED PAVE MT YARKEIRO PREFA0II:+TE_ 1010010, 003 8E SLBSTILTE0 FOR REFLECT:R EED PA'•EAICHF MWNNGS. STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS F. PAM., WALKS THAT ARE ND LONE. !011.8 TEo BEFORE IEMROO CLOSED .ORTICryTO a F THE RL019RAr. SNAIL BE RniCRED 01 E. - - 00/OR SUFFICIENT CINRNEL2IRG OES'CES ARE .SED 11 UEJ OF Mw0INGS TO OI1TNNE TIE DEMO 0900•E SG AS AFIlT TO LEAVE A DISCEREI LE 3. PAVEVENT uARKR1U. En RETHOO TSPT W@ NCS SWILL EE SEVI.ED TD THE NOT IiATERNJ_ EsTENT R WYACE TIE &MACE 00 THE Y CF RAREAENr kuHRHa WAY RED.IRE REs.Rmc Nc CR SEAL caATexx s or THE RryOltikr, 5. E RTO E APP-2O041_ OOFFtTFE ENGINEER. ANI AETHG] THAT PROVES TO SE SLIICCESFUL CN + TYPE RA ...SED. A CLEANING YAY RE USED 000 MILL 101 BE 1400501 LULM SF01FlcuL0 SHOWY r. THE RALS 5. OVER-PHLC Cf THE ,44,11.78 SHALL Am PE PERwMED. 8. FINN&L OF PA0ED 1040E1E01 1W1ERS 91011 BE AS MECO) BY RE ENGINEER i '' �[ J�e�/ . �' _eE E C 'It 80' ± 3- TYPE 110 TYE/%E0 1 8011005 RHS o ❑ o H O DcueLE WASVERS n ro +x' L° ° o o c o P,_ NO-PASSING s IaFLECTCRIPEO UNE PAiEWEHT 4 TO 12' YAIxAWG YELLOW RAISED TIDE I-C . 1-0041 II 0 A .1YPE w CR Y OuTf0H5 SOLID EDGE LINE o a q a O O o a O D o a O HA ,KKERST LINES OR SIN GLE 010 ± 5• RFFLECTCRIS] NO-PASSING LINE GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %EBER Raw (BOND 2014) TRAFFIC CONTROL DETAILS & GENERAL NOTES (4 OF 4) TEMPORARY FLIXIBLE-REFLECTNE ROADWAY MARKER TABS 1411 NE' FRO11 NEA MC MCA 800800`1 fl uHSMNGs MARE CR YELLOW PAPE I-C�.I I.� rN[/x�Bm419 WIDE 10)00 lick. b 8 ni UNE WAR.. �" Fo 0 0 0 0 0 0 D o o en [RN LEFT TURP CHANHEU2ING I1E}lEC1cM�1 T 1 ' EV8 � I, / ` �A•—I NTGHF OF SNE1110 IS 0SUALY LAMES RAo MORE 140. 11Au, LE55 THAN e•. UNE OR CHANN@ZNG UNE USED HA09C.T TO DISCOURAGE LANE CHANGING] 0008011 0111E STAPLES OR NAILS SHALL Nor BE USES TO SECURE TEMPORARY FLERINLE-RE LECTNE ROAD'W'AY MARKER TABS i0 THE PAVEMENT SURFACE01 TWE I-0 [R 11-A-A RAISED o D o 0 0 0 0 0 CENTER 1ExE1T 1= '.I�• TERM.. FIDI0LE-REFLETIE 13,10001 YAROEA 1180 VSED Ag Ou1LF1.vNk1 MALL HCET TH00 E 0Eo0I0EN15 OF @Y5-8202 (1x.801). u,10l¢0s I-10' -4— sn UNE :N OR LII.— w' ± 1,. LNEESS 6101.1.0 -I ANEAAVEVIDIT RAISED PAVEEM1i4T MARKERS USED AS GUIDEMSRKS _ _ _ EE FRM1 TIE APPROVED PRODUCT USE I. Hp MEET RE •UI E. ,i RF '0-..•_EvT 150SWILL 2. Hl 01000TEnWOIn1. T T 11 .-I E - E.E'.i -0 4E03 PRpvO@ ON A PROJECT SHALL 8E OF THE F.�T.�E,. 111E C FCR CONCRETE SAF»Lm 10 GUM WEBER RA. D. AGHESNE FOR OMEN.. SHALL EE SITLOANDUS MATO]. HOT FOR AES AIL 00010111: OR 10200g3LSRSAME. OWEEWRAU RS ML 8E 20sic .CEO AS; 001010 - 11040 WITHAA. REFLE01HE SURFACES H 1±000 10x007. •HITE - (SHE SLYER RETREFLECT.SRRFACE WITH MARE 0100). 0 _T UNE 1c' H..— 3.9' ________�_____��01AN re OR m, "w MAHNMos PIPE E: MED) EDLnm] s' A 4'1.--.1 Anew HARnNMr W ---- WARNERS I, 1O' _4_ 30 I REMOVABLEREMOVABLE a0*11101 RE RAPIERS `,HLU IE AIg PAYMENT YAR0ENs . MARKINGS WITHAPPUED TD THE - CF TIE TAPE AT / RAISED THE 41,0000011E RID 10010TH 0F i0'E 05E9 Fox LxOkE..ES Lor AT to / �PAVEMEFlT FOoi S=ALNG Fc SCUD THE TH5 J PAVCYF0T 00000[86 IRFLEOTOROEDT 023809 8 015816 TRIFFlC BO1R}IS O258M8 A 025628 BINYMOUS 01HESNE FOR PAVEMENT MARKERS 825828 PREFAISE1DATED RAE-ANT YuaukOS-RRAyw1ELE 035405 TOIPCRANY FLEAIBIE-REFLE:TWE ROAM. WRYER TABS 025605 LOF MARKERS ALLOWS 00 EASERRREIAy0+1 OF 20" ± •' PAw.EA1 WARNERS ME rA+E sIGILIVE CM, - 1100 TO SE LS¢ a EOM UM 2. H.0 YPE •D. (S. MOTE 4) ESA (ass NDE 2) r K J" 1RAIC TWE Tr SEE nuts •] B' TAPE 'A'• GRADE t SnBWk - mmermmes sear 13 1 9909-1 `Try c..3 ' M-114- FolkE =AT 91:E. CtiuPIciED Tc ons flIFLTBF�R PHo- PROCTOR 01456.APROCT P f dF ...iu�s 9. I " }2RR ORTuuu ugOE ORR E.CI+EDT .'•11%-.0 EOWL �i s`s''e .n•:.� .�.! •�. � ^•li��� `.,^ ++\ .. 460002TE0 3u30 40 L a mcP024SEE ER 1Ca5M {SEE eure r, I EPEE . WE is P.C. d ° F �_1 �' !P y'J 1 4 _ 3 H M AC STREET PAVEMENT SECTION BUS SHELTER PAD TO SIDEWALK INTERFACE u c;1,1 ",N ca+r DISTANCE AM OtRTH MAY WHY TA LS. PETE 01 H PPE ' 5'MLA'S.(SEE PATE • , ---- _ _ _ TwE Via• Hwc OF _ _ --- 43151150 P0AERE5i ---- ErTm.c 1104IERtu ____ .. WV.ASE RAERNL1 E u5TE 0) -r [SEE { -- C NRAT T5 EETRED 92X Ra pyo 0-) 9a 0u52 A, T[N41A 1%3 N OR ANCIEFn iei "� �.. 3.431 EAL2, . OOtim 4 DE,SIN IME IP lu:I.vlxuu tr m10. M PS f x1mH R ruSi,E.SHELTER 1) \ c Ekl ➢ • 9" GuRD CLTIEo Y \_: ; 4i FULL DEPTH PAVEMENT REPAIR IP PRIM.. sm' OFP9. a r o , 5 xECM =Ex1a7N se1.R [Ix us. -.. 4145E IR.IR.tlp9 0 0 OIR k IfR n re.rr._ a•wTev In 1 ONCRHE. SIDER1N0tra 01 511515F50.2. 0... Tm I I x,91,. I GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw (Emo 2014) CONSTRUCTION DETAILS (1 OF 4) HNN: Novi BGIPER 1 eV p.m`II 0 -' 4 EAR5 O'FmT 1R 810102.1_ oiReacTaf- ..• Ts0 PROCTOR 4 I 94 �c • . _ _ _ _ _ = 'NPR 'n' GRf9E t 2' MN. 3..1.450000- _E[/Snxc su 1E1 DR P,u isTRAL w5Ro 2TED o RH {Te00T REN au. 227] WSE 5 . 0Tx-5 OR TYPICAL BUS STOP SHFJTFR PAD DFTAII ELEM. ROVmcE0Grtn EQUAL [SEE NOTE 1] H MAC PAVEMENT CURB FOUNDATION n V s N0E5. CONCRETE SHIT. RN) SLBORME ELEWl1002 TIE IO'PER 12-I.CIES OF EXPOSED RAIZ SLOGRACE SHALL 5E COuRaC1E0 TO �+ Mrvl uv 0Ee5U1 PTED TC THE :MIREDCEWI HET 1040 • 00575 2 [AST& PnN.0 CURB k G UM N06NRE =MEW (3s 1LL%j. A. SOFT AREAS HEUHFEP 9HHL BE 19.014 D NAD PROFERLR RAEcowpacTED ABOVEc % �' L 2. 5R r w01. WUI5 TO REFORM Pnsi 2410 MT r, IsSPEC112 ; AEC P516 µL MOP' 1E5P.5 54311Ex3111 lu orry y, ry;1y a 2'{J'L 94 •&Rg 0 1r O.C.EW. � 1 g 4 [roma 2. 0F. Mrv. c[vER SEE nETNL Ab46 Atk LCMT S SUB31LUkP TO HN+C PmAFFM SrRF s lu A uHY P 1HE i+_k c:.xi IETxE4 "u A'. T+Ek �aSi Is J. rage PEOuwEn eFis aA 'n INP Tax1E Eco' IF PoUE EcaT S t,.:=1 FOR .T EYrtN.ED PEPoO. cl NNE 3ttr:1 PIA.IPc HAIL. �®�'1 ® n R EXES COM' (a ui '•., � .. a. ISE RR 76-22 FOR TYPE .0 HAUG AND Pc ca -22 FDR TYPE a HP.. a xa OR = PA= / eSANDARDS RPn catty f 114NM+M' PA1ENEPT2 •h'. / Ee 5 1. HO.BERCOUP.,1sE f IIW` i E FFF'IEur PT 1x1551 EUERTE5ry 155112ES. HILL NOT XE TEs�E, (« u�u E / f �- "•,"�'�' \. 0.0 91 STR,uP 0 2 E Dux EC To 2 40UIRACT30 SHALL 4110225 .0 REPLACE TERROR.. 401.6. •3 1E0535201. T702501:0 THE 5 TT n u '2 0DNSTRWTCN - Ess [Su0EUR5 To THE VNREAF. as HENS) S lOSTN 015571 IND R TEMPORARY PAVEMENT SECTION NSwITHx 22t OF 09119,RosruRE TYPICAL BUS PAD DETAIL o x. ram%. r I., 202.2. NN. ,20.1 awls ie rl } GOLLIRAR fm emu cwr Lam. STa Nall m E 1 DF CURB;;aan SASE ISS CMS H 5 a IFF of c_rmx • F S s i :i r4111 r7 J s FLET FII LET T F .I E B. F I. _ „_...: .` • -IL . BEET .' :�' :..mss ". V ] m� 1:: �0 • �- 222. in 21.1212. RPM win. 1 1 E T T E = - an WS ..-, .E E - T `. - 'Itg SiiE LOrAL STREET STRFFT (ONNFCT1LDN TEL 41 OFTAII ry SECTION B IWwsIO.s N aIENECH:ING =B1 111m STOnt& S. $12,249D 11. ET, 2 €W2f11 FANO k SHEET 12, GENES I I x„11. I GOLLIHAR ROAD IMPROVEMENTS KOSrORY2 paw TO %E6ER Raw (eaN 2014) CONSTRUCTION DETAILS (2 OF 4) GGW HA ROAD eau P, OST ii E IUDq eNN ,•_. �' � p o .e eeNeHO E SUM.v� 2.-0•F d2 5'-0• g�g Gi i — e. py NNNNNNNNNNe ................................................. ........................................... ........ — ......... ... ... :ti... ., [12 SACKS OF m 1\tH_� --- E SOS, co T3 oEusIN SELECT pu'+�AT@ 4.1 0pyv l mI�195LLx Is 1 T J a KIyy;. V RSENTE a SN+mGE { RELATE LF MIILNKOOLUMN ■ R CONC. F A� I O DENs1,' L2ST, 0998] S • �'T�YE CONC. WING. IUCCH FEASTING. INSTNL 12 LF SnLoNSER y ❑. a .. .3N FENCE. RE�RIEET TA FAST, IRCK W -'--S. COL TO SREMAIBRICK tr]Lk+.NIffir n _ SECTION A de OFINFCNMeS NEN WEET .1A AN EAST. RCN FENCE .LA0 LGNC mumps To rm0N 1115) FENCE DEMO AND RFPI ACFMFNT DFTAII CURB INLET / MANHOLE DETAIL a a in et at n 4 e 6. l4.. rewoomes sear 22 LeaMOT NO. Meal so:Fr a M-14 Ka INLVERT r I C 1 f Ir RC z Mimeo MI KI El SLE SECTION .�oPea ce.PE0T Ilil a. 4 = 1 4` $*411 .eHe'a sr vcl: °� I rz STORM IATFRAI A -21A HEAOWAI L. PLAN AOX CUI VERT FND ,n + .'rte,:' �6u3Ys.IC NYAI fiFTAlI s .�S y� �'p p iiiiiii MIIIMIONIMI TYPICAL '�, cx sme.c,H POO 5. _ .,,.... �.,a , 90% C1ILVERT EDUALIZATION HOLE SECTION uT. ers,a a r er e. Ftnysni pa .re I krf I DO.. TO 1... § VI GOLLIHAR ROAD IMPROVEMENTS ZI KOSrORY2 paw TO %E6ER Raw ' ( N0 a 014) CONSTRUCTION DETAILS E2 N Zt (3 OF 4) s IMMO DC Wa aiCTs Anes SHOE MAE. EOM, num .,..T,..,�.,,: P111,11219 CP% anO � . ie" m«vaT� w"R °' "A ucx` 0eramu �»-Duce a---_—=_117-- - — — ---n— -- -._ 2, STORM LATERAL A -21A HEADWALL ELEVATION =W - a r .. c s �" Aa rorex. aws L -- bt. IIIIIII M. R'y ‘II. . ...eeeai.k w va7 r .=•vim s. Pclea manna corm. 2,12211112r a i.an6uerencerHr ea OW.. efOINOE eLODO PM. on..c ar x.,eHee. •TL ��.�µ� �. uQe's. 1` recoaeL Cum sEeEe 22100.112112 IP 190.11C �rLS L au aF. eaoH+. ' e -AUR Jeremy tir batI• I � - Es 5EE kEYur 4ETOL ��SI • MEI... 1. /.. ® -� . .... . • .:. 44'r awe • E2 OC •,� [ .1. 242 _ern4 ^_'. T .t. rwe nrrn�� y 4 52214:' ALL 612124 TE ®E cuss %. s mPel. `` �'� cx c i.e . TYPICAL CONCRETE COLLAR DETAIL .. x a a .,, fay- Y.. r F •Darn / �� /� � te oG bue a mum sEx FOUR! 17ATION HOI F DFTAII raw (TO BE USED AT RCP-TO-B/C. RCP-TO-J/B, AND RCP -TO -MH CONNECTIONS) STORM 1 ATFRAL A-214 HFAWi JAI L SECTION GOLLIHAR ROAD navocoons /Bur Is v.1,- ,... a i :1 11#411 1 g 3 ,,,,,,,.Akt,.....,A • .. . 65 6E,E1 i' 'll:C'TLIIICTEigNSMIn1[1.?‘.M.CTSD'O'6E[1170.UIE TRUSIEgElD'DITEITgaEt4E111171r.TED'5FTS616FEETINACE'llirl ••• ...1/ , ' , ......• , . . '," • • • ' .1 1-, ' ''. ••• .5. BEND b R.O.N. 1,011)FRE HYDR411 Ej L' EL6ii c., 2 .- • . •• . .-- • • • — -.ar -,'E ' niniamianiiiiiiiinnimainiiiiiiiiimiimilm 1111.11'1111111 '111111.11U111111111f 11111.1111111.1[1111111:1 1,1)11 B -Rd. rFE FRE Fiori __ rrA - ' -• IN.,11 •:, E •I• T FEnram pc I ..-re amutimm 5 " "1 9 GOLLIHAR ROAD IMPROVEMENTS KOSTORY2 ROAD TO WEBER ROAD Z (U9N0 21314) rn (.0 CONSTRUCTION DETAILS E2 'NA) (4 OF 4) _... ........... ..•.. .. .. .m• • ... \ ' / --- ' . ... • . .. ... • . 45. aud) ,, . a• • . DE,n LE d Es FIRE HYDRANT ASSEMBLY DETAIL 8 C. o ra [E,TER I 1 D. ND R S.T16 AT STA. 5+87.31. STA. 13+90.00. & STA. 11+90.00 ,., a'• .6 Ms:UNCTION OF CRON s' gat „. I. MUM SDE SAD.. NORTH SEE DM. : ITE -H- TH I E :ITEM. DMENSD. DEMOTED HO. 1.5111E144X .111E,IN7 UV FmE4 NuLT1 LE T 11 ' EE ,L.1). J. WE. SIDEN‘LY. olVE4VE.:6111 46E 611TW... .., I E - 4.-,,. 011.6E9S0 PLUM TOME PNECDOBSE. 6. AO.N.ISTME,P r I E 6L1 61)11 4.10TH '143 • U11- - E 14.11 ON C.VE., DL305. S. OLE C.F., c- - - 101001 1, - .-L !,11EETS 107-100)4.43 64340E•64_ TETAILS. iDF:NALL, RuNNND c_lie' [EMU: SIDEWALK / CYCLE TRACK & F.•: -..LTH SIOF SIDFWAI K WIDENING DFTAII n n ,, MI t g t _ S - BAR DETAIL L. ------___g M cse.nc beiY tc ., 5 L EXISTING L J FOX CULVERT ROOF REPAIR J DETAIL REMOVE AND aEPAIR EXISTING CULVERT WALL SAM 1' Ir. .' nix. 1 1 rt -"SLI://: -"Ir` (HE FLAW 1 11, N g GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO %EBER flaw 032+0 2014) EXISTING BOX CULVERT REHABILITATION (1 OF 2) I 11 F. II xm-cnv' ix �mn GI: „o��..a II •a li�iuvn uLL II R I yi a --_ www n / ry' .m Ear WITH REBAR WITHOUT REBAR _...' OWE ®°�. Cr'1 L'.t ���- .' CLEAN AND REPAIR SPALLING .is i a .4:74.r i.ro E,. .n cae.r I I roe PLAN g, .. ADDITIONAL REINFORCEMENT DETAIL FOR END DOWELS & AROUND MANHOLE OPENINGS EXSTING BOX CULVERT REPAIR DETAILS 0 a0 t+-rwe wx LVIVERF r•• .r•^. ramereres ..E0 NO. ,010.1s: 1 `xl o*_ .. Mei y 9 @ 9 9 9 e® 6 0 ® 0 R ® 6 a € g° 9 ® © 0 9 0© ® G I ' a 2 3 a € 2 a # as a a c 1p st 7 4p ? ? s s r /2 _ s a R a@ a = 4 x za zw w cc c.. g g_ w •__--60LLINAR ". z z z'^_ g g g "'a R -I �__ _ �. __ ROADI« _ � g a 3 g g; x a 1.' _ ? e O a ! O ® ig i 3 e Q PLAN R 0 BOX 0 CULVERT y iD 666 O REHABILITATION 00 tw 0 00 0 y -''ienc rs (1 -lava em cmrmr (1)-•o.9 em C L1 t+}Eeao em cumaer FEnram w. I u•-re I ere I amrAnym § L/) 9 GOLLIHAR ROAD IMPROVEMENTS 4 —1KOSTORY2 ROAD TO %E6ER ROAD x? gl.4 (P10 2014) m EXISTING BOX CULVERT REHABILITATION m°@ (.0 (2 OF 2) 1 ® O O a €a 6' '7 p g 9 8 o # � ® a g 5 6 .�. a _� a4 __ __ __ a, --- -__ GOLLIHAR ROAD - —__ __ __ __ } __ _y/�f_ __ �_ __— 'i . tl ii Y I y e aa 1 9 0 6. �@ 0 X21y1 "i'. £t 9 9 PLAN BOX CULVERT to 3EHABIUTATION o w 0 0 6 6) 9 sM �Atom r. G me. aus., A. m.. ,nx. .; yFm .0 xaxx nu am xa wru. C3' L.e OMxo O. x a o. x .os.m x..c.e moamws maxcm• �,as,ramx.Ma ap x Ernx ram El. L BE0CVE NO BERACE m :Ex. ac xcr T 1 7. a ® C.231. 3411-1 :woman arm'.2 40.,E , rte..,mom.. a nuil —Br-- To ,.. ,a _ Of _ b. BE. ,mer s>r�"sEInEE. wm x�,n`"xsr" MC. 1. PROECT REQUIRED CLEARANCE FOR BREAKAWAY SUPPORT Amiss � ,s m ,. s'°`TM` e57 63 M 5.10306705 10 OW W 6.55 CoEE CETE� no •3,01 m La Fce on. moil es .63 Lime , h 4.r 3 "00 .Gn „01 0,.25,00.,,r,O 2.102 .1 OWL11� � 2.01r TO.ne „��N �,�, P Coffin• 0......E. „ea r ne• .EQ 1� Rua., 4N3w .3 mmuN3 663 m.o. a :: *�a 'a A _ r 11 va- 0/551090 E ` L .= .= ,1..3. ban - 1.16.1 L• W. �•i4 0.313.43E5 c. u' "E n. .ter �. x.• H.6036..0E .r «a7 WTI � �I, ..... s«„ 00xr i 4. x ,1R E u ".nl.�. r . 4,� nrL ,; I I x,91,. 1.� GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 Raw TO WEBER Raw (BON0 3014) SIGN & MOUNTING DETAILS (1 OF 2) CAF 51. ME . 04E5 511.1 EE NELTANDLT _Folm. . MINNST 20 3 wlx 100 EY -19 cc 00TM aria CLASS 1E,a: a FRICTION CAP DETAIL TM, x. C 00 E. - .a.E_ E . ; x .n R 0 5 FL. ME PFE EIM UF E 111 11„ ,,C„a ,,,,.” �,,,o. .. Mr<C R rs .E.Ea. r MIL 4100 a WO.0 ora 0019 m 151 204"0 21CM.. CFEOTE1 a ,E 5 THE T.7.1n1VAnr E 0YIE0 is 0E031.464e6 nm is cues n 5ELE 5E .50+ sr>, -x ., •r -.,-. ,.,” ,.,,,o ,,,,..„r. "E "" 1000 i' "�00 000 E..� .r rxE rKKw.,,.. ,4 .. ARFER'L4L TEXAS TRIANGULAR 1,_.- Ea _L, STREETS UNIVERSALx SLIPBASE SYSTEMSITON - NTINCH 3101T_C 0..... N513.0 CONNECTIC05 Hi., THEN WLTPLE ?MS ME YOTALLEC . T5E x.,nix,s rorT. En -L-1 o c, 3.3 rxEs. .Enm, Emil :n,. n W.MEI . ,.. COS x 1. +rt•... T.P.E w.ry wO. .Ko04. own.. 0..0.857. re. CONCRETE ANCHOR _ WHEN IN 5x,57 wx °wc"rn�m»cmn021. nt s ,,... .xoTHE [• - . COO. Nos 11 MAL& SEW. SHALL EE 1.113116 . 6311.20.3063-0 RECC6.10.120S. SIGN INSTALLATION USING A PREFABRICATED T—BRACKET FOR THIN—WALL TUBING POST Y-�/044 SKEET 5IP15, 0E.S A. 5 OT SRECIFlGTOAD F. STEEF COOIFORT 104 TRAFFIC =_ 104E 1151 .HN1 HR+E A 0r1EATED ROM .E 11EFLE 0AE LR11IC PUDE 10050,11 E•,+Tm I SH SEs Iw. r0E Iry -O rT yEaIA C BONER' E £FI 'C DAKAR SMdT DAMS K RASE TO t1//+" Ae010 11121151 105 Demo. sEKARL 00 .400E ANCHOR SYSTEM DELPT.11615. P WE ! SOP. 5FEETr ou W Tlu .11 LONG MK Wrc K uSE6 TO OPPSRT A. 00 To tFTBLMI +j 0 -I' w 2. TIE TUBULAR 071 ET. •01/10 +RFFAl,Ikw0EU T-EAnC5EF SHEOL DE PERAPIENTLTTC Alll LOCATOR �s' I>RR✓ 1 OFGry 211.1 ARE S.BAECT tTC THE KoRO+AL OF TIE POST TRAFFIC STANDARDS 5 Ex ex:S 1. CLAMPS. NAP OP aBONNE0 11x1e1011 s,¢„,, R+1+ KOK ' N e�:.•._•..+'p -�T . .his L... P g ... ETF E Tu94uc a'PET KR-110..F.461113 EEDO t�MLHLTE DOOM of KED uNIFxS malE 1101 PsuiC TAU aff n• F� LR PNEGLwJ m PAT nEnE Flew E WEBSITE J.FR / m om. '� POST WITH THIS S+050 SHALL WIFCFNI TO THE FEILLPN S 9RECIFlGTeB6: 0.0114' mho. rvu T.LHNESS 13 ORD TAW [2]T5' OUTSIDE IXANEHPI CI14] aS 11100 SHALL S3 OR E 051 AF1E9AS CR � .EOE 0400 01 REDED STEE011 DONG OTHER STEELS wx BE US .'i IF THE FCL.PKO. 05500 CN WK.. VIEW STRER;,'IH Alo .5 NIMBI. ELS.... LE ?TRv1:TH (11.0117E3) glen 3E WITHIN THE zwLg OF DOW. To C.oRs' PER i gwi ER x4001 THE mai or x.3sv To z.sev x1LT 1121 c •IIH 2150 ARE FEx MILE L So[�Iow1EiEA'. SPH 5r L Er+5E F 1 grvFEF •5E NiIp 1).n uFx 1asE LEFlERS F Z y� $R i s 4 7 -MN Iia N1u.N V70711 O STREET NAME LICE R xl LOCAL a aRET NTmSq BS K. couEi"F011S Ail] 8' FCR ATL LOON. STREET NIERSECOOIIS ALDH Po AnE SECTION ,.pl O L1TEin P +IHE b �pR� p EJB" II r Np,'C s11 Nr Nle ,„0.S.11MALL T9 SS 0 y ICJ iR II�3 . �,y[7r 6 I-' 1 II'a. COx6ETE s. 5HP1 HUNKS sHu.L THE PPP ALD SHARP 5046014 411 THE PL.wS. AnanioneL sr. '.Ax {c0IIFP 1 THE 7-11AS+lOEf FOST FOR 34' HICH PP15. '1,4E CL.,AT LEIOI :' 10400 IOTTOm OF SID. WHEN aOSSpIE RESIDENTIAL STREETSgOEWx-+ SYSTEM 50 NOT A s0N1 591IL 'E SPLICED PLEAT •1000 31051. nw iu*Fv5E 41001ANCHOR5I'+1 NOT EE 'PULL vur WEDGE ANCHOR g S.'1-31.111.1,':. STREET SIGN INSTALLATION DETNL STREET �N SIGN BLADE ASSEMBLE DETAIL A. TEE TIE 11000P11 0000.501+10 35.01 *EESHE FOP CmLEO OPAPNG0 CF 5FlN 5/51 CLAMPS 0112 1441100 SYSTEM HF HETKTs. xEeSTTE A1nREss 5 ieu' urAron5N ,51' 0 � (1) {III IG' 1l n ANCHOR srs P51.m y�I• F1 1 WHERE s' ROCK E` BI 5 ATC Fou+05 11xlnLL DE A ul0luuu L[UIH 1Fl 10'. x0400 :cLBT 0;ck 0 01u'u�.T1IE1Ep EL0.0 • 110 LEHOL THE 01.110[0011 00Aw EKEE A WINNOW T111 111 E K CERT, OF 110' Kole . IF SOUC =.O^K I5 0070I50E5DT. TIE 00NET/50115 Bw0 00 REu'EP 41 LE.OTH As 50G0p51: Ta A 1.5111.µl LEIIOTH 'oF + u+TEA1AL x5141151 PPM TIE "ID=T/S au HYL FE FR. THE ¢Ii /51 11111 T1 7+4350110TME111100NEE.17 0HfN . . 1: (cm) u _E OF /sue 5*15T Sow0 NEE OF CCIVCREFE CR D11.1 DEERE. E. .HRL01f SLr mxuA WIT% ...TIE I. A LYRRHE AIIAD 01.I.E COIGREIE 1510 H:%E 11 s A FLA. E 140+1 TOP 1:F 10. ;/: +L0+E THE LCSIILTE 0051116 LET 11)00 6 AAfmvouATE>_r + A M11Mu5 . OATS PM 0OII011FE T4 BEI L.LESs 'gym 104E kEF. ROT TO SOLE GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 ROAD TO WEBER Raw (BON0 3014) SIGN & MOUNTING DETAILS (2 OF 2) INGLE SIGNS BACK-TO-BA.CK u'*OL SIGNS T'�y SK;H P,wEL LCC+ wAg1Ex, ! ��•�. SICK ...WASH., Ir 131 EiK ' �, n POS .0 I ` 51•` - 1 1 I1 I I I '5+11 LOCHS QUO;. RASHFA 1_,� �",... 5100 w.;:,i 30"30. ERO WHITE 550LE/11,0 MEMO 4ACK651/00 RED AEFIECTME R1-1 STOP SIGH ON su T1 THE SIGN POST. u. arrti:H SI 6 WERT TIE 01:11 FOST I1TO THE SKEET AAD AUG. Sym FACE 0111 P.M. ...EKE SO.Ef apST 7 Ar THS Wu 10110 maa1 1114 11Naies of RE 'REEK Fx�u.� 1 1 . LIN WASHER, LILT. Fr ury HIGHWAY'\ INTERSECIICN ` AHEAL• rI c„un II Rp RAIL 1411713 FT x 0 MN HIGHWAY , ISTEI1SECIIGN 01EOG �f II 5 R MAW 01E ll FT ury • T.0 MM. 51. 001 THE CLAP ARE `� +gcs =elEl atm ¢s [1)155 DOLT : ' WRAP. x101) LDPIC �wng1 Of BOLT nrLw �- 1• LE, TH I H FOR ALA«IO,m A.) , j NCH FOR 'RASHER. g91191T NUTKER. •HE. T- I,3 LA.'S i0E T3 1010 SlOoS .`.EO RA,4-T -:_.. k. µ+E A Of 1S-tl5 ..1.12 AL.A44B3 HEEEE APRFOwNATE BOLT Len. E A RpzIWTE NtxRpuS PPE SEpFIC CLW UNINDLEE 1 CLYR • HE .HEFO 104E 6OLiHCLh FOR +1ST: MID SIDE H TlPES GIVER BUMIIRL �LANE ' /➢ _ sHGLL�FFa - 1 BEHIND GUAREARML NSG 0.0YJACE RASED W 515FARCE REM. ICN ?RPM SIGN LOCATION _ p P,utE- 1 sHOLLCEA --_, 50-11ND CONCRETE HARRIER 5x51 RAL DR 5MRETE RNR. 9601+1x10 511TTC 9E Afut;TFDECESE.ONG WOr FIELD CDADLIIOB6.PL. PAT � Z /? 142441K5 IIs• S t/s O5 ` 5 1121111.1, 5 I4 OR e• a 5/Z' SIGN CLANPS Y. BE ETHTHE E SFECPC 517E CLOP' Cit RHE 50H95AL KA.A. TYPICAL SIGN ATTACHMENT DETAIL 6.150 0+10150 REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE war ,. ,,,to NO. ?MI i./. 1 Id 1i aTT.21..... N.2 — d ' i s 4 3 K r F.— 0 I .v —•{ w _ T , 1 IIIIEIIIIIEIIIIII® [ + rr . .............. !Mr"' CENTERLINE FOR ALL TWO LANE ROADWAYSMill. TYPE 1 (TOP 1Ew) W DETAIL "A" rWE E M -n "B" Claw "C" DETAIL ° = = . = = ° 0 1-,,.-,, `a- SENEaAL NOTES r11PE a CEOS �J I.us. PLACED x a LHIS SHALL EE Fucm x ue w1H xxo ° ° ALL REM!. THE Psra 6. ° NAKED ...v.a s. 0 rncnnt ....ENDO. 1110 x un xc3 TO NNE K2E CF rr "x... unn `, -k -�, g `_ .- 1 h C� RE Loammat ...ds 0 0 0 0 0 0 0 d F SWALE PANES ...PENNE WREN 10TE 1-C. CLE..EKE TONaND TIDE 11 (TOP AN 0S"WL 1N1FC 101011 DE NOOLEN CN 80-FNNT CE11E S CENTERLINE $LANE LINES FOR FUR LANE4. _r-a<ti i E4r 011N yC1101 § VI GOLLIHAR ROAD IMPROVEMENTS KOSrORY2 ROAD TO WEBER Raw Z 1I• (POND 2616) m m Co PAVEMENT MARKING DETAILS E1°@ N Zt (1 OF 2) TWO-WAY HIGHWAYS e,• ,ME uxE Items a xj e a a a Nn nk�.M 1• eowlFnue, 011 101Po.JL NN curmwOE Dano e SCUD • cax>o1Nriwlr 2.2n. 1w1 TWE 1 w-. UNE d� ° o ° •, a LMEe e = MICE BCE e % = ssskxf -iCxE:i.E 4. N la—KE w• + W—.1 �y� 0 I o \'' l o 5 Nh-x';)quL — — - t' ATEA Tnxx LYarc----'"---.--.._ r .-� $ECPON A me F -c eo 4� RAISED PAVEMENT CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE CENTERLINE AND LANE LINES FOUR LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS MARKERS EKE No MIS sn, Fu j�F1i 9N1.WR VII 1`_ d l +' NUM MODEM T Pr 40-12- um. .. .� = o o = = = wi6 vy ,niml uvea 5 Nrr o e• swa TMt. UNE a• wn:o TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS e 441E VW CRN% .J -ov5:m s am' ., RAMO As. I20U ,y,, `'�to L _ _4.... MkE3 1191E �]] WEER jl 1, ruj V J WTiE3 E. MEE UNE UE �:UI 5t 'Ii k I l•—•8:1:\ lYFE 1-s 281E ERaNw � . T' 1F._. ii. ^1 d r 1 g 4 3 aEz, iAi $ winE Or, 11'wiE� xr MIME x ' R F. MN IIvE LIVES 19J°" MC oucoo.r cc ;n = u.• 75 F LIE I -o -T -�--- " REC e 1041 WAIL 'I k`>•NIIE in') — z saAca ATNxr i3EiE Aar DETAIL A DETAIL B SEE .L e T'lO -WAM' STREET � 3TlEULY541ALr11FT1e1F.ETH7STRAFE LUE TYPICAL TWLTL AT TWO-WAY GROSS STREET AND RIGHT TURN LANE DROP �� — — — - - - �r u _ i1 � W st;i$' rrv051 `, n' 2' NIE[521LLtirc VNO ).n> = = C Leo } • o 'LAVES iSFE I�IE 31 l 1-c r VICE GOLLIHAR ROAD IMPROVEMENTS KOSfORY2 Raw TO WEBER Ravel (BON© 2014) PAVEMENT MARKING DETAILS (2 OF 2) At. �y� y _D51T5R B. 441E LIRE LYE n ^ e - =a DETAIL C q _ — �.-.N;> I a O §3. -.F IELLOR — — —"� 1� 1ML 3.2 SFE CETAL A A. Yw — — $ 7._V' GENERAL NOTES 441E BRs11E11 TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE ''-'' r 3... ..• _i " 'rI■ ■ ■ ■ ■ ■ FOR 1051E1 WEED CO ROAD HEW 11.31® DM. Ta CR CALMER SSW 45 OR 1. REFER ELSERNESE 1' PEAKS TON .GGIRCeIL •ru 'L.CE=Evr 4x51 0ET1L5 5. LANE VW a Anne 5152 -5 MERE H LANES E ON 11, oCiu�C1 4 REE u LIAAAARP. a 0V 3144 NAY . LAE v E 0'"m155 4455 ew 3 3 r i1EE Ls Fat a3T.wn 0 .AM S ACF S AN 1, THEM. @Ar5 FCR E3'+N 215. LSO sT.•12.5 HIGHwxy 51USE APR. 10. L�E9c.s Ful NERD IIXAi. v 1 .. I►„V►I„►, 3 TAO! _ 41.0 1FR151u 15115 ARE 401 TAU SETS EE .AFRO. SHOED RE U5E0 IF THE LELL.H EF THE SAY E 7a4TE4 THAN 'HC FEET. 35144 A 9N1E LANE PM 2w51E0 SKIM ON POM ![NG 09E1 EWA_ T ON 1455 1410' 10 1PN USE AAD E LADE rt LEEMAu DE 7 THE FALL -440TH TASIN LAVE. V. FIRER CTd0SSWk HATFRVS .5 MR. N TE1'1E}AS WwWWL (344410131115214 L11HIHCL CENGES' 411 AE 2510. YIELD LINES GHLNATS rt.J LE�O 1201 4a e. n 1x11-441'3 IFIT-PSIr 1154 *3*154'F nail 4YKE I€ uhkk1i 200(1 8E u L 4T 115 1450511 0E . T£ii*i44 sr j4E iE 51125 o1F .1 2 r -L,11 n FT -TERN L4E WRFk A p)R11�.q. RET+EATNC l!E Y k4+C .FLEA EAGH Ir1Et�CTgV pH CE91CAlm NNk &+Y IS xpi R�FED u+IE55 Si±RV El`.E*HE1E Ik RIE rLw5 _ c um D.E°H n �.• w..o- 4,wH pc. a '46 n1,160 fa HOJJ • +":nr 1• r. ,n• a r ma�n w c.H: s�wi icesw c ! ' 1 1.1I . ,R.,a.nn,rk a... r+a- wm�. TS. r nac e� ux §i±F a.r.. upsms 1 mm J�� s _ a t i .r at, V nt .- L r _ ryI TYPICAL G. CURB & GUTTER DETAIL 4' CURB !. GUTTER DETAIL G. REVERSE CURB & GUTTER DETAIL TYPE 'X HEADER CURB DETAIL m a KT m m o COP STM: �x,rsaw. �H. HaH„ �. � [[r� H.nYwf I,/ I. _ am e'�'aemi a�i,m PM To ca+f. �.OCR. as wren 1 IIRBRR 1 • T00'-I � E W u "sv`wrwraa` • uN •4', ' -" ........... . .. ............................... fj .a..1 10, Pte' •LAN SECTION A—A L AL S CAP CAP C. TO DETAIL xi"` HEW CONC. TO NEW CONC. NEW CONC. TO EXIST. CONC. 'VALLEY GUTTER DE "'� .. . ...,. CET OSE w. m rr.c V. irYi�r¢n w.a GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER ROAD y, (WPM 2014) CRY OF ;:THVJT CHRISTI 4R," 1p CURB. GUTTER AND SIDEWALK E2 STANDARD DETAILS TYPE 'B' HEADER CURB DETAIL ^`�' �'�*'+•00 cwe - u, m awc .411, .p need.. ccucmc a cars -■ MEM CUA k CURE, MID HEMFR 'nrTrc� e `4.10 L m "000�l r E om •vso rnx am umm oa : av p ur 1/Y' irn a .i / 1.9.111. 0.99 SAUL 131a11191 I, I B t 1t AI. 11.1.1.0.71DEe DT ..ye • emro seowx ac a,ex d Ixr uVweux rani en. 00.1a5 0...6 D.E.r6 ..MR .�_� _ ` C.C. z14 y y I ...� ;'";r ' � .s M.FF, FA• cI u� Cr me -1 x.0 `L - r. 1I� 1 1TL, ri. ■FI. I .. ,. m CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEW e •OT m iOsIE wee 'j•' ._.. s • xme.a o,P.no NOT re .x� r m xm m s � ,nm am cwm [.1 [[n c mna�,ms 1r. ..K r • - m., -•`yy,re. MEL 5 sEECED TO s=¢nc co,. «,. sun . neon./ wm xn ilex N .v, i,.mc..�..:� .••.: .- .... oao c.c>cT[ Uco-yx 4e. 6 xe.pac -�irtw1a.L m spr snmix imr, oar vx ex r.mr. 1."‘11::7— '�' rlx• l . . enHsplmx,m owm� ^im I SSk�h ✓b. °.N '. Y x suee 4x � S --- ] ' P P.ELCY�u,r�xn u wonP-.aic °x OBI _ ..-...^.- r.. L ..0 F; sx aTra'f WT. a�14 it 1."S• A ca. m HL 91ff1 WAY FU ,v. °A '"' """°`'r""""" NEW TO EXISTING SURFACE A SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-B T. 5 o�oom e+. 4. Ulna 400: i.nwou s x X tt „� r 1 �.>, evmxe,rm.I ! 66515-0563516. W57. 70 55•17116551176 3755.53566 wrw. a �s1 i iiiiii I i .- 3 1 ; ,� (_� . ASE PEO MIS KEEPL. LEif it U IT d a P1 1+ _ > r �„ KEEP LEFT rig 4it1 u KEEP 1.01 •X10 A�If r�Pk R45 400. R9 :Aq9.! x3 -.18"f 2 x02! .' . R 7 :i1" a i R9•7 (X00.1 113'.18•'1 MR1w ..... OY1ee. (2 de.. 11) UNBUFFERED CYCLE TRACK AT INTERSECTION (SIGNALIZED OI ALL WAY STOP) arumwe 0.-0- .52- WO' 1w y.,� owr r,. xER1 a e16ee. n.1 WWE THE K22 4122 6Y 50. 16• GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (eat+© 2014) CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 1 OF 4 6555 41 : auwee4 _ Ere1nc mn22aem. m' m rww 654 56 70 • Rc* 547711 • s- owe .en.merpal caor uwn.e.isow:m .ce ,....mr4 = V i 110 9 eater 001`.. n, 3 .555. 6.65665 5574 �-- � -II '' .4...,no.ww�a o= sy � 66. . 7•35774 KW 56.43 FC 6446.470 5556 45 0565054 65464 a� UE x KEEP I ( KEEP ET KEEP � -x lc 04.5 %KU.! Ry 7 160.7 12200.1 1q•.1971 n2':97l ,1x•6'1 113 ,18•'1 UNBUFFIRlED CYCLE TRACK AT SIDE STREET INTERSECTION KW gman re awsarres 40 9,9A7-7 NC —57..:' 957r—r .n. S lee. I I 3C b N (^v.I m m to ^v.> \ / Euq�xc5aun a SIM leEp9n1 {n J ineYYN CNaS _ . i r � s d Y ref 41 13E XI RI KEEP LEFT •gg plfr .,,. '°' 7 en i �I 0' SW. z .4 $ r KEEP LITT IMF KEEP M 600.7 IMI ! Pk I W 5000 .5 +0.0 A9-7 40000.1 02•x79-1 12'N6•? +t II 1.9-..-• 00 7 tUM 1 412"n8-, ,.2.19', C'YCIL M.:K/9=1NX =NW, BUFFERED. CYCLE TRAGIC AT INTERSECTION. (AIOHALO:EO OR ALL WAY ATOP) Eefarnelu E. W .I wiawl NC... M a OITE. EE] Ke TO Kone PI GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (eat+© 2014) CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 2 OF REE 5 I40.4.% woman CEECLEMEICKARESE +Y we wrr n WO nnotnILE 01 to m +e um U'Awgat�x• onto a re. �. WOO. w maormolu D'''''' % memo i"ce°On tow none okete iOnalneeC VOA Y. Oft 4 ....093 coma, mon lam. le te we InerromEn coon! nineenoe soon. on Ammon mamma nne nu. onne fnOt lore gmwlm awsarres are 4 [.[ aa5nx.uF .ebc I T'^+ yy T� • ' �� — _ c - - _ - - • :jiI1..j: ITISI er Mon moan ...worm smn E .1 � i $ L .i = t . a°'+•'" ��_ m mo versa Talmo�sxr war � • :44.M.I4:m r .. mw0:444.mi .an PM srr •a mx.wr xia31 asp xn nimM1 .arts- COM. CMCPETE S[[ 5ssn 04.4.99.....5ioscam PLAN UNBUFFERED CYCLE TRACK AT DRIVEWAY PLAN „x m BUFFERED CYCLE TRACK AT DRIVEWAY �,...�.,.,. ,�..A WOarx „[.rc. 7 -.,. ,.a. otnrarti r. I I krf I,.. I..,= g GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw Z it I. (eat+© am 16) mem ' ��•-• CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 3 or .4r,-4. SMS9 S. .11 Lei'54 .1 \'` -MAIM fsl 1 0LORf2 4r W ! 22.P. KA wMa N PLAN BUFFERED CYCLE TRACK AT BUS STOP SHELTER PAD womm. r- .r . r w.} 5r o lope —. r ... r ... mn in arm. _ - - —Z.7 - - - v ,n VOL 1. N. as°nJ*t k `[ MtkO 5....111+ r°e�.aremy w ems. GT �. rm careen '�"' .� e „e 10.41.411 2K. M m SETT' -y, x �1 +... • r .or o.m,w• F,. w M , �7 - J SG°I muse aaa.[.fi mai o. MM.. s ste, .[ ^�:�i*ca v:o �" �, o m ave m m. UNBUFFERED 71•L P! AN CYCLE TRACK AT BUS STOP SHELTER 9. MiRM4O46 ME s£46.90 so . Sm. Os MOM wR .4anon w moms. Kt 1£ OM Tim At 0.9.1miliM m PAD .....eis ccww.: o. mr r�mn .n evac a• can WAY= cn wcac*c sac+ux xvxrs sfcr ' 'fir'' MIX. . ,.• as 3...3113 1 s®®esE asp L�S'a :I ? aggiN•11 �= lial . ge p 1 ■ SECTION UNIWFPEI�D CYCLE TRACK DETAIL ISIE. .A. Ym w xu .fialxmWM on. . "1 r. COMM =MEW Lc[s.ox TREET SIGN i e� •i. 13. 111.6. .mFME avYrm eae. mFr . .. 161 0E � rte, y� I Pk N . II .133-116613131 11.1.1 Y.1 Irl 81 PI DM N. OJ GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (eat+© 2014) CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 4 OF ma. w m INII.IMCS ,wb iCSfS fxn�dw °:PEOiI'.wi dHS ...._„4--..r. __ SECTION h°i°'"tri w mo wcrw," 1 l mSO,W m ewe MOM f["➢S ••"`•"-°`°°"„ :,,, uro BUFFERED CYCLE TRACK PANEL m an.-.x. "yam +� BICYCLE SYMBOL DETAILS .m rn 00.31 •. REEf LW.�.'FYf y3 ra a.o.x c.. ra-.ZIel F ww�i ..a E _ k, y SIGN wino py r.n re�.mm leocFF a / / • IRILIMC WC 9141 BS NI CNC. °i CONCRETE ANCHOR Min. ocher 3.1.36116.A 34116 m 1 r� Vii: mn w mF' n,r DIAGONAL CROtSSNIALK RETAIL . F¢I N I M.Nm. .._ .� .,r..,,.. �,a. pAm€YEHf YAIMIC M01.4 ,IiOE iii W ROO M ��3.441.1 1 RY gn p .nai.x® . Cf u Cu . Cif 1.3 1.1c..1 3. Oft. ri1nROC MA x.... _ •����pays ��V rn TN.�N WM . y . . _ _ .. . 10 ;T�tl NY .033.73 f y 33.0 uvma x sac. w s¢mx on. J x M. cm a Wounco W N NO N .N nm..ilwli I.14 F.G. wW AC4. UT},* K. CM , 3.6. 30 MF A.KflFnl' Li lHf mYxAW,.F1 1.36.1.333.6.6136.3 SECTION CONCRETE ANCHOR DETAIL PLACEMENT OF STREET SIGNS TRIANGULAR SLIPBASE SYSTEM ON UNBUFFERED CYCLE TRACK .... ar SUMMARY OF CONCRETE DRIVEWAYS •• e�..,'... • CONCRETE PAYEMENT wrrcCE-CM W ASP/ALTPAYEiENY MTN0-Cse srsrice¢ NOTH 'W' (Fr.) OIYEICIDI C' (6r) �IVErSION '6' TFr.) DAI 9ON '6• (FT.) OLIODYN 'A" (Fr.) aenEwnv (NC (ST) wRcRET (CONCRETE) 0....Te rsri MEW" so1H. W ei. .x,» 1.111 r d e � t i Q% n 1 s. If wx¢ N¢+nsa a• w�ex. IPmc. •' E SEaL i ' ..` i � h eaa3 , . ma � u. STREET & GCS R IAN & aR�FlLE SHEETS 26 T ROl1CH 37 _ _ = �__. _ • Jr ..._�.�_......._�.^li 3 J '7Rfr'EHS' 'LAYS' o ...,11.717,-..,-....-7. SHEETS 69 THROUGH 75 MA fi ntt ff '''''-r - ■IIIIIIrr11l�lwIrrrrIIIIIWIIMI ./a maw 0 w9) aa * r� }. N i7 gg , 1 sm a o,1e 1,1,,E WIMPY F mmw1 °.¢a .,. a... a.,a. 1- O �[A.a PLAN DID�yEwAr»7771 . b. SLOE►EAL,( xer 115 JAW A5ETEPAYBQFNT SELLA 1 ADH1[(L rPAMENEYT GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ RUA0 TO %E6ER ROA) (BOND 2014) CRY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 1 OF 3 1977716, COZY .amu•.dm. i n,nlrCal 9 iceALA (AMC SAMARARxrI11 yy E1.$ r m c4[FL.E11.cw a.l a 0POTES �Carµ .ate f + + IBY I,.� paI10/1 c•neamu. E.Me , i �_ �xai a¢ main �mi .tl,B A_- 111111111 Nddab n iwcur sm ma 0:611111C•14 ATIT LAM 6 0 ` 1w.c 2aagCgvmry. C l¢F LP r au'a1 u aE aYr un' . tool R. wc...a0.... .0 x n0.11mi gg 411111E won xm.e eicx sun(a..? C ....num, s¢ . a.m w.c n.w.r sma @xr r+ rm. Cis . c¢rvo6 F sm MB a artrtn ow -1• i0. io.s u0 aT MIN ID PLAN D7olY19164Y7J7771DffiTACIIED AligEWArLif SBFC.IAL MTV, for 73 .Y.,. THE WCT TYRE Of 6RRENAY TO 6E 061E60I6E6 6Y THE ES191E6. 60610 OH ERSi.. 101AIN110 S. ,"..01.4.111 r "`11 '•.••••••i•`ieenc •� Port ur� n� i, E I. Mnle s wnwce •a ore coot. n m W/+"'rtu rix ace'+] �n � b curt.r1.•"e e•� ia pg.= rr. e c=..cnr near Ix 1•r, yuw c n .near 1 Y'•" KO OWE O.HEI 6 E®. ream — — rm roj _ s i 11 ! j ■ r1= ■ s a IF• III t1 e•¢ �r .� "" N ,. , . rd xnr in•ixKwwid• � ra SEC RON s,r►v2WArwr7N rrca.sc WW4C�r IS MI T__ ZZ ;LlE 7774 sans-wArozwe4CMS!POTAI[ • •iY cc " m � � COL C. � ,� a� . 5 SEE o¢� raxrn,n � o � nL���j euwomw j.."'.;':€1.7: ew en.o, —PAL DEMI aieNaLT GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROA) TO %E6ER flaw ( ONO 2014) CRY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 2 OF 3 ,'..1..?"44'\., .. µ ...IS •e¢cex. oaaJ E.C.-111..... SECTION CONC ORIPEWArm Aweserowtornwirawaiewd6SIVilleiffASAVAL TPAYfA/ENT lI IIVLIETAIL I I s,ex aoxr carry • -oa ioma c.lnxw.. Y I1 11 �b R� I .. e.... PLAN Y N ao•¢ OHS SECTION NM rr MI= • a„�. weerrerrnair wasrr &tsar C STANEAR6 ORNEWRY DIMENSION e�:•'*."e LoR b yr S v' om+e..rns R.) lig 5 0-34 E .______10 Iyya-10 'iy m 1 WOO._ }d EIS _ r, 11 -35 111-29 1 .1969 +a aE-3 s .m ; $ _ s b ,0.94` cxva .., ocuW w� b 4 1v1 w -7 ffrn=I OL . OF F M. 419 9119193E9 IR MG. . , ,. mn u,• saw.etib.r i601 IPM .1991 re OAS 41 6091.1 RMIGE or NM...ecErr.eLE .1331E5. HICO 9•r IF,. MO LEGEND (ERNE TYPE) T 71E141 Y TYPE(sy MiYYEWYAY 0,, 156 f 1 ono WADER CUM m99 50 ONDE9.9 m nx..rr I.� �. Pk 3 g E Gd3W _ mrr.. - mm.: "_ __� �� � I.£r-R aur I T.. -MI rx 5903k C.E. � fi ca. 10.09 3I I �e� i / + I_-I.�I._I 4V9 -Or nary-" II I'• GOLLIHAR ROAD IMPROVEMENTS KOSTORY3 ROA) TO %E6ER flaw ( ONO 2014) CRY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 3 OF 3 Erw.Ar�.y`. �� r .• R TM aAa MAW de alitliti MiW KAir :w VC 43191660 DRIVEWAY $CD Xi I 91 V 0 4 3 DRIVEWAY 1rcr .r ,1111 . .part .0 Aaa.aw.cry, 9.9.-9/ .1 rmEs,r / s /Vr/ww/EME4Y 77 s/,a1W / s jarCATI ORIMIS4Y RUM ofa• _ AAP" 9,Z21,1 �4 ./....4, r=3' fes! per, iii Trrc7 Irwr taI 1TYWE 'I I TYPE 1 I DIAGONAL CURB RAMP CURB RAMP MID—B1 QCK PLACEMENT DIACONAL COMBINATION CURB RAMP PERPENDICULAR CURB RAMP PERPENDICULAR WPC PERPENDEVLAR ro ME rwura-xr Of THE num RAMPS AND CONTACTED as oxssIMux (RETURNED CURB) (=EMIR L ADJACENT TO CURD) N 1 • •-' rw. •. ..,,, aw w.m .r f ]mm 4" 1.1) -"1-1 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER ROAD ] a 1(74' A Dam 21314) mem (' Cm' OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 1 aF 4 'l v' try4. 1 RapE 21 to "I 1 rYrE MT 6 1 PARA] 1 EL CURB RAMP WITH CURB RAMPS AT MEDIAN ISI AND COMBINATION CURB RAMP DIRECTIONAL RAMP 0117111N DARTOS SIDEWALK ADJACENT TO CURB (56LWNX ALVALENT TO CURS) (t)4E ONLY NNERE WATER FYLL AQr POMO AI ME LA DOW) MN MIU.9 =I1 OFFSET PARALLEL CURB RAMP rare Rz l 1 tm€ 3 l 1 nrE 61 FLUSH CURB RAMP AT MEDIAN ISLAND OPENING PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS LS Y14LY SET BKA' FRAM CLAW 10 wnmm m mr _ xA 44 R NV • • /44. e /// v aid+ Y1I ,,++ ••_ r,�- ,mow' •.- y�. N,#.... � Lumr I al 5(5800400 FREPP FTVW1 CURS RAMP NOTES (CCO r05W) rzas'-r.DR/s sear '14 WORCT at. nib.) O. Sl6WK[ IROER 050411E S0E151 Ar,4O `_C a 4 CL,S R 1 R.50ES 5A) 4 rta asuman.VAL t% AI RNrs aWe EC cOrewseeo ro row swamp Beare s• Rdx Are 75744 diF}CldF 009>r. (4sw 4501'M1AGTr K rriEO AI MlTei2wf MM mos SOERALK M07115' r. 54wmEree�m .Sager At Ora aoilvr Or colt owes , /.�,• r~* ,'•i.. ..' . ROLL 6E A OR51AN O7 Ore 1501r 505744(110 1. air IMm444 MOEMIN4 O1R4 4994 NC WARM Any oC le 91MIlr CV+SYC nK lnx0o nor DE mato. ow 10 .SE 7RW1 A ax AREAS A 5 HEEFR M OMMAT FROMM S MOT TAK55(6 15 (4494450 CWS ARD 4,47525 1q DE MWMOrtCRU Amum, 2.2o1 REAS MR Ni S>fXRws Frac MR 0' w R A 504094 MACS u 13' ear [FNILRS 7 Mil MAR[ RA= , 540570 OOn CROSS RIME Or .001(540 9. woo FE A 54097 mum.. MEW 59 01.1® 2 SNNAf1'5 2R, 00 CORRECY NO TO 770 SWREET. 5110401411 SLOPE ...0 ALL E1911111SION AMPS TO M 1/4. MEW woo wow ASMN[P+N^RESNOTO @(4409. WN-EDS 15 2457 WW. 2,702541 7 C NW AMP LOCATOR, OifNAKSI MOTES Od W 7DIEV IC EL- k4LY MO IEXPRE wr BE a .. c-.s,mv 70. w. norm Aassmvm STAMM4,0 0555) ANO ie TIC 04.100 RFE 00440 440II TV ra f CO 44 000 ASA. OO- DMOOa2 4roso ...FS Alf SAV O'A500. 044 6 &RS 11 7 OMR MOALLGREO ON S APE NOIR 2 MOWS MRFAer 59 Ft-01W MOON F u 1 MMEro xc xm tr D F WE ORE MDR r. 45041(040150 24']?? m RE 5/1 DEEP [ 94 N[ 00(74413' AE 5'-0° 12. trAr4 At1Evi T revourr LEON 51 1100? . C oY FEW I4ad ,Woofer PAM A R 2 MOM 105 SNOW 050'0 ROBE rIMA (R1050 ROWERS A4ESSERRY &FEWEST 15W 0117EC141t lakomm56 e 06052 VMSSABERIES ALV. �115YE ALL ADA (A5011AM FRO[ SAFA`F 7CR Af4.-OA, AS nor PER 0(4914rmam1 S x 450GC1UV M 9E5EE RAVEL u� Sr A /2111074170v eis BYRRIE. PER TEX. OSIAERAWEAT 075400KC1CR11DREW 11.1101.11E1113. AS 511111PiER am As r. w soces no sworn 41-Ft 0SmREIL AITITN OE ME ar97.. , wogro'4P. 5rl1 NOW,- CLY18 RAIFP A§7TE3'' dS 44 t 441 El ■ 3 A.' E, �i , 1! Ili lErF£ ISI AT INTERSECTION W/FREE RIGHT TURN & ISLAND CORONATION IT AND RAMP COM F.E7E-co OW. MAPS mom 482 TEL-ME. 1161.91C 1. R 0159' 0.05 MAPS 50014IfR AAS ACCEEr5M4E ROPE SL110105 NM C0,5rrr5 Or 5520 *114000 LOAM Cn0SSL5 f[ `x045) A 14010.. 091MC504;' AM! SEC159 705 OF ME 14.1. WE Mere ALUOMIVO P. 04445' CIRfM12 1441520 945.[5050 545E RAPES RWPO NAE LAMMG AREAS 2. SERC IMAM SURFACE +W Wan SOWS 611 - CUM rrnxr �, •erar � 4150 GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAM) TO WEBER ROAD (ave+© 2014) Cm' OF CORPUS CHRISM PEDESTRIAN CURB RAMP STANDARDS 2 4 Myr sus Aur i 5 RR01P +'1! ADA 0010404 aC RAM NO. aIR147. 1.11m 94 OrREC14Y+ OE TROT{ T.12 / Wass / o"SER fT GSA-Ar-HALE FIWACY.4[l. MOLL YWMAC 0005SSLOPE OF R4 ( S. I0 ISO / 5x0,1 rue por Fr 12. PER FY SI MLIE ?NES mr Wove RM. ¢. M N3iNk-O UAW. AM . G0L Lxlft0Ora) 1:50 / 2F / 0.N' RF EI 005500250 44 `& iN$6i rEwsrpwr MAO AMEN WITIR14o RC SWEEP". a' 5117491 t� / 05 / 0.40' PER fT 1. SERXE 9E WARMS ^.,2AFM.LS SEUL RE A MM ILDI VODKA WLGaffG 54 Q / /034' PER 07 94. IR 50791 M DA Lab[R.or, 0r ffErs19404 MAL x70 / SF / 0.60' SER fT D mire rni- MI WM Or rNE .189 IMP Ole 7017544 Mote to Arbesdr R Attars 0 0E515EO meow o(S1,50)�S*9454*Le'CLP er ro 14 OFA ,RQLnE Min ME SWIM OED SO S RVD40 E RAPER SIDES WSW FPR R2551Rw r AOMa E E WE . MOM.. INYMAG SURFACES� E940 SWOWS A tARED OC Or oma' FRO. ifs 4940 4 vo �r . TO T.I.SLOPEDC6AE 1151 OS I7 RE Era frcr or WA - -- 00.07 PARR!. i0 92 5141.400014 CMOS MY >x 40 0 7D K 49104 rldG DS 14000 OP R4L0iY. 170E 441 PERPENDICULAR CURB RAMPS (BI—DIRFCT ONAI) s 04952 Mr E RN., ,, SRAM 404V... ESCLESTWAS 1 n¢ r AWK01 SI/MACE IS 7VAREA 04190157 5Er 0455D2Mr-0, ore 0710A10l 0.01[505. A 44407('S 11*4 D 115' 4NANLN II*M A Ml11WR. 2% $10'041 ARV D0aC10M0 1 OAS Aw"a 4x4•.5 BE 114 094 0049 WNW72--. CRO'SW0 9O5401( MIAOW 0/17 2IM113. (SIDE'XSIG4 SEE HAW FROM CURS) r illii HEADER CURBS AT CURB RAMP MI mru ��� ,6 �.SfIET055 , e�'..•'•..+ip ;...., r..0., HI • 4.-6-4... 4. %n4! Amour A1L0*I eL rr r 161.57 Parse eseu� RAF 4455 Raw FROPERYSAW09EW M 2>03F40 111010041RW 650151 MEM %PK 0A 00000.9 BOXES PIRRAN50W Airo is 50 AS Nor so oza-nxic1 xrC Ate[ ROUR 000 GEN W01M0 SRIL£. PROTECTED ZONE 3. x05 044X14.00 .*6504101 SE@4VX CROSS 350.£ MAILS 20* vraEr c®aes .445 CRWS 0x0=450 0+455 BE AS 54004 10.511044 w NE MAYS s. rosmr5 r£A0ars nwr mw.r was pa RAE s-evx wr ri..cr crae� 004#45E !Lae Lk ROE rn,. ; = g A e � � s i a �� xr ec6Ez. 0 c rER mut x RIX ARE +m rrrn 0. RAW SmOuL545! moo . R. 6 0450 011255 Dm— froes I Cr 5 ROM ;tar sx 1.550 MO rcn X0. m. P 403(0 ac•15250450. ,w. mum, bra GRADE of „r 45014 1..r 0355 xwur Win.. s w. e� ttoRuELL .ri WAR. xwrNurm a+¢£c5a w +reo si 060000 4303 r£viaRs>� MLA... � ,. •, 0 o�F� o dz i 1� �'!/////% I a ROA .w ,r..eS�Er:rarc .o£=+sv r.+rzs'rrnve mo THE ulnar u4mc AREA w R =MIN DEWS ATE WOO aSOPERE Ar Off RAH& ....F nr PROTECTED ZONE Nampo ar' , a nir 111. -_IA r otnrarti r.I Lwre I krf I ,gymm Ilim X GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER ROAD Z Icn Dam 21314) mem (' Cm' OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 3 OF 6 00714710 srrawrur5 IP IIvwrsarr CLEARGROUND SPACE CENTERED AT PEDESTRN PUSH BUTTON kilk. ,.. Wv TREATMENT AT DRIVEWAYS ` ,.. ..... '— -� DETECT7DN @ARR1ER FOR VERTICAL CLEARANCE 580" 5— PLAN VIEW "'ri^' PLACEMENT OF STREET FIXTURES M 4 AFmD11 IXpvA4SP571CE10.0Ec_ WORM) AT NAIVE 115E MIMES)SIDEWALK DETECTABLE WARNINGS +.�6 pign 'NM YAM. SWAM OA 5 1 s b y fg I wr.K la,. eA•r rncm 'w g.g4ggggA PERPENDICULAR a CURB RAMP PARALLEL CURB RAMP R TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE GN SLOPING RAMP RUN moNsArco Emarmns M.. PM r GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER ROAD [ave© 2014) CRY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS • OF • $$GsGWillittrtrillaWn IL 5.1. 00 P0411 IR WPC' SECTION TYPICAL SECTION THROUGH r CCM mum aaae,F WOW A—A CURB RAMP Ira r W all ,.ogo:000a DIRECTIONAL CURB RAMP "0 Lo""`� _ +�t_� `Pi mAxAMC A .� .. � �_ TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS �\ �.w• ...�.� IA SECTION B—B CURB RAMP PROFILE " "MAMMA SUEA aim EOM Larne de. e• = .* `n.°.. (me r.+ i 11,..i • " 0' .1—, { 1 = s FURS r . BARS U` L a, o�m ...o-R.,. R_MOW :7v �� 41. 111 IP I 4 ' r �.. —� mi „.f. Zjeoln'te=n1 "" a° c"2.4'" fE r ; _ IMEIM .`."" s r -,,.m> .L �%aw �a�.,r•.m,= FA i mi a eue 0ww.w1 , LA � r7., a. am rr.c m•.5 r.. i i it C/ Ya'-r .yd's •l3.-J- dam— f i rt N . PIAN ar5'2TAAADd4RP MEET .F, vr_C a v ,Po•x gC,1A/t7FP0l MIXT •mO £ v ila� �a " LE 2/,i.7 M MIER ..RI. .er OEETNI,JRI. r` � a, o:: � — r • r(� �7• � �,¢,,cFep .' .u.,,� r,Pa a p40,,, ;.i+,o + lid Illi -41'.., a.� ter. IIS a". ��a _ �' s ,ir �f1.l_ ������ , t ISI Iii' m am£.--x�wi`a,o,r . A.. OH, aaaa. GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER flaw (IIIIDNO 2014) CIT' OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 1 OF 3 VillE ALAN VJ GRATE OC V/ BL �• rte. �� - d• 0o.T APE— MY OPEC. LF aF r: PICKSLCr DETAIL c =_ _ ..e SEC7ION.4.I 31-111.L1.1 rs .' .. w r �dw. aw. .'T WALE GRATE SECTION RING SEC770NPLAArOP STAAMINI766WEAVLEr ,aar m ten£ f . °, LagM se M.O. .«ma . ae e= CITY S7LVD W�TAND w£ 1/ pynL c .,.m j 011. MG�LERQNC01454ammo cc ET8 =� M'a n - .-.. .. .. M.O. W M. -' i �— v ~-� -Sl. fw..dm n0.T dyr£z. s ..- er - �I 0 VecO a HE M.E T WT., Rw. A. 0.13.. s. R. Mr ..3 3ra... ar. .wr�M1.acaJ ; s �� Pi � 7.8'1:4 d-P' t'£+r o[£r naa®w 11.... � PLAof 0.0." � 19L Orh{9E TI INSITIANATAVLETFOi•••s ,seem wrs° R C"STLZ COAPOANP BUTTER �. I"" O#11.7'IMVCC 10 -' maga - Law cr.1 . o' E Mva .'�. .� 1. YP, ., 41.:Iii.1211=19032611636 r ovu+.Mct M. .sei m -s ': a rue mss. ' i ILO i r�.ne -Nor , L mr, ri .„, '., P pew . CO iPwv row.. 6.64•11,1" Imo 6.1 L_, rJ '® = LI1� ow 1 II o". cc..... n.4111 PE.WW11 PE n ",re aC.o�Aae•- V, 06a esu: ',4'11.%. t, ..'" ETa :..E •- . . ► �}} .rErs IMI 4F mux ,rune: ,.-a• gym•. `.�. Me 6m c�,e 7771EV -i[ %[E ou ....US Ao PLAN TYRE ZTA4IMS9 LF TYPE �d.:o PLAN iCiNIMMELF TYPE = PLAN STA4IA4SIOLE .ar TO 0OPLE nor To ioNE Ar 71. p. .oT TO r„rw BALE 1 q. 6011 "°" TR WC it _ W HIE g e em •., .R Y g GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER ROAD Z Z Oen 21314) CITY OF CORPUS CHRISTI m1°@ STORM WATER STANDARD DETAILS 2 OF 3 ase a�a• ' Ma E•41.' .� 110401001 r' m o.�wwr COVER ®ACK - f.. r 2 �, L nc ri .. IPE.. LLE �� • . r eG ter. e.n ��Y , _, "1 xdc .... . 1� a a.... ... / r H ' m I �x ica 040 Imww tl / 6 PLAN VIEW PICK SLOT DETAIL 0/00(4 0 I � 5'. ��'v ii MILL ►tea Deni r^sa 0/. TN-, r !.•wl yr=/w ea _ iA' en _•I- Sr '^ I :'r'4 a. • ,w ¢i nan F F{ AIR S�no4NRR10.31 J q �.• �Jll Le if a Ya yx c r+� mr, o-ww o -re a rn e .::y see 14.111W xn� .%� a ,lr yy L r 1 40 L•JI :. I/O' CV. umul mi . 5-e vu 14-• 1.04 °yc °'' -440 `` yY CT7ON �• w COVER sEenoN FRAME sEeTrox u e . ,rte 1>5 y 2, 4... 6'4A0.9^'.X 90. NR 5. Y C/TYETAADP74 DROOi LINNYAWHSO E REM di COYER'C .5771 WELRETAIL .tea a� 1=".,r e=•0. „.,Y E.. Few T. SECTION - SECTION 8'i64NMOYE TYPE V'suuIOrc.r, TYPE ZYMA NOLE ar+ Jr1 •m TO ,cvc um rc s.-vc w+r TO SOU60 .6 PET (Ton] CABAL tc rTIlpv5; 0.0 no r aMI MOW 131.111.3 NO IllOCC GILLO5 WO etc WS Y• ElfLErs ThE x-- n arc vu0 oe rewm(n zT..r w; nun¢ n nw4amw[M.. s4R^¢00 PI .r. (4110 vom 6.13,...% '4 recr7w4] u . acme :, 3 u . s,.-- Ca00 rY 2v.&twK �nF' i11 . r'&y'�!{• �.3 un • 7 �r• ". x03 oam c ¢ \ g i ^ . �� n uw° �_.a f1! 6fllf (033[ ir.rasa _ •P.M Pa rMuCr - r�w �� ir e LWPM,. �. �". ` .26102..3 - as 8I " —@ �}� PLANnE r . L � i 3 e i U «5 a� ■ a '° �3 �n�x 3En p . s• u3: P_.] — 14 ' [nv. �� I�� �'.n-n °r I� ..-..3_333. uo�. a ..3334 vnwr-3 ,-C¢ PPNI .vin amen a 11.1 51 H ..• �. _ a = e� 13- .e o�3 RCwrveAMR REPYACC7VD PA°7C as�Erls7nvc C&W .WLETL9ETAAL RC. Par Calffet TQCXJST 6 TN7WADETASL 61 _ ;Lfl .. �� „- �re wq.. _v Or.f o 2. -or'° SECTION — - ACM ----£1&'4 GOLLIHAR ROAD IMPROVEMENTS KOSTORY3 ROAD TO WEBER flaw (ecN 2014) CIT' OF CORPUS CHRISTI STORM WATER STANDARD DETAILS 3 OF 3 MAIWAOLERrSERDETAIL _— •. , r „-• .51^7701414-4 . ro wao.G :.t a :,.�.T.,a. ErISTAVOIl ; R6gEPL P• CONCYIiEIE. a21..L4RWEE4a 4915.1810ffP.fefQe7 L rAf�.uPQ+B 46Y/RYffi.e4rA7 L rrc�AAcrwB ,/m m a.ai .m Pa 3343 v. �r v...c.wr 1 1 LNO . •. L a�s'`nm�'o3 i 30- [3 333. own. 1 L � —� —� 00,00140 0343 WI,F111 / FLu. ,17E Tc re .ao4E HAI 19 0:1IF41303 (4031 11 11' 3303E PPR .Y1m.1.1 PIM M APEnr misfIL PIM rE Lac, IRIPAG AREAS PAVED AREAS ... "• ,rwn 111:4:4' 1111111111 S;;I'J _ oem. [ 1EEEEd a Pw 3.e new. nunY PCR. r4.9 f, AroalrAt rr Ret +vav am mmoma U VS mnT u I" xi• mePm. nEMin MT. l a rise win OmM acnes <- ..l reams ui 0 +C ru: temp Pew aPPO FlogPt, MR faJ '`Lr'ur=.,,,..7., " 333 3 w mw arm PM a m mw�w onM x03 34 x.E+r-Srecul WO mc.fit ErE cin. 4.13PE. War +1t.sr ±300 e 3 fa `m`"w`r airL • »E m.cw,c ... .. .. mwmrt.. 009.7( ' :r� an[CP.P Owen. Pain wew£an m ..,,,,,,V `r..... t"` PI PM aa, Y� ae., 3', 1017-7ruc r'mMEuf auirf .._.,w r1w hr. p3f . O.. re, eer a amp" 11.3. ens ,30 s e - nYwru v.o3u TRENCH RACAF LL TRENLW 4C.424M.L .01414, STORM ]K47E9rAwES /S"ANB7 41W ma:mg NG BOX L PERTS po Am 0 SC. ..r. -r 0017 r +vsw m n,. fir "genre Pa7 9inaysPir W4414,131AZAVMSS SEPARarsoawOPMIME ANNA$ r FILM/SE ..�..RE.., .�..®..RA.� 6.4. „ e..*.� . ' `tryp• 1. 11R,O.S21 MT. pa-movrnm S073. SHALL BE .771.3.. MI ACCORLIME am, 07T Cr OEM t ERab. srs- � wnreu 1 m e mnxm 2 774E C07 RESEW. IHE APSEE 337 ACRE. HE STD. FOR Off... . AN, 39. EVE 0SE CIATE OT WOO. ACOETTAORE OF T1E 5.51445 ELL SE 10701 MOLE. 07 1111 r. xrer .erz1 A srEltsrltre 1.1.E7 cm. -1e 7.7 0+ 29151 5.c .2005 FRC :0751 451I MT RES1211S. M00130 022507+5 .110..101112 or wmn0v m oara 5Ei5219E.E22 a4 4Y'441F5) Or 5eu f 2,221_2 11. Elf6IWG SISTES SHE1 RD. PI SERN.E .71L T. WORMED a .... , -.an.. 1. T.L. SEMI KS1 u mass: /,ice ii MI t i 4/I : ■ 3 _ 1.111x21. H-1 u.lEnvc 1.11x5 AAR aw.,�uAT,51R �m MSovaET. PROTOSEll E at=s (Vanasa o, NM 11.57 ..., s�au. RE a+NE err ma mom... u.osa w 7251 errsmc rw.t�cec rm�v i Ranaes Cans LTA212 .e�cenw c i sixty ccein_�rm.rxw sm O 4�nv _ tt� SE v 4/m � »e 550505. rc e � ac m� v 2x/ es 07051 1�1., . 415 445TER T. � � GAMEROL a/ S.A. emws ankmnaas & SE 002 ,......rap a wrsx uasKr ��to 11. cL.../ i �al.pap��y�'•� ¢' ?fan .. �` swr .v Fq - a usF21'1hC HL r➢Ix+.'rR WE. n1rn4^s73.7 ARE VARY M 9212'150 . 112 . WE H TS. E 11 017.3•34.7 WORM.. 9.' R. TRY. A'-.�E.et S NOT 02254 aY R. PTY SAMR 510 RE e� .o1L5 BEM FA. •54aaEc-rx.v vow SE 42520* 1151 RE - REV ace cosr R� 5071 a�xr *4444 • 5...622 V 545 roTOTOETaa*) 5A°ui u.w�L .n.+ u m 'c1. 21 N:e vn� sw.1 4 L v9 1144 $E p 410£ m A11 rnmata ma sarnla 4 Hi Haw, 119 m RE mamma awn. ..4/m me ......105x,1,2 Sao r . r MOOIECEO 009 aF 4.E 7211.0. 51.."E+xaxrd Sr 155 SAE..7L`ciae. RE 4noramme vwa 14071x454 H( Qi sem! JgMPRE•Qi%/R NTS u.e n S. 00 WEE ; fOQ, �. 8Eu menvos NW NJ 2 .�➢ a=4nveD h edi m s'iac 211. rianxTAU BE RECONOECTET . OE rt1 1'51 5710 'E OF 5507215. x0051 75 wTM n war 11.071 .syp 317.7 En 1= 400004 / ' `sq We .+.Ys a �. a Se : ••., 4.El f2120mx7a� E) S. XL THHENES. 1.9.07.05 amok) w RE TWO" 3 ma *01 HEE LLE Ort 1175 5451554/1 5..e a won ' oe T79a PAPE usE 0.. AS CHERSE0 Al0 SHALL RE RAO AT HE LOA7 MEE .610 FOR ME ...141TE ROE .w" ' N225 AT ..2, RIVER 7 A OMR 10.57..5 DEWED As A 2.070E LOWEY 5EMO.: RE +YEE OF I. .011215 CO Bi40109ll. ApYr $ % .�. .. •r 071-•.7 a. -------W -!.ZO1G CMG WiireiriitioW GOLLIHAR ROAD IMPROVEMENTS KOSrORYZ pow TO WEBER Raw (SONO 2014) CRY OF CORPJS CHRISTI WATER STANDARD DETAILS WATER OISTRISLRION SYSTEM GENERRL NOTES & BAC%F1LL AND ENBEONENr RETAILS 1 OF 4 n�+.0 -4.c 051, 07.5725 511E 11221..15 E10. G 0255' I 11. Cs 1)110,01E,Y'a.^.k04T 1114! .305 71.5 t 177*11 wY HAG smut 50450.Mr.55 31.00172* Or me Ow., 05411030755305* Xe.K. 11,.572.' ...rm. 5T Ao W.1.. 1' 4/0mw5T OWL. 310. 4010..5 nu. 1151 7.0 »x0 .w+1057.307 12.. H1 5wy05 ...mar 0114(1 115 07.....40 251.9 SW 4 40022170 15074 6PASIMIL A{TQi 1 =.0 05111 i/.WArAr ..a xmr 0) 8111422 4/a . e xrt. 0.40=30 _ .., .511 e2 .E 51.72 ma 1C ..10: sEJ5452 l -Jan 0.30.50.1 P. Yermaa`rt msli ry0g 111, raram' MP,.Pf* bk.. AT He W.. 10.7'04+6'WM- 6LIX.5 2.071 FE RAMP 9[0,0111.4.1 ,r7mY3 (4ELOrr FIFE it. ',0' 540..51E 700: A:,MFATER TAS .2.M71r, MEW WERE ,[scow ON Sma Pm.. ME unuaala [masa M...Aa .YEFk`* 951 156 07,.2. a.r.AS . EM:eK61. UNPAVED AREAS PAYED AREAS 12 H{ 5.•+-4012 A. 10 a 00511E sear arm 45910=455 4511550 WM.. *0x11..0.1 54444. R0151 0554 WEE 74141 ar YA+I00 R.T .rar OWY 01 41044m7 0x 45UE' 1 5 4* 01118012*. R4/ 1704551-0 &44m 5a crrar2R 40..4,0.4.11 EOM, yaws 411 OEC 14 07105 as RECESSED ST WT. 0.0S. SLARECES. 7onco,..� 1111....5.11®5 0x,10.5 m n....4/.. am.. o.TO AATER L.A. Der r*rro.45 10 0 .14.e.a 515451 000454422 .4m9 9 .2 4155 3w2cm0 500 07+00' au ,111507 016+5.2/5 24 .tlMS 7)911'4. r* .rt1wr 6 05+51415 rt52'rt .9.180. 12 . easrauu.'m15,. eau 1A[ mama.. arra man.0; TOR OTALL 2071 ALL EMT. M., CCEROWE AWN ALL WIASES 0.7 00.717.0.3. 12 14 Ass our .514..4.101 .$551 15 0415110* SO�.1.RK 072`00 12015 .1.40713 *70 ea 140 Oe n2 1054. RS1115. DI 4u *45570 .2.2 220E2 ....2.5 SO, BE n.2 x..[ 11110E cw.r1ER, 11..x.07. 070511 1..111 rze sn.e r, 0.05x0 551x. s et 1051 29,2 a'A' � r.,'"1' F WESCET ^'E' w+. Farr 72+77.]4. 0 it= lr rry .7 .a. 2(20.7 m ..e.70..011e Sex 1s 5105.1_-r w. 05071 sm w.exm� saw g� 2 -Mil a R.0 .E m 11.051 c7) .x511 07272_ "s SPEdALMOTE+ 31 0 .071+x¢,7.1. 41507..Es 5 y.,cRW.r.. ,Ha R 5`)55 .SFW'' KT 37.3e 1.741)T700010180152 10rt 257150 .07x1 A•'Sw1 55Ma5*11c5 � • " r 15 05 .,4/47 1, 2'.5 254 M ,aR 4..w .405. 011111.1 /Ewer R3 Hs 07 .70.30 70 LEE_ECREBYM 0 Mr awsarres sear . 2444 .,_.....*.._....... ,...n......, Dle. 1.. awl troom F no E.... mow mutt Nor 2 , ,(2' .. 2. .. .2 W.. ...WS StALL FE L4CFED MEW do 4..7 FE.... 6.F.F. ' RA, LW W. oFENtr NO,' RI ..e.6.— MK efoltooto so HE moo. ..11.51" new tex ....4 , ''t 2.2.2 MO 2,22. .2 ...2..n ...4, VE ..122 I • 1F.11 1' . _ .2.. .... 1 2. ..2 .2. FA. en., muss m.o.. mi. otoord ,,,. 1.1., P, MM. AI ROLM= r... ..... .13 .... .41111111 1 I 4 - ..,,,,,,,, En... ,..„.., ••••••34 j imr=m1lirrill■ . • • • • • . . Floe o, seam FE. a. , a. . r ix.r.ye, en..x. . ' — ..... ,.,,.„ Moto5T=N• aixo Aso ar.caer eci.,, Z.171FAMIOW MM..% ToE_// / _ ,.,. ,.. noT To :co. mow,. SEV _./ 4.. ,1 Ui — N 1 E Fooroas .= n. , V. .4 Dr OM,. .4. lootap oto ntx woor. , Noomos o.rEF now FF, soFtLL 16\71XIC 9,e9fL ii 13614.51 Fog, loom 'girl '. " . ,oFOE = ore I r -0•L- ,,, .,r 7, r I IV fr!friMIMArr ASSMINAL FM771/Z (177fr V r Ill* 1111 En...= mom --....., GOLLIHAR ROAD IMPROVEMENTS KOSTOffil !WAD TO NEEIER ROAD (ROND 2014) CITY CF CORRJS CHRISTI WATER STANDARD DETAILS FIRE 1-E•DR.T. SOLVE 004 000 UD 2 OF 4 VAL 4'E e F PAVEMENT t Z =2 .." Bar DETAIL SeAL YE ifari2E7:411 .„, emArraviz GROM27 , i. .......44 "meek am.. I dna 11. ple,4•14.a.ma Mar .0. WELL .410 221 MRS Ql. moi.ra &tow Gs. AN27Ch` ... 2.4.42 MB 1.422 0, Nor WW2 ...OS 22 • .. = 1. m sc.. \ 11-1 :4 , .,. - .,.,..: • _CV N. 1.193 n i.. .7j1 ,to lnr.. • 1 6- OFTE ALiE DOM 0 V OE .0.4 6E60 FE. , f IM 111114M '1 LI I ..r, .. LA 2..S2,2 'I, '.. -.2" .2 ' ' ••n•E • • .. : • ....XL BE A S.,. tOo .E AVINOT , oFFoN MELO .,. ''. oNloo• Re ototoR - 'S 1 EIN S O fr E O.,: Li E MEI • • • 2 2... 229:2 ii. M.' 14. IM [NEW loYdr "el. NJ Poi FN., 2. wan. .. IT. 2.2 ... lino...TEYEM ot,ES, dttooc 5 ...' _ _ ASNAP .1.4 2...il U.S.. 5.22_ moyezoor los sio larrAvx .„,.- AZIEFIASSEIWOL r DETAIL (T)PE 41 WEEP LVFC ESNIN, iNt. PIMENTO! 1 1 I N 7 .4SSEATOL VI:WM& (777E2./ IIrw�wa�aw. ?�..: if am6 + xcra, ammo - •f 5LL1E 5,51. FIttaikr • al• �x m.o •. PIPE INS1MATREV ETAAC • "" """'R-Asa,S,,&, OF `o� �»�. rm. Y 1 e S IldffF-i�G�WYE.P.Q. ,iiF6E�YT�ETAAi x� ...- °QLE;, :... ■ ,. S .wxw. ,.�. . r x can tirTT MEW-4TORSoAASYG1dETAftLlETAIL 'C" _�#. -v�O° R n.a ar P..TTE Yarsc..a.r CASp4G SPACERS I •.� •—•ID •• — R . „ y/0.` .lam +c. OF er ce TYPE = WVofLeDE'TAIL a acos Jf r• S ��_._ 1 : ______~ a CIAVDRETE SLIPP7RrMIMEO 5'�, EIrrITIO I I x„11. GOLLIHAR ROAD IMPROVEMENTS KOSTORYY ROAD TO NEBER ROM ( ND 2014) CRY OF CCRPJS CHRISTI WATER STANDARD DETAILS ADJUSTMENTS•CASIYO CETAI LS. RISER DETAILS h TM. VALVE LAYOUT 3 OF 4 b, T - ate aver run ea rnoRAi war r,cixx F w.vw maar rayl TTP i YA1 SEdYCSTALWTRRY 77IIEETO MEIffiITLER OWD ECTIONS AT SEL770MS .. 11=101 —r— L ere *'c•"a'""' —] ....._ TrswcacgacervaFrAcvr II =m R , R TaswoccsT aa• mu r . T. tar 75 x•LarLaacAa7arxs F a. . aroJana a 1 ■i 1 _ n$Si _mm 1331a6.M., ,P.O SLEEK OR WAS 400 WY. C4FE eaa. = aa a r� PP r., "PPR 11.911,,..., ., ..,v .,aw. ;7,,,,, DETAIL 94.. 1#7AIL ".Q" TEST IIISE SSELIDTLY RCM L. ".. nw,r WOW.. xasacmr.F J.., mwu. soar .RFcz.nnr.. 77$TASDS'A$$EDIAL YCrMAIEDZIOY CRAW 9TNPLIA7 .wr a sa ,.w ..,-....a n. canemnw n ..n �..sa PA/VP, r+J i� r� ienrwc —.er[n ax c 1 rM.ze r-ut^' 4,1,4•J w ree we 22I252 I60 IMP 22 IP cum a aam�r.s,w _ _ IN r4 aver ~e 122, ,-z:,.rr.e,1 r a.. d s 1 }_m s "" V—@ era.. V IIIMSO 90•72rrALt LOC-4770M meet amp — SIMIlierr • TYFICAL CUL,RESAG SERVICE caa ,.n _ 12�. ,� -"• ..•� }. i7 �. g WE +a+n�My) ERYFAFLIM'46417=15RLS -""Y.''" ..,..w r r ws r. .rr� .nee rave w.ax a vv a m [POEM. I:: _ +smw /�Y� r.�vaw .a. -V.n. rweF,-r ua aur ar . (EK70.5E nw PatErnncq \.222222, PO:P/aPPPL .+oj6. I PI mama, 1222 u wen mere 2..2 �..eoa' wnR ...�.,.� x wea ` ,mr eo Aa a �V - yE pC r-0£CE 5[ea PM rEaketIPE MAYOo. TYPE P C Y '1" ` 5 i�.''� r u m m w.e Am r (vu2yu-isa At r PS.,ee. uw - Peas. r. 2 y� . otommai I,. I Due Isic„o. I GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NEBER ROM (130N0 2014) CO I CRY OF CORRJS CHRISTI ago l0 I-- WATER STANDARD DETAILS ,a @ AWN TO SERVICE DETAILS AND OTHERS 4 OF 4 . r P7Per xuv wwe�.eam�m m2maue e. %...,-.-- es fnnr rmcnw�•ti mvee N p.ff01.7111111 pr eta amp, - P PUT s y P M OWNS! 111.15SLL / 'AP EV' -. J f w •nr rm4 ip,�R nMPTPR Ant,t Nv vF MT OP.1¢41 2^ - eoxrc SK" uxm uvcsu rn xrx - e me lame uw ww f i. aN'• we .22222 xaweoe� 1 !.. SATS1 C I' 1.177,90WANVIONIX xr +aW£.e A' 12F' Cn�a�a'i env_ em awe ee xnem n12 uc -aN"a 2'- ME7ER 6La' ,MT > w �papm� me em,� �m M AaK . or _ jr''.9 / ik remc enre-n�na m y���s„� PO�,.� a...r .rk ff `Orsi i asaa: . maw peap �rtPX w 212 '- SER10JCfg777ISIOEi115FLA• 77E0 TO C Y r, �" � e1. �- rff 10 hacrreiY�'.. ue .a . xm .,.a�'-' . .e'.. svuwn�a P) cw pl .rr./h w,• .mara<. 22 axes 1.0.01 KY - errgasses wMD.. Nal 22 222,,22 mom. 4.W flT.4Li 715WIC L J7OA' T.f L Were 9419 . �..e 1 iwm94.133-10.93 mo. INTERIM SUBMITTAL mreei s101 :- ennmCP s.: :. memo 00100 Aa•� t90 MO t M. f intoe' el a P rae rmnmc y00y [sg MTAM FRINEELR MOROR nno.1 cee'�iw MOO FOR HAMM MANHOLE REQUIREMENTS FCR r- >� . m�.TE COLLAR bsesc• 1 MAO ra COMM mum [memo or SEC LIME. 011 1.09 Anxnnrms wityAOM Ipplf O1DR 3 -Fe. wM7ctr AUM IliwpKpNlrt S -H WS) *1[ F � rCe m or 70*01 MOOS 10 OP a aRNe he r 11 ,real DOW Pug a«xaTE TO Tor I r. LtNC 1Y Nxw r r, srz m NAY r _ •� W* �st..�N3 yI +5 V.il �'. `R a° �= SOS a. MOW A MANNED iT'w�p 1.4 � TABLE VT i " F Iii 1111 1 ME Fsoar xA.A0.S0 SW ° TOCIONESS OF THE sow 0100 X 6 11* NC E BE EFFORT OM70 '� 1 00701 SC100 aMy4M3 007*4 0 O; rm01)001 11 Hoar o.a° • '� S199 OT .w¢ Baru m x a OLL G"°""'R xm WW1 x«r F.tR _ TIE MOM awe ,.. IA.. .y p ir0a K t3 onoEin e&MOBLI < *.x707 t r see mom REM , LOS ro f°' MAT 1u CON. E BMA.. INCL... Bmw . Raea T 339 -110.0.1 DERE 0019.11.14 it WIYP.11.1IREMOTE soneC-478 011 m n7Tr MALL IALL ROD. I SCA 101C..1 ROAN. F41 AMT. IDOPE iffigfil - L ose ones so s. soom 1.',. {100.4 • ;3 W+Sy _ lamaMAL •a 1�aR AOenx % . CEDE esSIOSILIPLUSLOSOOSsup WiI `aw[r+ar trua�.`n.u7r�7 1I!_ opsolte OWL soNSC MOW OOPS Ms cr'wi _ r EO arM.. POEM:rtrit * ggP 4 c illi W orr7ua aCem�xsn nN•Or<�ry0 "•_;;:•'tt•e M 0mtPOW. DOETAT w.4 iOmi011010TDem ••I ••�.- r:r: M. 1!�U gU'1re%!,N,. A1I3 oo. r3r a�'u+1 •rcw• FIBERGLASS MANHOLE CONCRETE MANHOLE NOR W. SOLE 1010* OE vMOW SITAL1 RE awee•-n, mason,� CRO10 REPO rior TO nsorn oceessenss so ,O, SINSTIRE ECM TO RPM . ,,, RENO GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER Raw Dam 2014) CM' CF CORPUS CHRISTI WASTEWATER STANDARD MAILS MANHOLE INSTALLATION 1 OF 4 -q —'�1 i_ 94 COTS=A s MI A TILL OP oPle , 1=kms■,i 1=1110 MRiSt- I NM 11 tnr. MOM WASTEWATER MANHOLE Oo) NMI LE '7B� W.., , MTNLL SEAL IN .1 C C (BOTTOM) PIPE SEAL DETAIL x' 1J° r °G onN10 Sta. 4r ... ROT m wlt �_ MANHOLE PROTECTION IN UNPAVED ws owa�'% (CULTIVATED/SPECIAL) AREAS GENERAL WASTEWATER CONSTRUCTION NOTES: r.7 Mg T� OTE or ,v. 75*0 Mo EON. 109 00010.0 fj� 1. WE Eem+7erlm BE PROTECREE MO P.M A. 1.3 15 BE NOT AM NER te' 1APE �J [ MAEMO uAu isn xw b ru p nR 1.16.9. 051.1ENS AND CLARTRNITS RAT we BE BICOLMEREO DEM DE ECORSE OF (leo wax) i�1 � x n Stw,. H,l *CIA A�pxxrglg Pins roL WARP al, 'PRO.'x "rill +a rva X10 A wM0ioR01.rawn `cOxEw�i m1�,••nc Owns No woe xroc ,7 RKAlli T.. FLPFETY FCR .. - �uGNTi .rnausa 00001. euu el 10x40* e MM. 9 s: oto,nn NKf3 -w ".". e0al0E¢ RC0Mxm B 9.Oi EE OEamm 1,91.1/411 RONO `rm1OSTOO _ - -. ".__ !-" .01021. 1. TILL re* SHALL i MAW KW wee FORCE 0 neo we MOOR O W 40 <Atmu e. • LSI WANK - Mem%Of 1Sswear t NWGt SW. K Nso MD 170 SR. X11 S0.-Irr [num mai asoc W OV�Qonwosnosorr IDOL a F wiBT111E WENNi FODE10 awAm"BNi�1B ORO...ass) �IM31HA 701e w..o.e4* C RIME i7as .m tR �h MATS „at M 77 . •71 Tomernax. ',Tx 7xxM«. '- P1 Owu g1p1�'"` C°"°0 PALLS ON "` °4'� C°""&'E MANHOLE PROTECTION IN S. 7Rs 010 +.m so. CORSE p 191 M WARM °E"°0 MAIN DISCHARGE MANHOLE DETAIL 1� IEE 01.,BRe am.LLea. (RESIDENTIAL) 3000 F9 COEFETE PROPOS KW 3-H Tw. OEM. UNPAVED AREAS 9�Tr or 1 7 70007 R [Aaole r] 5TR S� Ei3096 u0r MEAT EE130e9 .or no >v.. 9u R7 SCALE 7,R 11�RE,M.M6WF0 9. FR19T55 MOM F. NA,F- mo.INTERIM SUBMITTAL OTASITOOTS WEE. 06 •. M OaNTkw�W Aa4 080-30trr M IXbhr. 10.205 644•130. 2144 u4 101 611241010 11.11BER BF 1E.6., 10.3190. BEVEL 110 1311E31 1.31011110N 1EFL0 TO 1494131.1641E EMI E11G10E 14 MC tree 3.14 10166 0 0.1064 MIME Wli 9'0.640 E TO wmWIS NM MIR 10 TIP T olrtxi'10 MOON,WeG i *WYE ROOM T [ TOMIOATTOR T[w 1 �E, 1107 kMOKp19R *'-*4 SW/ COWL Auk AS 7241010. MY9ftl1�N0 AN* a OE 1ITIOCT R?1EE MENE i, RRBSR 611E MEM 1101201f*1 51.119.E ByMIM MM. AI sLCIE.1IM1S. N01E &RUM l A 101..1.44 auRE 1IMER IJET. INYY141 THE pTIYC !4. �ppp • TN FI%IIR01O a Mu. et 7R 0c 99R0E)E 1017E IEHAIIY 241Ex Nm MIREII i0 RIM dms4 IERlI�11p11B',6. 10 iFR 100' 10591106 u N.,w10o}P MILL 04Mr Ewa 01. lwmw i9 RE OMR 01 10 1 PAW TOR M M.. ' .a.� • •. •+ v...;;;,))01.11','_ = pa MAWS. 54 ..a-. MOM rw. n � TO mom =METE aEEr� WM APPO EM 1,1101 m PM., .6.1191E 0 4)24.1 RISERT6.10011 rolls. NMIAlf COMM wt 244 )) BMW TM SOME PME Val MAX IN PANTO B. Or w Cr 11101ROARr 24)01PM 010 CIF 119.ES MT TO POLY B. SOL 0-19010 Exna x100 UM LIFE x110 ARE ERE AM 019.1. row.. 19 u A� ME 5 � d ; r♦ 1 3. _ SNwE R+C 710E PROW 1uG 0._11-, .pliii 0-x0006 wow Liliw u= iEv1E ;... 110E 9R 910105x61 % T 1.19. COMM MOM TOT, UR 14012 TOY TO MME MR {LC i s rs\ —.1.:x . _.:_,:, 't �aI \ : 6x0..•6107 wkE `, REMMIO1 !� / — — ., '� `Tarolrw ' ► SEM. WM =� • _ ME' - 161197 16119.19®6) rPPE OMER wE x10mamma g OM e MAI : O mew � pq C [Y , yf ► �. } i310x1665 Ile w MO .5 u 909OUT AN 1110,; ro 1110 rxrl.uMw WwM 49.1 40.1^0 siEa2 MILMe r + WS-G 1[017 p N1AM ITIO P1ENBErn4O1 aBRn SEM00,4e�1 �L 2. C4RXR T43 J �F:, rL.�+ �1: OR [0100 M22061C 79110 10 f1AU9E FAA b 1641010® FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL GOLLIHAR ROAD IMPROVEMENTS KOSTORTZ ROW TO REBER ROM (SONO 2014) CRT OF 1.11t100 0HRISTI WASTEWATER STANDARD DETAILS REHABILITATION OF EXISTING MANHOLES Sc MANHOLE RING AND COVER DETAILS 2 01 4 MR TO MILE NCR TO SOME 1 1.4.1ETIERN4 M 7 1R< 1190 NEE •� 1 /S 0110 001010[* ,,,,AAA, ( 100E Or E0- _ 10116x. 1.0119. RIC NE ',:.. ... MTN M MHO MECUM TO WANGLE MEL 9,..! NAT TM 11141M LEI RS MEN NM ME ORR Ur.. S. a•E1ric mm. C., CO RITLE AD 101710 MU PM106 a Al OM113.1 MT., CEM OMR 1yEs5� Itlrt 3, 441A440-%0 WTC*f kntl.Tq *100• W4 MAO C RGVACO _ K 24/0011/01 �` 4 msrmixem. nee ~. 1CAa RA, 1K muse FOAM �Eym new M Cm'. PROMO. PIM AM OMR �} CO MEM ILL EPA ° 10117 / � � alAi GLOVER PLAN VIEW ` { E IMAIMETLMED FRo11 RECT"E"' �`EE"° SBR MAIL PRIME BEEIEIB.TON 10 .E.,• 1 / ,// i *LI. 5.19611 WOKWAO1Bm 0) .0196.01x01 614' 101. Nws1m6 10101124 PIM OEM I ^.�'— _ RCN 1011[: 0-1�*11am0,rr rOMEI �r i s . un raw. a- 010=10 IM 1'E°TaTOTICATORS ROMEO GM ALL 4.fL EMT ROM Tn'1°Pa"Ra '" 106--*14.00 °"` EM° W U-S NOM Milli- W)1J*T 0w IMMIRC691u IMMN FOAMY -1274 r766or 172 MOM. 016191 Na 5TR 892 613096 744 0140[11E13069 116 11E11ElnlwE6 Ex RE IISIJ EOM. IN TTM KAA1� MMES MOB Aw14. BE sa 04))1ETER 11 SECTION OF RING & COVER RING & COVER APPROVED UST 1107 R WEE I INTERIM SUBMITTAL WASIEWeS arcu:- _ APPROVED ARV* re AM MEI NM STAMPS STEC p. 01919.196111= Rs. Rua WEI. r>" . , ,r x-aw 0-025 CR 5-0ZO sw.rr Ypa am {s y No aea F .9R OM "Y0t. I pi ,wet a1� OA Al a neon IUpi ... ialrt mm j Na ITE iaE emwe NaJ111st w we dM V511N�I wnnwo77:141........R310 mwo .asawas POPO ? ` ►n201_ .m.,rna aiva mum .,>~—; DSOs 'I �l 1 egg. ,w DARAPILL MOT.DOA ,Mw.� VIMI w,ies,�nren- PROW PrAt NOR.sem N. MIAs ,w.c P. wnvm APS PALE tea... .w aNMOM A9 MUDS STEEL 81 r. rMAL.m i »tea TEE DEMEOP111 • PLC cnaco a RA a 14 B gF 4 s } \- i 't - It ..,-5-:-.A' _ ,r n u. Cori wiawaxs.a. a POW O. MSTIlli.. DIM • AP WNW. POP. Nn P.R. FRONT VIEW SIDE VIEW ursr Y me. alloom rsv. SEE ODOSTOPPAN Plus LEVEL r "�'�"'w 10 BOLLARD DETAIL DEEP CUT SERVICE CONNECTION �a n°x""'"'°°m�`w�n161M.c MOTOR POT AIR RELEASE VALVE AND MANHOLE »�+9 sac NEP TO NOT m sac SERVICE CONNECTION NOTES: GOLLIHAR ROAD IMPROVEMENTS KCSTOR Z ROAD TO HEBER naw (ECN0 2014) 1111' OF CORPUS CHRISTI x'ASTEN'ATEK STANDARD DETAILS AIR RELEASE VALVE, BOLLARD, ANO SERVICE CONNECTION DETAILS 3 OF 4 ,.,,®, os Err 1 OW.A.PrOli TO PRODOE SEM. 03.1.9019 TAP TO OW ROM PPE &L 1. a w Asa s r� SON INC 1111arSaD rwc a-,Ir ua - Pc .VER LOP use MAY _ ae�.aR cpMEMO . Q '�f „>_.;- s P.,cw., MAIM Ll. 5T,Esc r Pc f3 4 4 0 1—sa• w EWE SEDU.2714 M w DON c r`".v�.R m >,c u,,�x -.c 111 O ar sa a� PLAN CLEAN-OUT BOOT Cora WA 1n SOU ICT m was 'i/' ��_ rauroa - a r MN �a WV, l��]� k��glo ,�ili li PRAM allo oemnR rl�. uu ,r:,r ronu _ I ... a c`�. r��ii�i` aoEnp�M 1lk 1 w/a�sm amG r,e, 1' �\ /4 I�N �nh1EOS . �V 'L 5�- T767or 17 reuwc P...e az STR 892 [AY FBaCC1 {E13099 CR a WI Mr RN ^� MI 55 MI r SECTION A-A SECTION B-B ww awa er raa m Nm, rpv re91191551 DO w a OCR Era 1. m SONE SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT "qf w Sas r0lA XVI 19921119E9 EACH atrm AP NOT m BON[ OINK TRSTIED ��►, R'-11bN rTWI gFXW 0aua r ..I MOMS X 10 � KKrtK gulanE Irtswc , a MK - 00.16 04.2616 110 61.1 TL TK1Nt0 G031DOE N0 COMM MK [ _,_.mo. INTERIM SUBMITTAL mammas ara7- �.: :R WK. WE STEEL CO DIST POLTEMBDIE XWE of Cww le,felBO KR KOLIT off TOILE x -NN N (M1X/•� wmslTAILED MM. 4' TO 10" CASING DETAIL 1 7BAK CR.. w 1r IN ; i 1 El S 3 Ier m IRKS COATED de aFa 310.16 wF! IMAM RAE ERITON Waal >100107 Moe tlI11FN iPE BO NOT OR= GWW �..� se[MKL Mail 21. 'Ly aatl 0%al DE LIM TIO 1. 1O a'"�e11. iex�r MK we (16 01/X5 0? 01300/037 �6NE9-w11, 12' TO 36" CASING DETAIL ; .. DAKAAR r TOILE 1 8 l ; 8 I .g ' �8 _Ire 1�pillelr SHOWN RI IKE I. LK NOTE a / .ml y, R K Ir 111 Ga . rCCORECT 0210 n as rom`naw uc+i i m TRENCH BACKFILL AND PAVEMENT REPAIR ME 6 0N` CASING DETAIL FOR WASTEWATER LINES GOLLIHAR ROAD IMPROVEMENTS KosTaRYz ROAD TO WEBER ROAD Oen 2014) CM' OF CORPUS 4HRIS0I WASTEWATER STAMWARO DETAILS PAVEMENT REPAIR, BACKFILL, GENERAL NOTES, CASING DETAILS 1 OF 4 NCR R1 KALE NOT T3 EIKE GENERAL NOTES FOR BACKFILL IMILE1 grn0RIO ARh NTIAL 02+16111 TABLE P i9Na1 )131+001 [9ELOW PIPE 1O 1Y ASOVE PIPE) im.,, ER 1X1H 14' ABOVE PIPE) ' UNPAVED APEAS PAVED AREAS CASINO NOTES .315 PWA. 640 X1rya 11C90L 9X7. aawar or 0 .01100 aR PIERER TO COOK BOK M sx woos ncnrm m KKK OF MILK ^02+11 K cvwEL 11®2+ 1r ANNE ors s0 �` 0a11KX w KAM OWN. - Olk. 3 BE FRK . maw BE 6. 1111X 1013*.0 INE m r 11.10. K A 13007 NNW. MOM =WM. CR OAK mE, ALL `.0 "ssr.6 swan. 1. 100(. MOM LOOMLOCO.LOCO. He ROI 2+(161195 SINE K ,R P.R. 2. ML 01 103 w XSINlm MO 0MAN SOK.4 10'01/011100 w KL -1 Val I�qy� p,X' 3. ITE 00)2+660 gyly MECANI NLr 71 ,,,,a` *I' 11 w0 eNIKOK ` X® XMaa K wkyAND.16 • w .621 Ho��i1» ow . SWAM.. eE11.I. . M: KKK POSTIMON OF 1) v ME 5001 w ) E KA KE KKK KA 5 r� 0 Mia Moats. Iia n*lssartM. �Lw)0Amor0 0}1-0 mu' Au N.rt^ts 111(1110 wlm66s10 31 .ry ., �. 1�. - war .10 A MOM. maw /r SE.- 1011 11• -»..WM 62107. wu w- ' X awErt1: AMTS sa eE wu0 WOKS TO D 310. 10(1000 010 4? m K ARK. m L x OP KKK. 7. E ssc . 10 EA MO n S -9A KKK a • � DOOMT ass oi0ON sD ca a anlcr0°i..lrerei`11e..I 1.0110 la. DC.00 KR WIENe MUSK �'. 61210. NIKE 60WIM11LY 9NP0RR6N14OW.. sL a Ml 01V110, DWI 1r wm TIE EIS D. INKS M40M MSM 6 M 0002a.= YaDOM 1 /RI. d ME nn EKE K ME KOC KB K. BE SEAM KKK. NIH w I .111F. M. YODEL Az - IKEA RA ACNE 0 EM NM 0R IN Iw9 - ire *0 Iv AK CI s0.[ A S ,1305 WI u r 4 OR GAWPED MET. KL01/ INTER DOKE lBORDIDE, TOD OK 041. CROS x. 9, COMA.KKK TO EWERS I. OAK 6 [✓ m RKor. ..sea wale BASE TO MAD WM e¢nw�p 451 00]r STAMM 00 L IF£i ri. fulAnN alai AMMO 10 CR 1. DB 0 . Km. KW.. 1.001 Ma 221' 3100 1, a 00 ., wBE ucrr .1-1® BE F0d ' mn.u0 OM C.MACT roWAS.OF601..0E 1. 0 s�iw�. Qlf.+'^"40. 160 111-29 9113 0906 KKKg 113 WE OF Al TO �r76kr 172 REM. ENOMS NO STR 892 E13096 b1Y pflarr EE130119 SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS DEW wawgi -F'..T.ie. mw cnwiar.,1e "aaala Dai SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: TRIOE .11.0 MORE OR . IHRGNED BY NE !JB1 or V En.. xo TBEHE BT.vn m..I IND nE HOW.. a se SMELTS.. Me sm in. earosIEBrr nuenenSMO IC swans% ER e PW^'n MOO TIE EIR ET 411. MONO MO PEP.. TF PEEFE.Lr E .E E =3..........4.1... PHw a ....4 e1... T.TEn. NEN .aa. .._CHUG“PerrY.MINEHT SOL REMIT.eu.a-T MoR me Mrs .2 mne.,m in mm ON. d.°..4rwtReN,® . - P tenERsATCN. Or Hants L BESOMMEs - ai 3BC11TH. PSREC:nu. R:.x71. {1.1 DETE NEE ETRE 547.3Z OTHER d I FEIr&rii 8 XM r 1 I ; _ Vern...a... NOM etommm,o. SHALL Be Nueorox mom. ,o ,K cmi U. eFZMr f.”: oaerry mxT. r...7 STRUCTURAL PRACTICES: SET FREE, re Rimm +NLIN ERN. II1uTER naN,.... B'spun. apu+i ..x wulxo u.E rmn M.N.. 5 NewBEE. rnRSTRIMBIN B. s..r.EBERS EN, CCxru�Ees RILL BE RIF.. _ E BHAnLw; Of 14 E�m �2 :: s ENT ....... =SENLECLEE .HTTN. N N Agne. ANOn N THE B BE DUBBER Mmm. SFOM .. FOCOM3P.I �EL B.iA c�HaE TE WESIKTT ..vrxm EMIL TO THE T. QIHEE STH2tJ En cnrBTrd,CTwH EETRMEE SANTA. WASTE RA An E - TEMLENEE DF smsenLV IDH Mc..., KLAHASENENT) . 11,1116 $ L/)GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROTO TO NE6ER ROAD ( NO 2014) n CO .. CRT OF CORYUS CHRISTI a�" (C STORM WATER POLLUTION PREVENTION E e PLAN NOTES 1 DF 3 RFFBIIE +E}IElE leseelH4: Hut P.M MIND. Fox n..ST ne.nlECL i SLN YTTH T#vewuE _L E.EESB 1115 T ROAD wp.p.Q. OMENS i srTuua c w NICTRIA E.M.ECE Tune .xc.ECT r ..."'.....-..• ...was .r. TUEEL Nlu TC LLE nsnntm EFFRB.WnLY ICIT: MnES yo (arc oHTTTT5nu�Hy G = nre MOM. num. Tf SUL n 5EOET.nrE Lis n..GULt Sm. LEAH dwr,F.T CLAY. mom. YIEGETAMC um. IS APP1,1111.61. am HruE EF NExE,n.B WATERS mvrs MM. R. STOR...TBR ...-..cmc 5 EE UM.. PER.rTR w311 N .Bae..ca In ...Sm. ..1 Men t� 9xui .5.5., NI ru5] FEErtw.S EMUseemenas B n,HiFL RATER3.1.014 INT RELEIT00 . IINLLOSC PEES, fOR r.CER GENERAL PERM 155 TM .508501 x¢nn5: T4 11451145 01 MN CCUBTRIRTIp...TMWEE TIES Arn4151 IUCLVBE BO ARE HOT 111)81 seen. OF INTR. (1.1X RECLINED SITE ectiris 6 515 NAMEoP TERRIUAT1B j.1 4.11 TO a% PAw[HT SLLLNE IIID FON 110171 "'FEZZES?' RE'" TBE IV w a HELM. 10 MIDS. ALT AIN MEMOS Pmr METIET ISTs LIE MINN SEM S.. LIE ONTIMMR MILL BE IEIIRro TO SPUME MMB BUST CaImcL AS OREMTE. BY TIE MINERS ismuRe mm me oreMeLS MAK NOT OCEM1I 21.11Coorn, L.... 0.1, 93.1•113, oh New. NE.. TRIPORMY MOHO . ON. APP... YEARS *ERE MI6.. MST.. 1..... 111a4 THE IXEIPEST. SHILLMOLEST TIE NEE TRINN rn,H8, m cnnTumw sH.IL MM., 51110 MITT LPFF 7 HHq CM v1.TY U.ES RIn1aIT C"w'AM1 ..tcemwote, PeIMAlen Pre4en0an - Cleo, later Act Section 402 11. Cull,44 ...au N. Hoxordass Jore,k,, ar CantamnatIne lamas scaree4wrs sear :,o fftvECT R0.1 ¢.... �6 ..._. -14 T.:15 ttp 17*4004 :'mme4te, 0lsd,arge Perm14 or Cans/ruck. Gene. Permlk e4 0411. P11 .1th ale 111+[11644 1 111 1 ':d I I • , •1'1 1 a, 1-, 1• v 1. d1+t11644001 ill 11 - 111 - - - , 11..1114 Iand sedrnxta01130. ❑ N0 Men Raj. [,3 Rea*. 4400 zcdm Nu by ce im noe :. Prevent etann.am popoll...ntral Y=g mmtvtIn a000rd ercdm and eedl .Ith -.OM Ppm. T,0 150040 2. Comply .1B, the 5-03P a,d reds she" necessody to cantrd pa114Jon or receMe11 by Ike Englw+l. J. Past Coretrucrbn 3144 nctbq (cv.] arch aver+ Y,b,r„o[bn on a near the alto, aocpeib1e to tlse pudic 0,4 T4E4 EPA a a,hxr Maeddaa, trac00, prof. Ioc1 40* /4±'54'1) Incr.. 41414114* sol odea to 5 4. Man 1mer ep ca mare b)0 !o TCE0 and the E..,_ oaas n, 0• .uk 10 or neer Stream@ lea.edle end l013512 dorm war Ad 3ecum4 COI n 404 n the went 41v l 1 a,r1 o archeological maraca (eon..0.4004 rear. roar, 010, hlrmd putter', ac.) ere roma dunnq 11*41, anon, erase xprk In the lemma. arm 414 .04ot *a Engineer i0n.rotel0. [2' No 4008, Regaled 0 04quIrc4 Action Acrbn cab. 1. 2' �. 4' i IV. Vagesorbn Reeourcas m dal (apples o[ propel): ) for pereral -rho .11 be .a, .ba 0,4 py „y, Um head CommoniwM tiar Ise, Aamkin 0,4, . ma:minis br, co,d11c0np sseac reeecge 'mar to beginning osear 10.0 and malleo soden am.. pe--ertel horords In to eerkylme. Ensue tart 111 darken are padded .nh praxol pnsxl,e a4lprcrt aarupd4" la- any Faazdem mauHn used. andleap uo1e141 5.1yty :nm 044to mn 0, (VMS) e1 eedapr..b umd on ib an-Ino .. .414, case 111.11#. bat a• cad IIInh* to p. '4w•ile l'08F1' . =:1111+. 44110. W+nte. py.4.1-5.0 mpaab ,od440. @a.. .43ti,,,. huh vend e<r4lra owing odtipwrde a 44441.0. Pr.. MM..etwage. a0 m bas g,nd and wan prod.'s prodMach ray be Faa,ILiman product labelling as ,egdnd h Ne 411. IMIn m .deyvte appy a on-ate ap11 response m41enah, m !Mauled In the 0505 In the mat of e tate mama '.o rade. -.he 4)111 m helaxed In the 1595, In a e.ence etc. 4414 cwt 101104s, 0,4 411141 the gN.t4 914 rr 11 [00 Im41. Tx [ammo* ar gndl x rnprede AS 114 PrcPer ca41m11re41 and **gyp m al aim. ase CarMa! Wee Er 4,l.., H ma p Me edlwirq ore 401001 D ash pleaadruma, +eva00 (rinkk414,021ed as mmol] • ex • urdeelroble smalls or odors • ...nue m 14ocnng or soopoou of sa.e.s ; eplt E ii ! 1 I ■ 3 • 44E Perak required for Fling, dredge. eramanp or Mx Mak In ore eater bedles, men, :dein, strevns, wands ar .41 ere.. 40 a1a.m k 111 4 a. Wt. act IsMhm ami1M.4 tae Icameg 1.1-10): 2 No 'meat 04� ❑ egap.I. 414114 Pal 41/0444444 (an Pm 141011, ger. elltra 0 ale. 4lrct4 nit a, 1/3 n1.1sale* ❑ no-Meade Peens 14 PW Peaked f1/1D a ve ❑ 111 hind 404 Porn@ Required ❑ -h,r arrior,ds Pmnit 4,.,ned: NNP6 1u11 1 e the u5 p4004 cyclic. ,e, burden 0 proper and *ea. 411 w:l4440,1 Pr 0010, Owned to conlyd are.an, 4Nime4Mlis mJ poet-pros00 144 Preserve halve andantino to the aslant pmctleal. 12. Na Imam Roane@ 0 Required Acilon Action No. 1 s, V. Federal Laked, and Proposed Threaten. and Endarge,ed Specie, Crlllon! Noka4, Slate Lilted Sp., Condole!. Special and MIFalay Bide. My Max' eddal. Madera M.N. lela 11a4e MM.. 41 eoManinaAx. Ma:irate! 4. •r.. Haxvdaue Na,4,1. or Cadamvhan leewn Speo0, W We Praia.: 2 Na Pctbn Req.ied 0 Required serial gotten eve. 3. 4 4. i f! 8 3 �- r I I x„11. I COLLIRAR ROAD IMPROVEMENTS KOSTORY2 Row TO NEeER naw (yOND 2014) CRY OF CJf?P115 CHRISTI STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) 2 OF 3 4 [d N,. Ada... 0+gyya4 0 Requlnd Aetlan 0-tlon No. MI. Other Er dranreerml Imas 01.n14l. dprlI.411. r4041,4 41 ett+ 4[' 14 +nHlann+nMl Im4•. ] [,d No Actbn Reameed 0 Required Acton -Peet eiaragernent @radices: Erasion Sedmemodor Post-Cmsmctlor T55 ❑irnvsra,r lhemaim [>d44: raw ❑ *2.0.0110 rib. 3604 01l,l.laN„ti'g Orl., Pmhptis4 ❑an timlhoitaim scales 211.0 ❑ 4.4 Sere ❑ 14.1 d Detemen 4,40 ❑mddrg ❑Td sada ater ale ❑:aranema m4mm 014.0.110 5.12. 03.4 hay Pam ❑.1 4,.T 011.4. Die 0,54-or Ode Biro ❑ Ocean 4*4,4 Cmpak ❑muca.4 C.P.0pin 04.11, h., ❑ mJ ma to 3.m some ❑Ise. Mar Roomed 5a. 0E.. carmd oma,! ❑ gasp. 940 0,44 and 1444 ❑ Ca•ymt Mx Bim sed Soda ❑ NJ4, diad Ear a1 401,, ❑ 0000004 brad Cad. ❑OMPem R ma S.6 ❑ b,d Dred Ware ❑.Ran. 00011441001044, ❑smtnoo Mt. 2 3 p. N odd of 404 Ilebed eµcss ore observed, team acre In the ...Iota ono, do not adby.. The ...ay not 4141.16 specks or hab0*4 and ear t the Enda, Immx Midges a other 400,1,. 440,1 nu.drg seam, a! act 144.10410.4.444.40101. Engin,.anmwdip:eyabe4y4raa eae1..ark n Aotlan b. v 5 e /1.ff LEAUZ.TT:.17e.7.727ffff..:: ''''' ff. . 4 II awsarres war , 1.2.0 off. :ffff.ff.1 454Filif .. . r ....-... t...0.*75 i','.. 8i NN.1 i t.....c„. trItiffe . 111. NOLA ..inn+.:1 '7'4 ifr S .51 (1:1F,332; ,11,1.. OP .2 .E Ns., ND. . PR mols ,... • E.LN et.. P. W. e. •Fra . ilWin . nu. -..., a g 2 , ELM: ' rol--.7ffr''' "-ET WM,' kW% 'irrm'ff,• smun. sivs. (woe Ie. ff. T-212, . ITEM ALr. BLOM iiii5tRNVEr7T074T4 7' CURS INLET • PLAN MANNOM - AP.14 LALT II - PLAN \ • ' ra•PaP TEMPORARY INLET PROTECTION • ............,s41........ \s,... "I. .1e .1.11 ........,... . ,,,,,„„,„3., , AP.. PLAte a" or 6HIC OM WO ... 116 .I.11 ' '11,44 FILTER FABRIC DETAIL ,........, 141141 1 4 - 3 TEMPORARY SEDIMENT CONTROL FENCE DETAIL .CT TO SG. .., 7 - .7 71.". I.. 'mar. €FOTU7� — 7.Q.7.. re. g...° , - -"I'' • lllllllllllllll Pc -- 5r..rpz 4 '' .. ""*TiVjlitalrftl'cff+7.7617.`a`;`7174'T t7-ff:::f4. rffr4•74M"Zirff017-477: ffnirff:E"'"' ' ... r...ffemeovff.,..ff Ki. ......11.7.1.2 A. NAT . kw... mou 2.1. s. op, 1 N i ff' otnrarti r. I .re I . I ........ I.. $ Ll} k! GOLLIHAR ROAD IMPROVEMENTS g KOSTORYZ ROAD TO WEBER ROAD Z (DOND 2014) CRY OF C.,..,US CHRISTI 41,..11 (C '-• STORM WATER POLLUTION PREVENTION E E. l'• iZt STANDARD DETAILS 3 OF 3 .--A....._ INNERVI- ... ..'" " EN ne.o..i.cm (1 . NEE. TO P.P. NI, T R . ARP w. SPAM NAANNE A... ir 'a' °''''''''''n' 'LT=',V-P.fff,ff Inwsnw, ,ffff,'"7""'-ff.--..... \ „•-.' o'r''''' AC.11h7:.ff,... T''' TEITEXIIrPITSV. ,.... .1 .. LINSTALL11. ff.: KEE . • NuTE i CAM./ POW N77r1LAT1 " -- 1 VES"TliE I rIA1910...C7 LIMILIIIS—Z .., CUADI RILET PROTECTION DETAIL PLAN STABILIZED CONSTRUCTION EICTRANCE .T ND .LE ACT TO SCRLE EL.. INI 7 wo.rff.-noffi wry, 'T.711,1-1,111 EVINA11. NOTIES2 TREE PROTECTION FENCE ' TC HOLD TAE MEP ONE 11141. %LB .= BE PAL. a• OL. MINE :NV ORANGE PLASTIC CONSTRUCTION FENCE • sr. si. 3-5.• Eau ... tom 1..n u 1f4 77 SA, 0.55E1E SCR.. ." CA IX CO.. SCINEIN 2 .01: . DT... 11 7715 111. 012 ,... . . . . ","MrTATI NCT TO KALE .1 TONNES* ACT LESS 1N. 1, fffffffff ITN sc.. , MINI 1.C1LIOS NI. FoN NUN . MANN. .1...... NW.. FINA, 1NE .NEN 114110.. .. C.., So2.0 .ENT NO ANIA 5. TALL NETIITT Yil : c' ' : '.. ' :rEl'ItITE111:4174i NrieNITTLFtrAmffruff eL.S or N. millEt ...Alm ...7 eE MEP ' iiir67-iffEK 'ffrIgMffr-ff.4-1ff711WW=r• .1"=.1-,Tot,&117.4 AND ulE711 11E.EF /. MET 717.11. FAIN1 I. MN.. . M.A. numri ccNrresnm SYS 19 F... IC1136.11..110366, 10 1146 .1.... M717i:4"2AFU-EFZIrENILTE:PLENXN15aA 1 hLrf IsO6=11:61S1641 IC MIAOW, SO. AS Tic 6 6SliGYi IS ...6133. CONTRACTOA/CPIERATOR 03 RESPONSIBLE FDA AM:PA/ATM A4:111111E050HTATEA1 OE A SFELIFIL srow wAITA POLLUT1. PRE.1.611 MAN (ffffff.ffp) IN ALITCRONNEE irm 5015REOUIREMEPTS WPM TO CCIWEACHC 111,1%. 11E 5111.PA SHOIA.D NCLUDE ITN SaEET TO DEEPAE THE TYPE Am/ =AMA OF P7777.51111 14P.1 •r, nexpiAGE ..... 6117 NE mr1111..E. . F..... ..... ...E To N.07 NI., Fu.... "FE ...... ARE .6 SOLOY-S I 1 I+ mr>'.Emis s,SET , r., nNzccT nv. rra� Y w �� F •••tea ^�6 �3 �� — l ` ,STAOII12EO CO,STR.CTIO% ie ¢ NOTE 57 1 r J/ ii7iA� J yV ii —"]�Fi:���--'Zl'Z :fir .�.�..—.—.� �ti ��T�1�, n��.�.1�} 1K'•1f �1 3 El 4 - II"... i'ki GOLIJHAR ROAD - ti, § : _ m >=P te•—.—,-. , fT� �y} v�If T � _'j4, 11 �-1.1 or consrta.1cnan� 6 — EROSION & SEDIMENTATION CONTROL PLAN - WEST 6rt me GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO NE6ER ROM (SONO 2014) EROSION & SEDIMENTATION CONTROL PLAN 4 il 1517 Vis. a• 1 k .._ .. — CPOWHAR ROADP� �PRDvCEo FENw.L .P. ... -- -- �� [sirs HmE r. L.J EEN STAIRMED OONSTRWTKk! cr wr�s.Tnucrun xx�cE PEE nme 3l ggp ELS SEDIMENTATION CONTROL PLAN m cu F vrN nrc, INxTw 19.11 t -....— EROSION & oEoTEIll PAW 1• �- NSTAL`i FE3 315315 53 m•caess w p 41 AS NLET '• 3L7 FE1SE NI 553313, E0rT3115 AT INLETS PRIOR TE, (GtiE1y143 zensToocnon. SILT FENCE ELEVATION LEGEND 13#.L 161511 ATM 2 FOR .ENATELS 101310544 THE E15TALLn00r . THE TER ISLET. inns;O2L3 A1EE(S% A5 100136. T5. PRE,En1151cwN1 5115 [NM RO.A0.1 MO SHALL NAIArtAN--sF--- 05157511-0. E.T• 1..E . TI.._EH0ST THE SLRSTgk OF O3SSTRL0n1N. TEs NUS 5101.1 EE EE3155ERE3 545551051 m THE SwFP Sc 15 031515 Iron. —15— EURn NUT a�TEcnAN EA ES 9 0.5 11 ����� LNR OF 0050015 :T.n 1.INSTALL INLET PROTECT. F. OETNL Os SHEET L CONTRACTOR .ALL INSTALL 5L7 11.5E. A5 RE011Ff45 TO PRE,ONT SEPLINT FROM LEANVO ONfF,CF–ELNSTRJCno1 ox .031 FNTEHNc TE ST.13 5 SAP . INET PROTEOOOH MUST 3E NOERNTES 111x111 0 ON SEINER 5151EN. THIS RORx SHALL 3E OCNSEEREST 9.135.19151 Te THE SNL R. 1113x. FLOOpNR OF 91RROLN]NG PROPERTE5 MAO DO:LR.1110 R3130 OF 13xRY1115 13x113131511 MAO 05131R. 5. ALL 5,351. CONTROLS LOST 3E RAMAN. Ra1n1¢r OAS. THE 0345SE OF cv.STRLC ON w54333130W TYPICAL CURB INLET PROTECTION LAYOUT H105544L111 RESTORATION `513101 OE NATALLE3 100111 TE 3A13 OF 01.51 INNE119IELT FOLLONNO THE ESTMJSHNE1T OF Flr& CRA0E3. TRACTOR ATER FOR PREPARATION MD ISIKEMENTAnC I OFA SPECIFIC S'+PPPj 15 154105001150 RDH 1500 FECAIRE]p}Tg E*r eR To SEE•IwEHn'r Nos,ESNAPP 131011310 T. TIE CON1RASTOR 1001111E OLT FENOE TO 00E1Err `EM,E3r FR.,H EN1A45TIO11 5541R031.511 AES, HE+PULL 13105 EMMAIA. 11-E S1S5N SERER NOS 51E1.. 0.T.I3IE3 AREAR A3I5I5I, TIE her RENINALL 10µl if 5E10(151E0 1141431.51M1 Fg1055151 FINAL 1551115 531 SHALL SE ...TECO ANTI_ 0351 0135TH HA, LEEN 1[x13'.1119 N ACCONDA LE '15111 11-E x0Ec1Fk;Anurx 3751000E THIS SHEET TO 013511E THE T1RE 5150 LOCATION CF PROPC6E0 *535. 00 9101 ADDENDUM NUMBER 01 Project: Gollihar Road Improvements (Bond 2014) Owner: City a f Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: D. Scott Jones, P.E. Addendum No. 01 Specification Section: Project Number: E13088 & E13089 City of Corpus Christi UA Engineering, Inc. NSA Issue Date: Dec. 16, 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. Addendum Items: /c D c 20/6 Dote Modifications to Section 00 30 01 Bid Form, Section 01 29 01 Measurement and Basis for Payment, Plan Sheets, Clarifications and Culvert Evaluation Report Attachments: Bid Form (Attachment 1) Measurement & Basis for Payment (Attachment 2) Plan Sheets (Attachment 3) Culvert Evaluation Report (Attachment 4) ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA IIA Engineering, Inc. TBPE Firm No. F-1386 A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Addendum No. 01 Gollihar Road Improvements Project No. E13088 & E13089 009101-1 Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. None. ARTICLE 2 — MODIFICATIONS TO THE CONTRACT DOCUMENTS. 2.01 ADD, DELETE OR REPLACE CONTRACT DOCUMENTS A. Delete the following Contract Document: Deleted Contract Document SECTION 00 30 01 BID FORM SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT B. Add the following Contract Document: Added Contract Document SECTION 00 30 01 BID FORM (Attachment No. 1) SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT (Attachment No. 2) 2.02 AMEND CONTRACT DOCUMENTS A. None. ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 1—TITLE SHEET 3 — ESTIMATED QUANTITIES SUMMARY 5 — GENERAL NOTES (1 OF 2) 6 — GENERAL NOTES (2 OF 2) 18 — TYPICAL SECTIONS (1 OF 4) 19 — TYPICAL SECTIONS (2 OF 4) 20 — TYPICAL SECTIONS (3 OF 4) 21— TYPICAL SECTIONS (4 OF 4) 22 — ADVANCED WARNING PLAN (1 OF 2) Addendum No. 01 Gollihar Road Improvements Project No. E13088 & E13089 009101-2 Rev 01-13-2016 23 —ADVANCED WARNING PLAN (2 OF 2) 37 —STREET & GAS PLAN & PROFILE STA. 48+00 TO END 76 — STRIPING AND SIGNAGE PLAN STA. 0+00 TO 3+75 77 — STRIPING AND SIGNAGE PLAN STA. 3+75 TO 13+50 78 —STRIPING AND SIGNAGE PLAN STA. 13+50 TO 23+50 79 —STRIPING AND SIGNAGE PLAN STA. 23+50 TO 33+25 80 —STRIPING AND SIGNAGE PLAN STA. 33+25 TO 43+25 81 —STRIPING AND SIGNAGE PLAN STA. 43+25 TO END 138 — CONSTRUCTION DETAILS (3 OF 4) B. ADD the following Drawings: Added Drawings 1—TITLE SHEET (Attachment No. 3) 3 — ESTIMATED QUANTITIES SUMMARY (Attachment No. 3) 5A — GENERAL NOTES (1 OF 2) (Attachment No. 3) 58 — GENERAL NOTES (2 OF 2) (Attachment No. 3) 6—SEQUENCE OF CONSTRUCTION (Attachment No. 3) 18 —TYPICAL SECTIONS (1 OF 4) (Attachment No. 3) 19 —TYPICAL SECTIONS (2 OF 4) (Attachment No. 3) 20 —TYPICAL SECTIONS (3 OF 4) (Attachment No. 3) 21— TYPICAL SECTIONS (4 OF 4) (Attachment No. 3) 22—ADVANCED WARNING PLAN (1 OF 2) (Attachment No. 3) 23 —ADVANCED WARNING PLAN (2 OF 2) (Attachment No. 3) 37 —STREET & GAS PLAN & PROFILE STA. 48+00 TO END (Attachment No. 3) 76 —STRIPING AND SIGNAGE PLAN STA. 0+00 TO 3+75 (Attachment No. 3) 77 —STRIPING AND SIGNAGE PLAN STA. 3+75 TO 13+50 (Attachment No. 3) 78 —STRIPING AND SIGNAGE PLAN STA. 13+50 TO 23+50 (Attachment No. 3) 79 —STRIPING AND SIGNAGE PLAN STA. 23+50 TO 33+25 (Attachment No. 3) 80 —STRIPING AND SIGNAGE PLAN STA. 33+25 TO 43+25 (Attachment No. 3) 81—STRIPING AND SIGNAGE PLAN STA. 43+25 TO END (Attachment No. 3) 138 — CONSTRUCTION DETAILS (3 OF 4) (Attachment No. 3) 3.02 AMEND DRAWINGS A. None. Addendum No. 01 Gollihar Road Improvements Project No. E13088 & E13089 009101-3 Rev 01-13-2016 ARTICLE 4— CLARIFICATIONS 4.01 QUESTIONS A. Refer to the Questions section of the City of Corpus Christi Capital Programs CivCast, Project E13088 and E13089 Gollihar Road improvements Kostoryz Road to Weber Road Bond 2014. B. Question: "The AT&T manholes to be adjusted appear to be on top of a vault. Is there enough room to lower the manholes to below the subgrade so we can do the roadwork without the obstruction? Sometimes the top slab of the vault is too shallow and would prevent that from being possible. If it is found that the AT&T vault top itself needs to be lowered, will that be handled by others since that is above and beyond a manhole adjustment?" Answer: All but two of the AT&T manholes (per record information) have 4 -ft to 5 -ft of cover, which should provide ample room for rim adjustment. The two manholes at Stations 36+00 & 41+50 show to be less than 2 -ft below finish grade (per record information), and the contractor may need to work around them during street construction. If an adjustment is required other than a rim adjustment, AT&T will perform the required work. 4.02 CLARIFICATIONS A. Clarification: The Sequence of Construction has been changed per the directives of the City of Corpus Christi. See Revised Sequence of Construction and Advanced Warning Plans, Plan Sheets 5-6 & 22-23, Attached herein. B. Clarification: Prior to any work by Contractor on Existing Gas Lines, the City of Corpus Christi Gas Department shall isolate the existing Gas Line and turn off gas in the Work Zone. Additionally, the City of Corpus Christi Gas Department shall certify to the Contractor that the referenced Gas Line is "GAS FREE" prior to the Contractor commencing work on said Gas Line. See Revised General Notes, Gas Notes, and Sequence of Construction, Plan Sheets 5-6, Attached herein. C. Clarification: The City of Corpus Christi Gas Department has revised the Proposed 16" Gas Line to a Proposed 12"Gas Line. All references to the Proposed 16"Gas Line in the Contract Documents and Plans shall be assumed to be Proposed 12" Gas Line. D. Clarification: The Contractor may alter the described procedures of trenching and installing the Storm, Water, and Gas in the shared trench per the Contractor's desired means and methods. In so doing, the Contractor is responsible for adhering to all trench safety standards, regulations, and requirements, and any and all issues that arise during construction, as a result of deviation from the plans. See Revised Plan Sheets 18-21, Attached herein. E. Clarification: The City of Corpus Christi has contracted a third party to perform Subsurface Utility Exploration (SUE) of the existing ATT Duct Banks. The results will be provided to Addendum No. 01 Gollihar Road Improvements Project No. E13088 & E13089 009101-4 Rev 01-13-2016 Contractor prior to construction. The Contractor shall alert City Representative and Project Engineer regarding any found conflicts prior to proceeding with construction. F. Clarification: Low -Profile Concrete Barriers (LPCB) shall be utilized adjacent to traffic as required (subsidiary to Traffic Control bid item). See Revised Plan Sheets 5-6 & 22-23 (specifically Sheet 22, Note 9), and Revised Contract Document 0129 01, Attached herein. G. Clarification: The City is willing to allow the City -owned portions of Evelyn Price Park to be used as the Project Yard, provided all areas are returned to their existing conditions, and all paved areas are returned to existing or better conditions, at the conclusion of the project. Contractor shall coordinate with the City Representative. H. Clarification: Dewatering, including well pointing, shall be considered subsidiary to other bid items. I. Clarification: See Attachment No. 4, Culvert Evaluation Report, for further information concerning concrete spall repairs described on Sheet 141 of the Plans. J. Clarification: Project shall be awarded based upon the Base Bid only. END OF ADDENDUM NO. 01 Addendum No. 01 Gollihar Road Improvements Project No. E13088 & E13089 009101-5 Rev 01-13-2016 00 30 01 BID FORM Project Name: Gollihar Road Improvements - Kostoryz Road to Weber Road (Bond 2014) Project Number: E13088 & E13089 Owner: City of Corpus Christi, Texas Bidder: A2 OAR: LS Designer: LTA Engineering, Inc. Item DESCRIPTION UNIT ESTBIATED UNIT PRICE EXTENDED AMOUNT BASE BID GOLLIHAR ROAD IMPROVEMENTS - Kostoryz Road to Weber Road (Bond 2014) PART A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization, complete and in place per Lump Sum LS 1 $ - 5 - A2 Storm Water Pollution Prevention Plan, complete and in place per Lump Sum LS 1 $ - 5 - A3 Traffic Control, complete and in place per Lump Sum LS 1 $ - 5 - A4 Exploratory Excavation, complete and m place per Lump Sum LS 1 $ - 5 - A5 Ozone Action Day, complete and m place per Day. DAYS 5 $ - 5 - St BTOTAL PART A - GENERAL (Items Al thru A_S) Subgrade Preparation (1' B.O.C.), complete and in place per Square Yard S - PART B - STREET LIIPROVENIENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Remove Curb and Gutter, complete and in place per Linear Foot. LF 8,954 $ - 5 - B2 Remove Concrete Driveway, complete and in place per Square Foot. SF 16,114 $ - 5 - B3 Remove Asphalt Driveway, complete and m place per Square Foot. SF 530 $ - 5 - B4 Remove Mise. Concrete, complete and in place per Square Foot SF 859 $ - 5 - B5 Street Excavation (1' B.O.C.), complete and in place per Square Yard. SY 35,958 $ - 5 - B6 Subgrade Preparation (1' B.O.C.), complete and in place per Square Yard SY 35,958 $ - 5 - B7 TX -5 Geogid (1' B.O.C), complete and in place per Square Yard SY 35,958 $ - 5 - B8 9" Type A, Grade 1 Crushed, Limestone Base per TxDOT Std- Spec. Item No. 247 (Lip -to -Lip), complete and in place per Square Yard. SY 31,747 $ 5 B9 Prime Coat (020 Gallons/SY), complete and m place per Gallon. GAL 6,349 $ - 5 - B10 3" Type 'B' HMAC, complete and in place per Square Yard. SY 31,747 B11 2" Type 'D. HMAC, complete and in place per Square Yard. SY 31,747 $ - 5 - B12 Std_ 6„ Curb and Gutter (Ind Limestone Base Beneath Curb to 1' BOC -j, complete and in place per Linear Foot. LF 10,689 $ 5 B13 Full -Depth Pavement Repair, complete and m place per Square Yard i 32 $ - 5 - B14 Concrete Driveway, complete and in place per Square Foot SF 17,941 $ - S - BIS Reflective Pavement Markings TY.1(W) (24") (SLD) (100 mil) - Stop Bar. complete and in place per Linear Foot. LF 289 $ - 5 - Bit Reflective Pavement Markings TY.1(W) (24") (SLD) (100 mil) - Crosswalk. complete and in place per T.inear Foot. LF 704 $ - 5 - Reflective Pavement Markings TY. (12") (SLD) (100 mil) - Crosswalk. complete and in place per Linear Foot. LF 1,065 $ 5 B18 Reflective Pavement Markings TY.1 (W) (8") (SLD) (100 mil), complete and in place per Linear Foot LF 503 $ - 5 - B19 Reflective Pavement Markings TY.1 (Y) (4") (SLD) (100 mil), complete and in place per Linear Foot LF 9,113 $ - 5 - B20 Reflective Pavement Markings TY.1 (Y) (4") (BKN) (100 mil), complete and vn place per Linear Foot LF 2,010 $ - 5 - B21 Reflective Pavement Markings TY.1 (W) (4") (BKN) (100 mil), complete and in place per Linear Foot 2,300 $ - S - B22 Prefabricated Pavement Markings TY.1 (W) (Word) "Only" (100 mil), complete and in place per Farh EA 4 $ - 5 - Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 1 of 8 Page 1 of 8 00 30 01 Item 1 UNIT ATED QUANTITY UNIT PRICE EXTENDED AMOUNT B23 Prefabricated Pavement Markings TY.1 (W) (Left Tum Arrow) (100 mil), complete and in place per Farh EA 9 $ - 5 - B24 Prefabricated Pavement Markings TY.1 (W) (Combo Straight/Right Turn in place per Fa. Arrow) (100 mil), complete and r' EA 10 $ - 5 - B25 Raised Reflective Pavement Markings (TYII-A-A) Yellow, complete and in place per Each. EA 260 $ - 5 - B26 Raised Reflective Pavement Markings (FYI -C) White, complete and in place per Each. EA 144 $ - 5 B27 Raised Reflective Pavement Markings (TYII-B-B) Blue, complete and in place per Each. EA 20 $ - 5 B28 Combo Stop Sign (R1-1)/Street Name Sign (Incl. Metal Pole and Foundation), complete and in place per Farh EA 12 $ - 5 - B29 Speed Limit Sign (R2-1) (Incl. Metal Pole and Foundation), complete and in place per Faeh EA 5 $ - S - B30 Lane Control Sign (Incl. Metal Pole and Foundation), complete and in place per Each. EA 4 $ - 5 B31 No Parking Sign (R7-1) (Incl. Metal Pole and Foundation), complete and in place per Each. EA 12 $ - 5 - B32 Silt Fence, complete and in place per Linear Foot. LF 45 $ - 5 - B33 Inlet Protection, complete and m place per Each. EA 42 $ - 5 - B34 Revegetation (Hydromulch), complete and in place per Square Yard. SY 1,644 $ - 5 - B35 Tree Protection Measures, complete and in place per Lump Sum LS 1 $ - 5 - B36 Remove Wood Fence, complete and in place per Linear Foot. LF ' 1 ' $ - 5 - B37 Remove Chainlink Fence, complete and in place per Linear Foot_ LF 117 $ - 5 - B38 Remove and Rebuild Wrought Iron Fence, complete and in place per Lump Sum LS 1 $ - 5 - B39 Install New Wood Fence, complete and in place per Linear Foot. LF 197 B40 Install New Chainlink Fence, complete and in place per Linear Foot. LF 87 $ - 5 - B41 Polymer Concrete Pull Box for 2" IT, complete and in place per Farh EA 10 $ - 5 - B42 2" Blank IT Conduit (Sch. 40 PVC), complete and in place per T.inear Foot LF 5.290 $ - 5 - B43 2" Blank IT Conduit (Sch. 40 PVC), (Bored under sidewalk), complete and in place per Linear Foot LF 51 $ - 5 - B44 Adjust ATT Manhole Ring and Cover, complete and in place per Each. EA 1' $ S - B45 Street Allowance (MANDATORY), complete and in place per Lump Sum LS 1 $ 50.000.00 5 - StBTOTAL PART B - STREET IMPROVEMENTS (Items Bl thru B45) 5 - PART C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl Stockpile Benches and Signs (Incl. Coordination with RTA), complete and in place per Lump Sum LS 1 $ - 5 - C2 Concrete Bus Pad, complete and in place per Square Foot SF 6,600 $ - 5 - D3 6" Type A, Grade 1 Crushed Limestone Base per TxDOT Std_ Spec. Bern No. 247, complete and in place per Square Yard SY 733 $ - 5 - C4 Concrete Shelter Pad, complete and in place per Square Foot SF 2,936 $ - 5 - SUBTOTAL PART C - RTA IMPROVEMENTS (Items CL thrn C4) Sidewalk Ramp, complete and in place per Square Foot 5 - PART D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Dl Remove Existing Concrete Sidewalk, complete and in place per Square Foot. SF 38,826 $ - 5 - D2 Concrete Pedestrian Sidewalk, complete and in place per Square Foot SF 37,583 $ - 5 - D3 Green Concrete Cycle Track, complete and in place per Square Foot SF 37,965 $ - 5 - Monolithic Sidewalk Retaining Curb (Height Varies), complete and in place per Linear Foot. LF 2,398 $ - 5 1/5 Sidewalk Ramp, complete and in place per Square Foot SF 8,009 $ - 5 - Prefabricated Pavement Markings TY_1 (W) (Bare Symbol) (100 mil), complete and in place per Farh EA 34 $ - 5 - D7 Prefabricated Pavement Markings TY_1 (9J) (Straight Arrow) (100 mil), complete and in place per Farh EA 18 $ - 5 - Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 2 of 8 Page 2 of 8 00 30 01 Item I, El Confined Space Entry Measures, complete and in place per Lump Sum. UNIT ESTLILATED [)U?i\TTIY Ur PRICE EXTENDED AAIOEIVT 1)8 Prefabricated Pavement Markings TY.1 (W) (Merge Arrow) (100 mil), complete and in place per Farb EA 16 $ - 5 - Combo Cycle Track Lane Control Sign (R9-7 MOD)/Use Pedestrian Crossing Sign (R9-5 MOD) (Incl Metal Pole and Foundation), complete and in place per EA 16 $ 5 D10 Combo Cycle Track Lane Control Sign (R9-7)±' Cycle Track Lane Control Sign (R9-7 MOD) (incl. Metal Pole and Foundation), complete and in place per EA 1' $ - 5 - SUBTOTAL PART D - ADA IMPROVEMENTS (Items in thru D10) S - PART E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Confined Space Entry Measures, complete and in place per Lump Sum. LS 1 $ - 5 - E2 Remove Existmg 5' Curb Inlet, complete and in place per Farb EA 36 $ - 5 - E3 Remove Curb and Gutter, complete and in place per Linear Foot. LF 188 8 - 5 - E4 Remove Existing Type 'A' Manhole, complete and in place per Farb EA 6 $ - 5 - E5 Remove Existing Type 'C Manhole, complete and in place per Each. EA 6 $ - 5 - E6 Remove Existing 12" REP, complete and in place per Linear Foot. LF 30 $ - 5 - E7 Remove Existing 15" RCP, complete and m place per Linear Foot. LF 1,047 $ - 5 - ES Remove Existing 18" RCP, complete and m place per Linear Foot. LF 320 $ - 5 - E9 Remove Existing 18" SteeL complete and in place per T.inear Foot. LF 20 $ - 5 - 210 Remove Existing 24" RCP, complete and in place per Linear Foot_ LF 412 $ - 5 - Ell Remove Existing 30" RCP, complete and in place per Linear Foot_ IF 73 $ - 5 - 212 Remove Existing 36" RCP, complete and in place per Linear Foot. LF 37 $ - 5 - 213 Remove Existing 54" RCP, complete and in place per Linear Foot. LF 54 $ - 5 - 214 Remove Existing 8'x6' Box Culvert, complete and in place per Linear Foot. LF 10 $ - 5 - E15 Remove BC Roof Deck (Existing BC), complete and in place per Square Foot SF 2,568 8 - 5 - 216 18" Class III RCP, complete and in place per Linear Foot. LF 930 $ - 5 - Ell 24" Class III RCP, complete and in place per Linear Foot LF 574 5 - 5 - E 18 30" Class III RCP, complete and m place per Linear Foot LF 49 5 - 5 - E 19 36" Class III RCP, complete and m place per Linear Foot LF 119 5 - 5 - E20 54" Class 111 RCP, complete and m place per Linear Foot LF 50 5 - 5 - E21 3'x3' Box Culvert, complete and in place per Linear Foot. LF 2,559 8 - 5 - E22 4'x3' Box Culvert, complete and in place per Linear Foot. 1F 658 $ - 5 - E23 4'x4' RC Box Culvert, complete and in place per 'Linear Foot. LE 793 $ - 5 - E24 5x4' RC Box Culvert, complete and in place per Linear Foot. LF 1,143 $ - 5 - E25 Pipe Trench Safety, complete and in place per 'Linear Foot. LF 6,875 $ - S - E26 4' Diameter Type 'A' Manhole, complete and in place per Farb EA 4 5 - 5 - E27 5' Diameter Type 'A' Manhole, complete and in place per Farb EA 6 5 - 5 - E28 Manhole Riser, complete and in place per Each. EA 21 $ - 5 - E29 New BC Roof Deck (Existing BC), complete and in place per Square Foot. SF 2,568 8 - 5 - E30 Box Culvert Equalization Hole, complete and in place per Farb EA 21 E31 Box Culvert End Wall Structure, complete and in place per Each. EA 2 E32 JB1 - Precast 5xb_5x5' Junction Box, complete and in place per Each. EA 1 $ - 5 - E33 JB2 - Precast 6_5x6.5'x6' Junction Box, complete and in place per Farb EA I $ - 5 - E34 JB3 - Precast 6_5x4'x6'Junction BoxlManhole Riser, complete and in place per Farb EA 1 $ 5 Bid Form - Base Bid Gollihar Road Improvement; - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 3of8 Page 3 of 8 00 30 01 Item DESCR IQ L NI QUAL\-ITIY FSTLIL�TED UNIT PRICE EXTENDED Al1IOtNT E35 JB4 - Precast 4'x8'x6' Junction Box, complete and in place per Farb EA 1 $ - 5 - 5 - E36 JB5 - Precast 11'x8x9' Junction Box/Manhole Riser, complete and in place per Farb. EA 1 $ 5 E37 Manhole Trench Safety, complete and in place per Farb EA 33 $ - 5 - E38 New Headwall, complete and in place per Lump Suni LS 1 $ - 5 - E39 Reconnect Existing 8x6' BC to Proposed JB 5 @, Station 45+91.27, complete and in place per Each. EA 1 $ 5 E40 Adjust Stormwater Manhole Ring and Cover, complete and m place per Each. EA 33 $ - 5 - E41 5' Club Inlet (4' Depth), complete and in place per Farb EA 16 $ - 5 - F9 E42 5' Club Inlet (> 4' Depth), complete and in place per Farb EA $ $ - 5 - Cut, Cap, Grout, & Abandon -m -Place Existing 8" ACP Waterline, complete and in place per Linear Foot. E43 5' Curb Inlettlype 'A' Manhole, complete and in place per Each EA 5 $ - 5 - E44 10' Club Inlet (4' Depth), complete and in place per Each. EA 4 $ - 5 - E45 10' Curb Inlet (> 4' Depth), complete and in place per Each. EA 6 $ - 5 - E46 10' Club Inlettrype 'A' Manhole, complete and in place per Each. EA 1 $ - 5 - E47 Remove Culvert and Repair Existing Box Culvert Wall, complete and in place per Each. EA 36 $ - 5 - E48 Clean and Repair Existing Box Culvert Spalling, complete and in place per Each. EA 13 $ 5 E49 Full -Depth Pavement Repair, complete and in place per Square Yard SY 93 $ - 5 - E50 Drainage Allowance (141ANDATORY), complete and in place per Lump Sum LS 1 $ 50,000.00 $ SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items El thru E50) 5 $ - PART F - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Fl Remove and Salvage Existing Fire Hydrant, complete and in place per Each. EA 11 $ - 5 - F2 Cut, Cap, & Abandon -in -Place Existing 1" Copper Waterline, complete and m place per Each. EA 1 $ - 5 - F3 Remove Existing 1" Copper Waterline, complete and in place per Linear Foot. LF 34 $ - 5 - F4 Remove Existing 4" CIP Waterline, complete and in place per Linear Foot. LF 82 $ - 5 - F5 Curt, Cap, Grout, & Abandon -m -Place Existing 6" CIP Waterline, complete and in place per Linear Foot 229 $ 5 F6 Cut, Cap, Grout, & Abandon -m -Place Existing 6" ACP Waterline, complete and in place per Linear Foot. LF 90 $ - 5 - F7 Remove Existing 6" ACP Waterline, complete and in place per 'linear Foot. LF 1,116 $ - 5 - F8 Remove Existing 6" CIP Waterline, complete and in place per Linear Foot. LF 598 $ - 5 - F9 Cut, Cap, Grout, & Abandon -in -Place Existing 8" PVC Wafeerline, complete and n place per Linear Foot LF 42 $ 5 F10 Cut, Cap, Grout, & Abandon -m -Place Existing 8" ACP Waterline, complete and in place per Linear Foot. LF SD $ - 5 - F 11 Remove Existing 8" ACP Waterline, complete and in place per Linear Foot. LF 5 $ - 5 - F12 Remove Existing 8" DIP Waterline, complete and in place per Linear Foot. LF 30 $ - 5 - F13 Remove Existing 8" PVC Waterline, complete and in place per Linear Foot. LF 5 $ - 5 - F14 Remove Existing 8" CIP Waterline, complete and in place per Linear Foot. LF 86 $ - 5 - F15 Remove Existing 16" CIP Waterline, complete and in place per Linear Foot. LF 5,178 $ - 5 - F16 2" PE Water Service (Incl Service Saddle, Corp. Stop, PE, and Re- Connection), complete and in place per Linear Foot. LF 546 $ - 5 - F17 6" C900 PVC Waterline (Incl. Flonzontal and Vertical Bends <90), complete and in place per Linear Foot LF 21 $ 5 F18 6" Ductile Iran Pipe (Class 350) (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 5 $ - 5 - F19 8" C900 PVC Waterline (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 916 $ - 5 - F20 8" Ductile Iran Pipe (Class 350) (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 1,327 $ 5 Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 4 of 8 Page 4of8 00 30 01 PART G - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) GI Remove Existing 8" VCP WWL, complete and m place per Linear Foot. UNIT ESTLILATED QUANTITY UNIT PRICE EXTENDED AMOUNT F21 16" C905 PVC Waterline (Incl. Horizontal an ' d Vertical Bends 90), complete and m place per Linear Foot. LF 5,095 $ - 5 F225 16" Ductile Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 59 $ F23 Pipe Trench Safety, complete and in place per Linear Foot. LF 7,969 $ - 5 - F24 6" Tapping Sleeve & Valve, complete and in place per Farb EA EA 1 $ - 5 - 20" Steel Encasement Pipe, complete and in place per Linear Foot. F25 6" Gate Valve & Box, complete and in place per Farb $ - EA 1 $ - 5 - F26 8" Gate Valve & Box, complete and in place per Each. EA 23 $ - 3 - F27 16" Gate Valve & Box complete and in place per Each. EA :4 $ - 5 - F28 Adjust Water Valve Box, complete and in place per Farb EA 43 $ - 5 - F29 New Fire Hydrant Assembly (No Tee Required), complete and in place per Farb EA 1 $ - 5 - F30 New Fire Hydrant Assembly (Incl. 8"x6" Tee), complete and in place per Each. EA 15 $ - 5 - F31 New Fire Hydrant Assembly (Incl. 16"x6" Tee), complete and in place per Farb EA 4 $ - 5 - F32 6" 90 Deg. Bend complete and in place per Each. EA - $ - 5 - F33 8" 90 Deg. Bend, complete and in place per Each. EA 1 $ - 5 - F34 8" Tee, complete and in place per Each. EA 2 $ - 5 - F35 8"x4" Tee, complete and in place per Farb EA 1 $ - 5 - F36 8"x6" Tee, complete and in place per Farb EA 2 $ - 5 - F37 16"x8" Tee, complete and in place per Each. EA 16 $ - 5 - F38 16"x8" Cross, complete and in place per Farb EA 4 $ - 5 - F39 8"x4" Reducer, complete and in place per Farb EA 3 5 - 5 - F40 8"x6" Reducer, complete and in place per Farb EA 15 5 - 5 - F41 8" Cap with Restrained Joints, complete and in place per Each. EA 2 5 - 5 - Remove and Relocate Exist. Water Meter (Includes All Req'd Fittngs, Valves, and Meter Boxes), complete and in place per Each. EA 1 5 5 F43 Reconnect Exist. Water Service (Includes All Regd Fittings, Valves, and Meter Boxes), complete and in place per Farb EA 5 - 5 - F44 Connect to Exist. 1" WL (Includes All Req'd Fittings), complete and in place per Each. EA 1 $ - 5 F45 Connect to Exist. 4" WL (Includes All Req'd Fittings), complete and in place per Each. EA 4 $ - 5 F46 Connect to Exist. 6"' WL (Includes All Req'd Fittings), complete and in place per Each. EA 14 $ - 5 F47 Connect to Exist. 6" ACP WL (Includes Omni Coupling System), complete and im place per Each. EA ,$ - 5 F48 Connect to Exist. 8" WL (Includes All Req'd Fittings), complete and in place per Each. EA 4 $ - S F49 Connect to Exist. 16" WL (Includes All Regd Fittings), complete and m place per Each. EA $ - 5 F50 Adjust Exist. 6" WL (Includes All Req'd Fittings), complete and in place per Farb EA $ - 5 - F51 Water Allowance (11LANDATORY), complete and in place per Lump Sum. LS 1 S 50,000.00 5 - SUBTOTAL PART F - WATER L'1IPROVENEENCS (Items F1 thru F51) 5 - PART G - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) GI Remove Existing 8" VCP WWL, complete and m place per Linear Foot. LF 110 $ - 5 - G2 Remove Existing 10" VCP WWL, complete and in place per Linear Foot. LF 84 $ - 5 - G3 Grout Fill and Abandon -in -Place Existing 10" VCP WWL, complete and m place per Linear Foot. LF 1,326 $ - 5 - G4 Remove Existing 4' Manhole, complete and in place per Each. EA 2 $ - 5 - G5 Remove Ring and Cover, Top 2' of MH, and Grout Fill and Abandon -in -Place Existing 5' Manhole, complete and in place per rh Fa EA 2 $ 5 G6 20" Steel Encasement Pipe, complete and in place per Linear Foot. LF 18 $ - 5 - Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 5of8 Page 5of8 00 30 01 Item Il Drill Shaft (TRF Sig. Pole) (36 in), complete and in place per Linear Foot. ESTEMATED QUANTIT UNIT UNIT PRICE EXTENDED AMOUNT G7 Rubber End Seal for 20" Steel Casing, complete and in place per Each. EA 2 $ - 5 - G8 8" C900 DR18 PVC (0'-6'), complete and m place per Linear Foot. LF 106 $ - 5 - G9 3" SDR26 PVC (10-12'), complete and in place per Linear Foot. LF 18 $ - 5 - G10 10" SDR26 PVC (10'-12), complete and in place per Linear Foot. LF 207 $ - 5 - G11 10" SDR26 PVC (12'-14), complete and in place per Linear Foot. LF 530 $ - 5 - G12 10" SDR26 PVC (14'-16', complete and in place per Linear Foot. LF 16 $ - 5 - G13 10" SDR26 PVC (16'-18), complete and in place per Linear Foot. LF 630 $ - S - G14 10" SDR26 PVC (18'-20'), complete and in place per linear Foot. LF 47 $ - 5 - G15 Pipe Trench Safety, complete and in place per Linear Foot. LF 1,554 $ - 5 - G16 4' Diameter Manhole, complete and in place per Each. EA 6 $ - 5 - G17 5' Diameter Manhole, complete and in place per Each. EA 3 $ - 5 - G18 Manhole Extra Depth (> 6), complete and in place per Vertical Foot. VF 58 $ - 5 - G19 Manhole Trench Safety, complete and in place per Farb EA 9 $ - 5 - G20 Mission Rubber Coupling Connection (8"), complete and in place per Each. EA 1 $ - 5 - G21 Adjust Wastewater Manhole Ring and Cover, complete and in place per Each. EA i 1 $ - 5 - G22 4" Drop Manhole Assembly, complete and in place per Farb EA 1 $ - 5 - G23 Rehab Existing Manhole with FIG Liner and New 24" Ring and Cover, complete and in place per Farb EA - $ - S - G24 TW astewater Allowance (MANDATORY), complete and in place per Lump LS 1 $ 25,000.00 S SUBTOTAL PART G - WASTEWATER LIIPROVENEENTS (Items G1 th -u G24) S - PART H - GAS LMPROVLNWNTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Hl & Haul Off Existing 14" Gas Line, complete and in place per Linear Foot LF LF 5.189 $ - 5 - Adjust Existing Gas Valve & Riser to Finished Grade, complete and in place per Each. EA $ - 5 H3 Gas Allowance (MANDATORY), complete and in place per Lump Sum. L5 1 3 50.000:00 3 - SUBTOTAL PART H - GAS IMPROVEMENTS - (Items H1 thru H3) S - PARI I - TRAFFIC SIGNAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Il Drill Shaft (TRF Sig. Pole) (36 in), complete and in place per Linear Foot. LF 56 $ - $ - 12 Traffic Signal Controller Unit, complete and in place per Each. EA 1 $ - 5 - 13 Traffic Signal Cabinet and Assemblies, complete and in place per Each. EA 1 $ - 5 - I4 CONDT (PVC) (SCUD 40) (2"), complete and in place per Linear Foot. LF 165 $ - 5 - I5 CONDT (PVC) (SCUD 40) (4"), complete and in place per Linear Foot. LF 140 $ - 5 - I6 CONDT (PVC) (SCHD 40) (2") (Bore), complete and in place per Linen Foot. LF 405 $ - 5 - 17 CONDT (PVC) (SCHD 40) (4") (Bore), complete and in place per Linear Foot. LF 540 $ - 5 - 13 Elec. CONDR (No. 6) Bare, complete and in place per Linear Foot. LF 135 $ - 5 - 19 Elec. CONDR (No. 6) Insulated, complete and in place per 'Linear Foot. LF 270 $ - 5 - I10 Elec. CONDR (No. 8) Bare, complete and in place per Linear Foot. LF 1,115 $ - 5 - I11 Elec. CONDR (No. 8) Insulated, complete and in place per Linear Foot. LF 240 $ - 5 - I12 Tray Cable (3 CONDR) (12 AWG), complete and in place per Linear Foot. LF 1,235 $ - 5 - Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 6of8 Page 6 of 8 00 30 01 Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 7of8 Page 7 of 8 00 30 01 DESCRIPTION UNIT ESTBLATED QUANTITY UNIT PRICE EXTENDED AMOUNT I13 Ground Box TY D with Apron, complete and in place per Farb EA 5 $ - 5 - I14 Elec. Sry TY T 120/240 000 (NS)SS(E)TS(U), complete and m place per Each. EA 1 $ - 5 - I15 ILSN (LED) 6S, complete and in place per Each. EA _ $ - 5 - I16 ILSN (LED) 8S, complete and in place per Each. EA 2 $ - 5 - I17 NEMA Type Controller Foundation, complete and in place per Each. EA 1 $ - 5 - I18 Install HWY TRF SIG (Isolated), complete and in place per Lump Sum. LS 1 $ - 5 - 119 Install 12 inch Vehicle Signal Section with Slotted Back Plate (3 Section), complete and m place per Farb EA 6 - Ila Install 12 Inch Vehicle Signal Section with Slotted Back Plate (5 Section), complete and in place per Farb EA 4 $ - $ - LZl Install Pedestrian Signal Section (16 inch) with LED Countdown, complete and m place per Each. EA $ 122 LED Countdown Pedestrian Signal Module, complete and in place per Each. EA 8 123 TRF SIG CBL (TY A) (14 AWG) (4 CONDR), complete and in place per Foot. LF 228Linear 124 TRF SIG CBL (TY A) (14 AWG) (5 CONDR), complete and in place per T meas Foot. 125 SIG CBL (TY A) (14 AWG) (7 CONDR), complete and in place per T inear Foot LF 228 $ - 5 - 126 TRF SIG CBL (TY A) (14 AWG) (16 CONDR), complete and in place per T =ear Foot LF 510 $ - 5 - 127 INS TRF SIG PL AM (5) 1 ARM (32) ILSN, complete and in place per Fart' EA 2 $ - 5 - 128 INS TRF SIG PL AM (S) 1 ARM (40') LUM & IL..SN, complete and in place per Each. EA 1 $ - 5 129 INS TRF SIG PL AM (5) 1 ARM (44') ILSN, complete and in place per Farh EA 1 $ - 5 - HO LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (GRN), complete and in place per Each. EA 10 $ - 5 I31 LED Traffic Signal Module - VEH SIG SEC (12 IN) TFT) (GRN ARW), complete and in place per Farb EA $ - 5 - I32 LED Traffic Signal Module - VEH SIG SEC (12IN) LED (YEL), complete and in place per Each. EA 10 $ - 5 - 133 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (YEL ARW), complete and in place per Fart' EA 4 $ 5 - I34 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (RED), complete and in place per Each. EA 10 $ - 5 135 Battery Back -Up System for Signal Cabinets, complete and m place per Each. EA 1 $ - 5 - 136 Removing Traffic Signals, complete and in place per Fart' EA 1 $ - 5 - I3T Radar Detection Processor System (WAVETRONIX), complete and m place per Each. EA 1 $ - 5 138 Radar Detector Assembly (WAVETRONDC), complete and in place per Each. EA 4 $ - 5 - I39 Radar Detection Set -Up System (WAVETRONDC), complete and in place per Farb FA 1 $ - 5 - I40 Radar Detector COMM & Power Cable (CAT 5-E 4C Twisted Pair, 24AWG), complete and in place per Linear Foot. LF 5`S $ 5 I41 Pedestrian Detect Push Button (APS), complete and in place per Farb EA 5 $ - 5 - I42 Pedestrian Detector Controller Unit, complete and in place per Each. EA 1 $ - 5 - 143 Pan -Tit -Zoom CCTV Camera (In Place) (COITU), complete and in place per Farb EA 1 $ - 5 - I44 CCTV Camera #18 2C Cable Power, complete and in place per Linear Foot. LF 70 $ - S - 145 CCTV Camera Coaxial Cable Communication, complete and in place per Linear Foot. LF 70 $ - 5 - I4G Traffic Signal Allowance (11LLiNDATORY), complete and m place per Lump LS 1 $ 25,D0[4.00 5 SUBTOTAL PART I - TRAFFIC SIGNAL IMPROVEMENTS ENTS - (Items I1 thru I46) 5 - TOTAL BASE BID (PARTS A THRU I) - GOLLIHAR ROAD BWROVEAIE\T5 5 - Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 7of8 Page 7 of 8 00 30 01 Its PART J - ADDITIVE ALTERNATE NO. 1 ■ UNIT ESTLMATED QUANTIFY UNIT PRICE EXTENDED AMOUNT 1111461711N ADDITIVE ALTERNATE NO. 1 PART J - ADDITIVE ALTERNATE NO. 1 I l Accelerated Project Completion Incentive - $25,000 per Month up to a Maximum of 3 Months, per Lump Sum. LS 1 S - 5 SUBTOTAL PART 7 - ADDITIVE ALTERNATE NO. 1- (Item J1) 5 - S - BASE BID SI BLU SUBTOTAL PART A - GENERAL (Items Al thru A5) days 5 - SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B45) days S - SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) 5 - SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru DIG) S - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items El thru E50) 5 - SUBTOTAL PART F - WATER IMPROVEMENTS (Items Fl thru F51) 5 - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items GI thru G24) 5 - SUBTOTAL PART H- GAS IMPROVEMENTS - (Items Hl thru H3) 5 - SUBTOTAL PART I - TRAFFIC SIGNAL IMPROVEMENTS - (Items I1 thru I46) 5 - 'TOTAL BASE BID (PARTS A THRU I) - GOLLIH.AR ROAD LIIPROVEME,N'TS ADDITIVE ALTERNATE SUMMARY TOTAL ADDITIVE ALTERNATE NO. 1 (PART J) - (Item J1) CONTRACT TIMES Bidder agrees to reach Substantial Completion in 720 days Bidder agrees to reach Final Completion in '50 days Bid Form - Base Bid Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 8 of 8 Page 8of8 00 30 01 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 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 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 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 A-1 - 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 Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE 1 OF 3 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 A2 - Storm Water Pollution Prevention Plan (SWPPP): 1. Include the following costs in this Bid item: a. Preparation of the SWPPP and NOI's for Contractor and for the City; b. Routine inspection and maintenance of erosion and sedimentation controls; c. Maintenance of SWPPP (i.e. inspection reports, training logs, personnel changes, etc.). Copies of all SWPPP documentation shall be provided to the City; d. On-site actions mandated by the SWPPP (i.e. watering for dust control, good housekeeping practices, removal of debris tracking on streets, etc.); e. Filing of required forms for Contractor ONLY (i.e. Notice of Intent, Notice of Termination, etc.); and f. Posting signs required by the SWPPP. 2. Measuring for payment is on a lump sum basis. Payment for Storm Water Pollution Prevention Plan shall be in accordance with Technical Specification 022410-T Stormwater Pollution Prevention. C. Bid Item A3 — Traffic Control: 1. Include the following costs in this Bid item: a. Preparation of Traffic Control Plans; b. Installation and maintenance of required traffic control devices and signs, including Low -Profile Concrete Barriers (LPCB), which are required between active construction zones and through traffic; c. Installation of temporary pavement, as required; and d. Provision of necessary Traffic Control personnel. 2. Measuring for payment is on a lump sum basis. Payment for Traffic Control shall be prorated over the course of the Project based upon the Contract substantial completion construction duration. For payment purposes of these items, the construction duration shall be 720 calendar days. D. Bid Item A4 — Exploratory Excavation: 1. Include the following costs in this Bid item: a. Personnel and equipment required to locate existing underground infrastructure within the Project limits of construction; 2. Measuring for payment is on a lump sum basis. Payment for Exploratory Excavation shall be prorated over the course of the Project based upon the Contract substantial completion construction duration. E. Bid Item A5 — Ozone Action Days: 1. Include the following costs in this Bid item: Measurement and Basis for Payment Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE 2 OF 3 012901-2 Rev 01-13-2016 a. Compensation in the amount of the bid unit price for Ozone Advisory days that occur during the construction duration; 2. Measuring for payment is on a per day basis. F. Additive Alternate No. 1 Bid Item J1—Accelerated Project Completion Incentive: 1. The City is offering the contractor an incentive of $25,000 for each month of construction completed early up to a maximum of 3 -months. The bid form is set up with one (1) Lump Sum for this item. Contractors wishing to pursue must enter the unit price for this item based upon the number of months, up to a maximum of 3 months, expected to complete early (i.e. 1 month = $25,000, 2 months = $50,000, or 3 months = $75,000) on their Bid Form. This completion incentive is considered as a benefit to the City and therefore not considered as payment of the Base Bid, and will be awarded at the discretion of the City. G. All other Bid Items contained within the Bid Form: 1. Include the following costs in this Bid item: a. Materials, equipment, personnel and labor required for the installation of the individual bid item; 2. Measuring for payment is in accordance with the units specified for the individual bid item and as further specified in the appropriate Standard or Technical Specification. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Unanticipated Improvements Allowances: 1. Include the following costs in this Bid item: a. Materials, equipment, personnel and labor required for the installation of unanticipated improvements required on the Project and not included in the Bid Form; 2. Measuring for payment is on a lump sum basis per occurrence. For each instance of unanticipated improvements, the Contractor shall prepare a construction fee estimate using bid unit prices, as appropriate, and present the estimate to the OAR for approval prior to commencing construction. After approval of the estimate by the OAR and construction of the specified improvements by the Contractor, the Contractor shall be paid the approved Lump Sum amount for the work. There is no guarantee that any of these funds will be used during the course of the work. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Gollihar Road Improvements - Proj. No(s) E13088 & E13089 ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE 3 OF 3 012901-3 Rev 01-13-2016 0 0 r • ©r 2 �> -< v N Z XO a vz W `Sv0 `2Y31vM N OLS '133a1S) m A O z T1 0 2.2222152 ae2252kMt022' 2SC6teasa62.akk:%frxek a���iig��eee ire �'�.�xaaea����aseaass csss hRimm; arae °a �R�����������������€�����::s����:sF��s��<{ �::r:r• ssa8 8 8 8 sR999RRR.w.o:;,�.=� ;�B��s33EBH�sa„p,;ana9i 00000eaa8apapaaaeeaaa8_axex�� gHtlag° 1515 1515 ., = B EB9&S«>w29%SC5MG5'&w=SL&'A@.Lat`S5k akxCx'GS2:tl:.«mow.. 088 v'.°Y&$S888QIs8E8'98 BrBsl4 2 ry ry nrvrv�rvrry rvrvrvn nnrvnrn _ �, Agiqi ▪ 4 -fig€€ 2 2 Bm14k1�� €€<:: MMM 04M. Uir rE '0.044 0060 G N .w gggggggggggffl MVP 0007, IS 02000 txre Ire DertedmIn IN z co QaILR $I GOLLIHAR ROAD IMPROVEMENTS KO5TOfi2 0010 TO NEBER WAD 09N0 2014) TITLE SHEET f Carpus Chi sti Engineering 114 WA Engineering Ina a s a 3 a 1 1 a-4 1 6 6 6 6 1 6 p 6 p p p i i 1 i p p p p p p p p p p 1 T T. T T! g 9 1•'Witt G k kit Z 11 115 I lg I i i .I 1 i 11 11`Th O `@a33i i I €i€Illi 1 i � 6 a a "ii a i Elsa 212 IP ia i i'�� i " gq gp illii H iiiiiii Milli lE "1 '. $' -•I i 11•;11 R11111111 I u � 1 S 0 9• • Y{ S a T S S T S G G G G G F I G 1 1 1 1 9 9 9 9 9 9 G S S G S S S 1 F S F F g Y F F F 1 1 1 G I G G G G f lig s. 1 a s 3- 3 a- i•• a • r E 9 a a i a a i• E E i IF F a a [ •____ ? la a a a a a t a a a a pip a a a a a s p a p p a a a a a a a a a a a. a•••••• 1• 5 1 1 1 1 1 3 Q¢ a a a n 11;1 a o 1� 161 li 1 333 il¢iiie'i°s€ ai `ll E ��;S� 3 6 6a I E c E S • k°k!!Riii a 1 5 i 1 aFeT g �aii 1 !aaIii.1 RRgg3aai•a8seee AA d 114444011 �l 11111 i a a a>s as as1 a+ 5 11II1IT a ii p€p€ .Al GGSSI555 1 102121 a loin11 d i. Iigg:i� I f? E= e 11 a a 5 S S 1 1 ; F 1 1 T T T T T T T T G T T T T T T 1 1• I I I S S G G S S S S S S• S S S S S S S G G I I G I G 1 9 9 9 9 c S q • - • . - • e a _ _ _ _ :• a g i • a • p g a : Y a 3 r Wool, • • • • e e n e s a 1 5 1 e e 1 e s-4, a a a a a a a a a a a al g al a p a a g ii p a a a a d a a 2-. _ Y F F F. = 1 al 1 a i i77Ri a Milli/ i lifilll i i 11 8e 8 R 7 ee ll t,ee11ss E f s e $agil 1 e e± 4 Will ' 31 $'iaaa 11 $ 1 4��iiggI �I �I g g dda iii'll issi 9 9 A! i 111II i 9ii d iIi is 111110111gg 11 EE l!l! ii S S S S S S S T S T T S S S L 1 0 0 0 1 1 4 4 9 9 9 1 1 1 1 1 9 9 9 9 9 1 1 1 1 1• S S S S S G G G G G G G G G S G G G G e a • g II a 1 • » » i • a - • - • .•- • - :. .. - ..... • .. a s r - j • g a • : a : 1 . • . • a i i • g 3 i 1 55 s i_---- v a----: a: a a a aa ....an G_•_# II Arw- M fl3V NTS a 8 a 9 &..!' Ili 30 i VA G 11 II 11 Yk I 11 Lg, 1 i -1 1 G 111111 Ili IriTiiIf=a ' i6ii, I i 6i i j'ijiI1iIjJJ r • i$6 1 111 i C4 G 11 k CCI 1 1 C 1 r T 1 1 1 1 1 1 T I r I 0 0 0 C 1 1 1 F F 1 1 1 BBCCCGCCISS 1 1 C G I LII I T 1 i 1 1 C ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 2OF 19 ow 1 b r�te x aa-r_3_a i fM.% ORImC ntl. STR 892 E1 13138 CIO PO CT 5E13099 GOLLIHAR ROAD IMPROVEMENTS 1OSTORY2 ROAD TO IIE0 ROAD.f Dow 2014) _ Ellpineelilg Engineering IA�i' WA Engineering, Ina - �w �• "� � •"" . I•-,.,`.� ' •,.., a w,; •: ESTIMATED QUANTITIES SUMMARY Malawi ri txre g co R VOLTITEN GOLLIHAR ROAD IMPROVEMENTS K05TORY2 ROAD TO %EBER RMB (BONG 20 i4) GENERAL NOTES (1 OF 2) ,150.1.110.1 114 WA Engineering, Ina .13EN 143. mrm ONSCNITON GOLLIHAR ROAD IMPROVEMENTS KosT0RY2 ROAD TO %EBER RMB (DOW 2014) GENERAL NOTES (2 OF 2) fiErtION N3. 4 1Y Corpus. fir stl Engineering 111 l.rA EigrnrH4.lna% Malawi mrm txre GOLLIHAR ROAD IMPROVEMENTS NO5TOW2 ROAD TO %%EBER RMB (E19N0 2014) SEQUENCE OF CONSTRUCTION flE,E111,1 143. Cnrp is fir stl Engineering 111 LJA SU h. A 13,1,13 txre 051 ere iota. ma. ®/ > / � - _o=, TYPICAL SECTIONS 0 OF 4) 36433,11. 111 : me� J§ A 12 WV, txre fErEplp pa. ®/ > IMPROVEMENTS _,_, TYPICAL SECTIONS (2 OF 4) 111 LJA: . Ram ( %§ j �oz 1 -0 1932"C , b\ ! / /4 !; A ri txre 051 OPTC mu_ ROAD+mom _, ` \001.0 WM0TO ® TYPICAL SECTIONS (3 OF 4) 111 : me� 32 22 AFF _ 911! L_J _J - Rh 5 - —__h L S Fa Fa e 9i bxi g 0 O A 9� 9 22 A 0E0 Ni 'IA 5-asSgimtg ggA A Co txre T • E 0 .19111 Ma. OAC GOLLIRAR ROAD IMPROVEMENTS KOSTORYY RMB TO NEBER RMB [E19N0 2014) TYPICAL SECTIONS (4 OF 4) omsamor 111 LAAftighmedmi.lm. 000 I o©©q101 ILRON Ln z n I I L_L_L1 r 1.11.0111,1 0010.1 20 • MATCHLINE Alt �� Wgea GOLLIHAR ROAD IMPROVEMENTS NO5TOM1 RMB To NEBER RMB (BONG 2016) ADVANCE[] WARNING PLAN (1 OF 2) 8.91 OA Ix. 04 111 LJA Eng1 r y hat. 2 g Imp 9 MI MI - = ATAT=HLINE TT • �fF LJ__LJ w L� =Tux bwarr mt r., .t 1 KO®TOROAD N O Z I ..I— MATCHLINE Omeorti txre SIN $ti m OJ R n r„.1 F� GOLLIHAR ROAD IMPROVEMENTS K05T0Rr2 ROAR TO NEBER RMB (DOW 20 i4) ADVANCED WARNING PLAN (2 OF 2) WIC 4 1Y Carpus fir stl Engineering 111 LJA Ergbidieiryh }t �S T 8—kl PATO 1 II III I T 1 iii r I� �I I III 11 1 1 ���� 1 1 • 014JP48400- . — . lrar .. ..... MA7CFLlE �l NI 1 l �� 1r -r1 O.P .z.! far e � 1 '.... 11. c iii1 Hi ,1.11 vi.11 Sii ` 1 III '51•yy�4 III Igo I I JI I. I ym - . �m � yg 3 r� p$ 8 L 3 TeYR a srse • ��.� , ,.._ 2-3 . .. .....1 Pe..3'!! e .�'II ••,,,,• •• N ��� IIT 9 WI s;p c li ,.! ly iii Iia _y , 10. 1 1 y 1. •, ij 11 -1 III i 11I 1�• .. 'u p�La itl ToA ppE S' � e-11 t 1 n • .I - I IIIIIIIII FrL1 _1 1 MTi ST I 11 r 1 I e� 4', ^ , � M 1• . 1 1I1I � 1 1 .T�'y n , k' �er _ STh HO lroo oOS3�y o -a Y V : may n .93,=°1 {3 1852 yy 3" --1'0_ IS LI Wi"-:.. 'S I� .�55.1211 ---- CCWLE 3F --Xp .:. �r I.p• IY l iI '`iiii- 111 ill I iii, iii ii Is, g _ i1i I d :1 7 •- ■■■1 ■ ii1 ;P p; sA _� aft v 9V - gym_ m-1‘; E, _a --- TO-28.ir J .... SEs ii I1J � _ - _ _ S a .r. 11<s,.i;t , 1 .-5 EPA STA. _• Et r06bB � •T ____ l .►• _ __ I11I�` ....LS. LLA 11111 -STA_ 52.05_83 1 k F 1 . '' __ ENO CONSTRVCT1011 HO 1 .°,1 ECT E'LEEE REDUCER E'SCer Am EG ERST 9' R 4 — —.—-' ROAD 3 s � � f€ggg�a i S ri IF 8 g O p � �h }1 j( \ _ cwr1m. KR nme! >-===WEBER 1..A -I IA PAGE 1,2OF '� A anwwKa,- m loao r xa. 4.�' _.. •'r , Cor5uaic7vsd Engineering IA_ uwenyr,..rrry, Mc- *I M• •4 "111+ aSTA. -�•:Igq' Ni i "*r3 I aoa-r ret u—ama no. STR 892 E1 X99 GJY p*&ecr 1E13099 GOLLIHAR ROAD IMPROVEMENTS KO5TORYY ROAD TO NE9ER ROAD (NQ201d) STREET & GAS PLAN & PROFILE STA.48+00 TO ENO .vgwxu w ! f �aPix 4nw.r. fig KOHEORYZ ROAD —1 STAT --- 0N7.19 - r ____— - BEGIN- CONSTRUCTION - H.r i g rid• 1 Ri TT, s r'1IF ai.o%ri sari ...� Ag .d�' L .� f -6.- ,---------. ~ b� iL3. 8 ia &i' m=agie-, R .� ani e i wn.., p = � R j- qq -- F .0 rhoy r• NO n• s• 1 vua.3 wain i J i __—: �. `.ld MA7pk {')i .— 3175 iI .�. �`!` L. oo ,,. r T z & 'fir' L. R9 fiang§ LJ N CONTRACTOR SHALL CONTACT THE CIT! REPRESENTATIVE TWO OATS PRIORT4 STRIPING TO CHECK R E -NARK S p gi S➢pF� E a s4: 31F�s�FgB 3'�- 5 41 fi iR AR Y 9 s ¢ @a ADDENDUM No. 1 I ATTACHMENT No.3 PAGE 13 OF 10 MOS. NI,_ armai ornr w. iomor xa w=OLLIHAR --.'� II- Chr,55 Enpinearina IA LJAEmliterilitg, Inc. *.. PIM lee xa rnr M'• •' "_ r„` _g ... 1 °ij7fl Gj, ” 3 SAE 76 or rig R OPO [tt1lmi NO. STR 892 E1 X99 CAE PMMCT jE13OE9 G ROAD IMPROVEMENTS KOSTdRII ROAD TO NEBER RMB ( No .o1 a) STRIPING STRIPING & SIGNAGE PLANCarmus STA. 0+00 TO 3+75 �.� .. MATCHLINE .1.1 ,1 lig 8.76 • A� . — .� — .T. �, 1 •^. IST L IIS MATCNL 1 . !NE �: 9+75 .1 j.— .i..I I7 • 1 ' I�� i Iii I m ----- i8 ��"' € 9a g� *dam t'Itp.S'�t `'tR3'I+t d+ �1 C ,aaQ_ 2F 11 I pI . .i . g Y 1 `� 4 1 1 1p� I 1 "-i Q 1 o q7. ---- = -{ I Wi 11 q+ 1 malll 31 I' : = F —• 1 1 _ ----1n9 r —45 Fin I I I 5' 1r 10 . 1 ,O.S' IV 5'n" .. air n - a ----1 �� ti ` . 1 C + 1 • 1 f 1. moo IV spm uN� -�__ ,.. I 1 _ -i — r �l ;. 1 • 1 MATCHLINE -- 1 _. 1 19+5 -. yyvi,r, ..._. �. . .. ,. MATp-LINE8+75 .� CONTRACTOR SHALL CONTACT THE CITY REPRESENTATIVE TWO OATS PRIORT4 STRIPING TO CHECK R E —NARK S ano§1r,i chi 501 �' a3 s4:gB fi R Ap Y 3p s ¢ @a +` ADDENDUM No. 1 I ATTACHMENT N. 3 PAGE 14 OF 10 .o,R41,. »a , - m _ {/ 110- CarRus Chrsil Engineering LJAEgigli1..n.y, Inc. *I PIM .n* M+.+ "'.,_ I::., ;� , i* No su 77 or 172 RANT PVIRIG no. STR 892 E1 X99 C#E PMMCT 1E130S9 GOLLIHAR ROAD IMPROVEMENTS 888701211 ROAD TO NEBER R0A0 STRIPING & SIGNAGE PLAN! STA. 3+75 TO i3+50 IMTCHIJfE Ili 18+50 1 `'fin i 1 , ,i IN'-' s Mill kis iA ,AI 1111V A GPI 1 ip �c I, — I� e/ I— g au 1 �, ` ��� p+e Ep ! f=a IH 1 el CONTRACTOR SHALL CONTACT THE OI15 REPRESENTATIVE TWO OATS PRIORT4 STRIPING TO CHECK R E -NARK S 4' P i9gB fi P Ap Y 3p s F ¢ 'ss ADDENDUM No. 1 I ATTACHMENT N. 3 PAGE 15 OF 19 11. Cep„sChi,n Engineering IA uny werionwwa y, MI KM •n M.N.! "'.,_ ;� ' ` , sr 78 or 172 N1O KG STR 892 E1 X99 [Ay PMMCT jE130S9 GOLLIHAR ROAD IMPROVEMENTS KOST5RY5 ROM) TO NEBER ROAD (BOK 201 a) STRIPING & SIGNAGE PLAN STA. 13+50 TO 23+50 III MAT•TCI4JNE. N.Y 2 •= MATC LIFE 23.6] •I 110AL I a� F, ,a, „ SRR -a- rEWA' M (1Y% 11 _~__ I o $ N,Ri NA5 Pns• ad — r . aygW� � OV t I .c cr se I I TYPE -L RAP Po. rr sPRAPCN I I •• r�r�E nm1EN T+RI t 8 ir+ :: 1 I ro1.av saw TVR 1114E I+A R. Y.M. IRe C9NCR[1[ CC s0' SPndN6 , E 'IA S {IVP} N. BROKEN T'P] '� dd 117-+ 11 i1' LONLRE1E ,I 1 1 (,x,,al L_ f �peRAK lT1 P - : I MATCFLMIE •T• 39,25 -°r°-.- -•---' MATCFLIIE 33'36 . —•- RIli ffi ski III II �Wf:l 5 p 1 SAI R III 'M is s - Ili I ay . i 9 s R'�� m2 o --[� – E I I{- I mei$ _• I j iv III Ili �M s -n t IJ r j ° �A T 3 11 3 I 11 - `\ I I FAI C, p II air Em u L sY �I I I —. RSATCHLINE I{ I 0Y25�- .iii.—. _ I ANTCI-WNE 38.25 ,x. r CONTRACTOR SHALL CONTACT THE CIT! REPRESENTATIVE TWO OATS PRIORT4 STRIPING TO CHECK E - 1 1 1 s4: iM� gB fi R Ap Y 3p ADDENDUM No. 1 I ATTACHMENT N. 3 PAGE 17 OF 19 .o,LNI,,N ,I , - Romm 1.119,41 NY. LATE . DIXT191111 1.15111 DAC _ {/ Corpus Oren Engineering IA LJA Iwnng, Me. *I M• •n N" "'.,_ I::., ;� sr 84 or 172 starMIRE az STR 892 E1 X99 GJH PMMCT 1E130S9 GOLLIHAR ROAD IMPROVEMENTS(Paw 2o147titi 302,5501 Raw TO NEBER R0A0 STRIPING & SIGNAGE PLAN STA. 33+25 TO 43+25 C r;I flTTJT mil MATC4-LINE .8+25 a MATQHLINE 43.25 1 • •ELLO WREN [M1- E.mq I MOPE BROKEN [TrP1- } uxA I, 1 OP I QI iTaliI _ 1i 1 11 E 1 SI 4 ; 11 Xi — I 1 f �` ` L A • �A D Y 1 P . -II B • =i _' ._ 1 T a9a :-5T& 52.05.®3,^ -i _4 1 `�yN -,_=__=,-0 ` Ing --a ,_ ' - ' x- I+t€s / a -- ,..—.r E MDCONSTRUCTION a # � , 1 - ' I 4 li ;� . — -� — — WEBER ROAD 1 nj ' II i -._L._. !MTOHIJRE 45.25 .—.— CONTRACTOR SHALL CaNTACT THE CIT! REPRESENTATIVE TWO DAYS PRIORT4 STRIPING TO CHECK R E- u A R K S giM $FM�hp"'�➢f F� E s4: fi R AR Y 3p ■` ADDENDUM No. 1 ATTACHMENT No 3 PAGE 18 OF 10 Va.1{. KI + - msm wnE w txre M DIXT191111 iomor xa one --.' 1� Oren Engineering IA weny..Jwy, Me. uw *.. m. •n rx r.,r I•' "_ M'• * r„` _g `:�Vl\ 1 � Gj, 3 vET 81 or 172 STR 892 E1 X96 GOR p*&CCT{E130139 GOLLIHAR ROAD IMPROVEMENTS KOS-TORII ROAD TO NEeER RMB ( No 2014) STRIPING & SIGNAGE PLANcorpus STA. 43+25 TO ENO 5.5OK' � 4 2- CLR ADAM 1 VII . all urn h-Fir . ,„ , ,r , J "i >714 o (-3 m e g,aa FSK - { ^fry NI mM IIIA - F-, y F i M iN , cim ,g.Al & x W4Ft i x c . PI P� Room soc eex nxoaram./wawo oar (s¢arms) w".i m ae;n ��" x .�r...� - 1 , -al - - bill NIL moor PONT Cfietrr x.0 m PM earn. it LC. TO Lw.ar-R wu 803 CULVERT EQUALIZATION HOLE SECT!, 111 g — J- Yl A .. II li n _ :::,.....iii p4' Ifm5ikipi ipj^f it "P.'` X.. X a A iiII • Ii --- 111111 III IIIIIs IIID- 1111 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 10 OF 10 1:13,EPL b °..s n *138a I 2 RM.% ORIRTC ntl. STR 892 E1 X99 [AY p*&ecr jE13099 GOLLIHAR ROAD IMPROVEMENTS KOSTORiZ ROM TO WEBER ROM {EIONQ 2010) Carpusfh sil Engineering � � L.Ler ayiloarec,y,Ina ?ems Fith. Pe....410 -,\� '� %' \ I a .a CONSTRUCTION DETAILS (3 OF 4) CULVERT EVALUATION REPORT GOLLIHAR ROAD BOX CULVERT KOSTORYZ ROAD TO WEBER ROAD I'eRVE, 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-i nc. com City of Corpus Christi Corpus Christi, Texas September 2014 ADDENDUM No. 1 ATTACHMENT No. 4 37 PAGES 0- 401 CARLOS A. MARTINEZ s_ 97327 1I�<C;,.. City of Corpus Christi Gollihar Road Box Culvert Page 2 of 13 Culvert Evaluation Report September 2014 TABLE OF CONTENTS 1.0 EXECUTIVE SUMMARY 2.0 CULVERT EVALUATION REPORT 2.1 INTRODUCTION AND BACKGROUND 2.2 VISUAL FINDINGS 2.2.1 GENERAL STRUCTURAL COMPONENTS 2.2.2 TOP SLAB 2.2.3 SIDE WALLS 2.2.4 BOTTOM SLAB 2.3 CALCULATIONS 2.4 RECOMMENDATIONS AND DRAWINGS 2.5 FIELD NOTES AND PHOTOGRAPHS 2.6 CONCRETE CORES AND TESTING 2.7 GROUND PENETRATING RADAR 3.0 APPENDIX 3.0.1 CALCULATIONS 3.0.2 RECOMMENDATIONS AND DRAWINGS 3.0.3 HELD ASSESSMENT AND PHOTOLOG 3.0.4 CONCRETE TESTING 3.0.5 GROUND PENETRATING RADAR REPORT City of Corpus Christi Gollihar Road Box Culvert Page 3 of 13 Culvert Evaluation Report September 2014 1.0 EXECUTIVE SUMMARY RVE, Inc. was retained by the City of Corpus Christi (City) to inspect and evaluate approximately 5,280 linear feet of existing concrete box culvert in Gollihar Road from Kostoryz Road to Weber Road. RVE's goal is to determine the condition of the box culvert, review Record Drawings of the box culvert, current capacity for direct vehicle loading, and recommend upgrades needed to permit HS -20 and HL -93 loading and repairs needed to extend its service life. Overall the culvert was in satisfactory to good condition; however, a few structural elements were observed to be in need of repairs. General condition of the top slab is satisfactory with minor transverse cracking, and water drip infiltration, predominantly at the construction joints and longitudinal cracking at areas of manholes. The overall condition of the interior of the structure ranges from good to fair. In this area, defects and deterioration was found and repairs will be required. Recommended repairs include clean and patch; remove and replace top slab; remove mineral buildup; repair lateral penetrations; and remove household garbage. Seventeen (17) concrete cores were obtained and transported to Rock Engineering and Testing Laboratory for compression testing. All tests resulted in values higher than specified in the City's record drawings (3,000 PSI). Ground penetrating radar was used to perform a non-destructive assessment of the box culverts to confirm and determine the approximate spacing of the steel reinforcement bar. Results from the radar procedures enhanced the estimation that the steel is present and design spacings were achieved. RVE has determined based 011 the City's record information, information visually discovered, and based on the concrete testing data that these boxes appear to be capable of supporting the current and future HL -93 traffic loads. City of Corpus Christi Gollihar Road Box Culvert Page 4 of 13 Culvert Evaluation Report September 2014 2.0 CULVERT EVALUATION REPORT 2.1 INTRODUCTION AND BACKGROUND RVE, Inc. was retained by the City of Corpus Clu-isti (City) to inspect and evaluate the existing concrete box culvert in Gollihar Road from Kostoryz Road to Weber Road. RVE's goal is to determine the condition of the box culvert, review Record Drawings of the box culvert, current capacity for direct vehicle loading, and recommend upgrades needed to permit HS -20 and HL -93 loading and repairs needed to extend its service life. The box culvert discussed in this report is located along the north side of Gollihar Road, between Kostoryz Road and Weber Road. Record Drawings show this culvert was constructed approximately 60 years ago. The reinforced concrete was cast in place with approximately five to seven feet of fill on top of the culvert. Record Drawings indicate the roadway was constructed over the box culvert in 1971. The box culvert is owned and maintained by the City. The box culvert discussed in this report is approximately 5,280 linear feet long, and includes three different box sizes: • Approximately 3,260 LF of 10' x 8' box culvert • Approximately 690 LF of 10' x 9' box culvert • Approximately 1,330 LF of 10' x 10' box culvert Storm sewer pipe outfalls into this culvert include reinforced concrete pipe (RCP), reinforced concrete boxes, and corrugated high density polyethylene pipe (HDPE) pipe. An equalization/overflow opening in the box wall was located near the Kostoryz Road intersection. Photo 1 - Typical RCP penetration through box culvert wall. Photo 2 — Typical concrete box penetration through box culvert wall. City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 5 of 13 September 2014 Photo 3 — Typical HDPE pipe penetration through box culvert wall. Photo 4 — Typical equalization/overflow opening through box culvert wall. Recent documentation received from the City shows this culvert was inspected in January 2004, Major Stormwater Outfall Condition Assessment, Project No. 3127 (2004 Report). The 2004 Report identified elements in need of repair in this project area to include water/fill flowing through cracked construction joints at three locations. The 2004 Report also identified the following observations: • transverse cracking throughout the trunk line, primarily at the construction joints, however not allowing roadway base material to pass; • heavy mineral deposits that have resulted from water migrating in through the cracks; • the culvert floor is relatively clean. 2.2 VISUAL FINDINGS This culvert evaluation was conducted April 28, through May 6, 2014. 2.2.1 GENERAL STRUCTURAL COMPONENTS Overall the culvert was in satisfactory to good condition; however, a few structural elements were observed to be in need of repairs as discussed below. 2.2.2 TOP SLAB General condition of the top slab is satisfactory with minor transverse cracking, and water drip infiltration, predominantly at the construction joints; and longitudinal cracking at areas of manholes. Construction joints are located approximately 40 linear feet on center (Photo 5). Several construction joints showed signs of water drip infiltration through the joint (Photo 6) however, no signs of roadway fill material loss were present. RVE observed nine locations of concrete spalling (Photo 7) and eight of these locations contained exposed corroded rebar dowels (Photos 8 and 9). Hairline (less than 1/16") cracks were observed throughout the top slab. Light (1/16" to 1/8") transverse cracks from wall to wall were encountered at 22 locations (Photo 10). City of Corpus Christi Gollihar Road Box Culvert Page 6 of 13 Culvert Evaluation Report September 2014 Medium to heavy (less than 1/8") transverse cracks were observed at less than 5 locations. Approximately 7 manhole tie-ins exist in this project (Photo 11). The majority of these manhole penetrations show numerous cracks from wall to wall (Photo 12). Penetrations of the top slab by storm sewer pipe were observed at 5 locations (Photo 13). At these locations, numerous top slab reinforcement steel bars were cut, sealing of area around pipe was performed with brick and grout, and exposed reinforcement bars are corroded. Hairline cracks were observed at these locations (Photo 14). Between Station 30+00 to 30+70 numerous cracks greater than 1/8" inch on the top slab were observed (Photo 15) Photo 5 — Typical top slab construction joint. Photo 6 — Typical top slab construction joint with water drip infiltration. Photo 7 — Concrete spelling at construction joint. Photo 8 — Exposed rebar dowel at construction joint. City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 7 of 13 September 2014 Photo 9 — Exposed rebar dowel. Photo 10 — Transverse crack on top slab from wall to wall. Photo 11— Typical brick manhole riser/corbel. Photo 12 — Multiple top slab cracks at manhole. Photo 13 — Typical storm sewer pipe penetration into top slab. Photo 14 — Typical storm sewer pipe penetration into top slab with adjacent cracking. City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 8 of 13 September 2014 Photo 15 — Typical top slab concrete cracking. 2.2.3 SIDE WALLS The side walls are in good condition with minor transverse cracking and water infiltration with mineral buildup at the construction joints (Photo 16). Various locations contain vertical cracking and water infiltration (Photo 17). Mineral buildup was removed with a hammer exposing concrete hairline cracks (Photo 18). At many locations, openings were made in the side walls to accommodate storm sewer lateral pipes. Existing horizontal and vertical reinforcing steel were cut during this process and not properly grouted on the inside of the box culvert (Photos 19 through 23). Station 45+91 contained a 6' x 8' box lateral which appears to be a post -installed application (Photo 24.) Opening for this lateral does not contain any vertical or horizontal supports. Photo 16 — Typical mineral buildup on at base of side Photo 17 — Typical vertical concrete cracking on side wallwall with minor mineral buildup. City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 9 of 13 September 2014 Photo 18 — Typical vertical concrete cracking on side Photo 19 — Typical post -installed storm sewer pipe. wall behind mineral buildup. Photo 20 — Typical post -installed storm sewer pipe. Photo 21 — Typical post -installed storm sewer pipe. Photo 22 — Typical post -installed storm sewer pipe. Photo 23 — Typical post -installed storm sewer pipe. City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 10 of 13 September 2014 Photo 24 — Sta. 45+91 storm sewer pipe lateral. 2.2.4 BOTTOM SLAB Photo 25 — Sta. 45+91 storm sewer pipe lateral. The bottom slab is in good condition (Photo 26) with water infiltration noted at two construction joint locations (Photo 27). Minor abrasion was observed throughout the box culvert. The culvert debris was comprised of household garbage, such as cups, plastic food wrappers and one wood 2x8 at Sta. 10+90 (Photo 28). Photo 26 — Typical culvert botto. slab flow line. Photo 28 — Wood 2x8 blocking flow line at Sta. 10+90. Photo 27 — Water infiltration at bottom slab construction joint. City of Corpus Christi Gollihar Road Box Culvert Page 11 of 13 Culvert Evaluation Report September 2014 2.3 CALCULATIONS Structural calculations to determine if this existing box culvert can support the current HL -93 traffic loading are detailed in Appendix 3.0.1. RVE has determined based on the City's record information, information visually discovered, and based 011 the concrete testing data that these boxes appear to be capable of supporting the current HL -93 traffic loads. Hydraulic analysis of the boxes was not determined for this report. 2.4 RECOMMENDATIONS AND DRAWINGS The overall condition of the interior of the structure ranges from good to fair. In this area, defects and deterioration was found and repairs will be required. Recommended repairs are as follows: TOP SLAB LOCATION DAMAGE TYPE RECOMMENDED REPAIR Construction Joint Concrete spalling. Clean -Patch. Slab Exposed corroded rebar. Clean -Patch. Slab Longitudinal cracks. Clean -Patch. Manholes Longitudinal cracks. Remove and replace 6 LF of top slab. Storm pipe penetrations Cut concrete rebar. Remove and replace 6 LF of top slab. Sta. 30+00 to 30+70 Longitudinal and transverse cracking on top slab. Remove and replace top slab. SIDE WALLS LOCATION DAMAGE TYPE RECOMMENDED REPAIR Construction Joint Mineral buildup. Remove buildup. Post -installed storm sewer pipe laterals Cut concrete rebar, exposed corroded rebar, water infiltration. Repair lateral penetration. Sta. 45+91 stone lateral Cut concrete rebar, exposed corroded rebar, water infiltration Repair lateral penetration. BOTTOM SLAB LOCATION DAMAGE TYPE RECOMMENDED REPAIR Construction Joint Mineral buildup. Remove buildup. Construction Joint Water infiltration at joint. None. General Remove household garbage and construction debris. Clean major debris only. Repair methods will be shown on the construction drawings. A copy is shown in Appendix 3.0.2 2.5 FIELD NOTES AND PHOTOGRAPHS Detailed field notes are in Appendix 3.0.3 City of Corpus Christi Gollihar Road Box Culvert Page 12 of 13 Culvert Evaluation Report September 2014 2.6 CONCRETE CORES AND TESTING RVE, Inc. obtained Seventeen (17) concrete cores and transported them to Rock Engineering and Testing Laboratory for compression testing. Results varied from 3,770 PSI to 6,440 PSI. The City's record drawings specified the concrete as 3,000 PSI. Test results from the testing laboratory are shown in Appendix 3.0.4. The City's record drawings specified the concrete wall thickness to be as follows: 10' x 10' box culvert: 10" top slab thickness, 9" wall thickness; 10' x 9' box culvert: 8" top slab thickness, 7 1/2" wall thickness; 10' x 8' box culvert: 7 %" top slab thickness, 7 1/2" wall thickness; Results from the coring procedures confirmed these thicknesses were achieved. Photo 28 — Typical core sample label. Photo 30 — Typical concrete core. Photo 29 — Typical core being extracted from top slab. City of Corpus Christi Gollihar Road Box Culvert Page 13 of 13 Culvert Evaluation Report September 2014 2.7 GROUND PENETRATING RADAR Ground -penetrating radar (GPR) is a high -frequency electromagnetic (EM) method that radiates short pulses of high -frequency EM energy into the concrete from a transmitting antenna. This EM wave propagates in the concrete at a velocity that is primarily a function of the relative dielectric permittivity materials. When this wave encounters the interface of two materials having different dielectric properties (such as steel reinforcement bar within concrete), a portion of the energy is reflected back to the surface, where it is detected by the receiver antenna and transmitted to a control unit for processing and real-time display. The technician can then mark the approximate location of the reinforcement on the surface of the concrete. RVE, Inc. retained Ground Penetrating Radar Systems, Inc. to perform a non-destructive assessment of the box culverts to confirm and determine the approximate spacing of the steel reinforcement bar. The City's record drawings specified the steel reinforcement to be as follows: 10' x 10' box culvert: #7 bars at 8" OC with #5 at 17" OC at the top slab; #6 at 9" OC with #4 at 14" OC at the walls; 10' x 9' box culvert: #7 bars at 8 1/2" OC with #4 at 14" OC at the top slab; #7 at 10 1/2" OC with #4 at 18" OC at the walls; 10' x 8' box culvert:. #7 bars at 9" OC with #4 at 15" OC at the top slab; #7 at 10 'A" OC with #4 at 18" OC at the walls; Results from the radar procedures enhanced the estimation that the steel is present and design spacings were achieved. The results from the ground penetrating radar are shown in Appendix 3.0.5. APPENDIX 3.0.1 CALCULATIONS Project Name: Project Client: Client Job No.: TOP SLAB CALCULATION CHECK Gollihar Road RVE Project No.: 7-14003 City of Corpus Christi Location: Gollihar Road E13088 & [13089 GIVEN Depth to Culvert H (ft) 4.8 Concrete Strength f'c (psi) 3000 Steel Strength fy (ksi) 60 Concrete Cover (in) 1.5 Culvert Width (ft) 9 Wall Thickness (ft) 0.625 Culvert Span L (ft) 9.625 Beam Width W (ft) 1 Conc Reduction CD 0.9 per Survey to center of column Date: April 3, 2014 EXISTING FILL DEAD LOADS Material Denisty (Ib/ft"3) D (in) D (ft) WD (Ib/f02) Concrete 160 0.00 0.00 0.00 L/S Subgrade 110 6.00 0.50 55.00 Asphalt 150 4.00 0.33 50.00 Base 95 8.00 0.67 63.33 Subgrade 115 3.30 379.50 Total 547.83 psf SELF WEIGHT OF SLAB Minimum Slab Thickness (ACI 318-05, Section 9.5) Self Weight tsiab=L/20 Calculated (in) Use (in) Density (Ib/ft^3) Wself (Ib/ft^2) tslab lin) 5.78 8.00 150 100.00 Note: Deeper concrete section will require less steel reinforcement. psf Gollihar Box Culvert Investigation Page 1 of 6 LIVE LOAD Using "AASHTO LRFD Bridge Design Specifications" DesignTruck Loading for HL -93 HS -20 Truck Loading (Section 3.6.1.2.2) Pie 32000 lb/axle ptire 16000 lb/tire ■ 8 Kips F. 14.-0" Spread Load Area (Section 3.6.1.2.5 and Section 3.6.1.2.6) LRFD Spread Load Factor Backfill Material F Select Fill 1.15 Any Other 1 32 Kips Varies (14'-0" to 30'-0") 32 Kips aspread_a+F*H & bspread=b+F*H Contact Area a (in) b (in) F aspread (ft) f bspread (ft) A (ft"2) Surface 20 10 1 1.67 0.83 H<2" 1.67 0.83 H > 2" 6.47 5.63 36.43 '` ��of ��! ---,, - Wheel Load Area H r Spread Load Area _ �s SA t ! '10'6_. Impact Loading (Section 3.6.2.2) IM=(33(1-0.125H)/100)) IM Design Truck Live Load w=(ptire(1+I M ))/A wt (Ib/ft^2) 0.132 497.19 psf Note: Assume worst case of one tire located at the midspan of the box culvert top. Gollihar Box Culvert Investigation Page 2 of 6 Design Tandem Axle Loading for HL -93 HL -93 Tandem Loading (Section 3.6.1.2.2) Ptandem axle Paxle Ptire 50000 Ib/tandem axle 25000 lb/axle 12500 lb/tire 0 125 Kips ¢V_0" Spread Load Area (Section 3.6.1.2.5 and Section 3.6.1.2.6) LRFD Spread Load Factor Backfill Material F Select Fill 1.15 Any Other 1 25 Kips aspread`a+F*H & bspread=b+4+F*H Contact Area a (in) b (in) F f aspread (ft) bspread (ft) A (ft"2) Surface 20 10 1 1.67 0.83 Live Load H<2' 1.6 795.50 1.67 0.83 H > 2° 6.47 9.63 62.30 Impact Loading (Section 3.6.2.2) 1 M=(33(1 -0.125H)/100)) IM Design Tandem Live Load w=(2Ptlre(1+IM))/A w� (Ib/ft"2) 0.132 454.29 psf Note: Assume worst case of two tires (4 feet apart) located at the midspan of the box culvert top. LOAD COMBINATIONS LRFD = 1.2D+1.6L Item Load {Ib/f02) Factor Factored Load (Ib/ft^2) Dead Load 547.83 1.2 657.40 Self Weight 100.00 1.2 120.00 Live Load 497.19 1.6 795.50 wu= 1572.90 Note: Analylize 1' of Slab; therfore, (Ib/ft^2)=(Ib/ft) Assume Live Load runs the entire length not just b(spread) Use the largest live Toad (Design Truck or Design Tandem) Gollihar Box Culvert Investigation Page 3 of 6 MAXIMUM MOMENT Morax=(WU*L"2)/8 Morax 18214.31 lb -ft 18.21 kip -ft DETERMINE TENSION BAR REINFORCEMENT Using ACI 318 Chapter 9 (pg 50-11 in Lindeburg) Estimate Distance to Extreme Compresion Fiber X = .1*tslab X (in) 0.80 in Area Steel per Estimated X As=Mmaxf(c*fy*(tslab-X) AS (inA2) 0.56 inA2 Determine Area of Concrete Compression 0.85*f'c*AA=fy*AS Ac= fy*As/(0.85*f'c) A� (inA2) 13.23 inA2 Determine Thickness of Concrete Compression Ac W tromp tromp (in) 1.10 in Calculate X Ac* X=tcomp* W * (twmp/2) X (in) 0.55 in Gollihar Box Culvert Investigation Page 4 of 6 Calculate Design Moment Mn=As*fy*{tsiab_X) Mn (kip -ft) IDMn (kip -ft) 20.94 kip -ft 18.84 kip -ft Recalculate Area of Steel per Cales As,new As*(Mmax'CDMn) As,new(inA2) 0.54 inA2 Select Desired Bar Bar Designation Abar (in"2) #3 0.11 #4 0.20 #5 0.31 #6 0.44 #7 0.60 #8 0.79 #9 1.00 #10 1.27 #11 1.56 #12 1.77 Spacing of Bar 5bar W*(Abar/As) 5bar (in) 9.72 selected use Max Tension bar spacing Per ACI -318 Calculated 9 Smaller of 3*tsiab 24 12" 12 Spacing to Use 9 in 9 in Gollihar Box Culvert Investigation Page 5 of 6 DETERMINE SHRINKAGE BAR REINFORCEMENT Using AASHTO LRFD Bridge Design Specifications, Section 12.11.4.3.2 Area Steel AS 0.002*W*tslab As {in"2} 0.19 i n"2 Select Desired Bar Bar Designation Abar {in"2} #3 0.11 #4 0.20 #5 0.31 #6 0.44 #7 0.60 #8 0.79 #9 1.00 #10 1.27 #11 1.56 #12 1.77 Spacing of Bar 5bar W *(Abar/As) Sbar(in) 12.50 selected use Max Tension bar spacing Per ACI -318 Calculated 12 Smaller of 3*tsiab 24 18" 18 Spacing to Use 12 in 12 in Gollihar Box Culvert Investigation Page 6 of 6 APPENDIX 3.0.2 RECOMMENDATIONS AND DRAWINGS RWOxn Raw MficatitIVOIVIVIAMIAL 2H[ io ...tea.+11 I I 1II II �tiPLa IMPILIALL ofnt i.E rS5Brrx���♦♦SA8 [/ RFxtrrt J,NA*/F3M w.. rEtz4 4ME..,.... iwt f LAMA PEACE RaAMAR oRn[ 11 EtiVtgiNATAEww,,... I RMAwR OWE mrEtrZa. FLP,01E { i[WWtVnaa,Aa.. w.. III III I 1 GOLLIHAR ROAD IMPROVEMENTS NOSEOBYZ ROAD TO NEBER ROAD {SONO 2014) EXISTING CULVERT REHABILITATION lid .ngln. ringg-surveying 11.1 MY Eros mg P1 X 2 -u N I<u • • eg93- RITE rtlarlmir Y0. 1.11.111 GQLLIHAR ROAD IMPROVEMENTS KOSTORTZ RDN1 TO WEBER ROW) WHO 2014) EXISTING CULVERT REHABILITATION DETAILS IVO engineering -surveying 2 PR a2 R 7 N APPENDIX 3.0.3 FIELD ASSESSMENT AND PHOTO LOG City of Corpus Christi Gollihar Road Box Culvert Culvert Evaluation Report Page 1 of 13 September 2014 Measurement Notes: 1. Wall measurements shall be taken from the floor. 2. Floor and Ceiling measurements shall be taken from the North Wall. 3. Measurements shall be taken to the center of any object, unless noted otherwise. 4. Measurements shall be taken to the nearest tenth of a foot. )fiend: 1. Cracking a. Hairline (JIL) < 1/16" b. Light (L) 1/16" to 1/8" c. Medium (M) 1/8" to 3/16" d. Heavy (11) > 3/16" 2. Spalling a. Light (L) < 1" deep and/or < 6" diameter b. Medium (M) 1" to 2" deep and/or > 6" diameter c. Heavy (H) > 2" and > 6" diameter 3. Joint Seal Damage a. Light (L) b. Medium (M) c. Heavy (11) 4. Scaling and/or Abrasion a. Light (L) b. Medium (M) c. Heavy (H) < 1/4" (surface exposure of course aggregate) 1/4" to 1" (course aggregate exposed) > 1" (reinforcing steel exposed) NOTE: Photos are attached on a CD. Photo No. STA.(N Fl Description Description 214 8 S 6x6 Box 215 8 C MEI 216 6 N 22" Overflow 213 0+00 S Begin 217-20 0+03 N 1HL 221-24 N 1L w/Mineral Buildup 225 NC 1M w/Mineral Buildup + water dripping S C 1HL w/minor Mineral Buildup + water at ceiling 226 0+13 S C 36" RCP spalled at Penetration 0+26 N/S C 1L water on ceiling / 1HLwalls and floor/ w/Mineral. Buildup south floor 229-30 0+13- 0+43 C 1HL longitudinal crack @ midspan 231-35 0+43 N/S C 1L minor water on ceiling 1 HL walls 236-38 0+62 N/S CIF Mineral Buildup all around; 1HL floor; 1L S. Ceiling; 1HL N/S walls Legend: 1_ Cracking a. Hairline (HL) b. Light (L) c. Medium (M) d. Heavy (H) 2_ Spoiling a. Light (L) b. Medium (M) 1/16" 1/16" to 1/8" 1/8" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or > 6" diameter C. Heavy (H) > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (11) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (H) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 2 of 13 September 2014 Photo No. STA. Wall (NIS) l Floor Floor Description 239-44 0+75 Typ. Construction Joint 245-46 1+25 N/S C/F 1IL-L typical cracking 247-48 1+55 Typ. Construction Joint w/heavy Mineral Buildup at floor 249 2+35 Typ. Construction Joint 250 2+55 N 16" RCP Penetration 251-54 2+60 N/S C/F 1M w/minor Mineral Buildup 255-56 3+15 Typ. Construction Joint 257 3+43 N/S C/F 1L all around wl Mineral Buildup at floor Rust spot at ceiling 258-60 3-61 N/S CIF 1M all around w/ Mineral Buildup; photo 260 breaking Mineral Buildup with hammer 261-64 3+94 Typ. Construction Joint w/heavy Mineral Buildup at floor 265 4+02 S 15" RCP Penetration 266-67 4+02 N 18" RCP Penetration 268 4+09 N 24" RCP Penetration (plugged) 269 4+14 N 40" HDPE Penetration 270-71 4+42 S C' 1H1. ends 2' down on South wall 272-73 4+74 Typ. Construction Joint w/heavy Mineral Buildup at floor with minor water leak; minor Mineral Buildup at ceiling and 2/3 South wall 275-78 5+13 N/S C 1L w/Mineral Buildup 5+54 Typ. Construction Joint 279 5+91 N 18" RCP Penetration 280 5+99 S 15" RCP Penetration 282-84 6+04 N/S C IFIL w/moderate Mineral Buildup 2/3 of south wall 285-88 6+00- 6+50 C Ceiling anomaly 6+34 Typ. Construction Joint 289 6+50 N 12" Penetration 6+53 N/S C/F 1 HL w/minor Mineral Buildup 290 6+68 N/S C 1 L w/minor Mineral Buildup 2/3 up walls; Minor longitudinal crack on ceiling 291 6+60-C 7+D0 11-1L @ midspan 292-93 6+94 N/S C/F 11-1L w/mod. Mineral Buildup 2/3 up north wall 6+90 N/S C/F 11-Lw/onset cra k; wlmod. Mineral Buildup 2/3 up wall-, 297-305 7+14 Typ. Construction Joint; 2 spalls on ceiling 7+34 N/S C 1 HL offset crack w/minor Mineral Buildup 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16- > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 114" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 3 of 13 September 2014 Photo No. STA. Wall (N/S) l Floor Floor Description 7+43 N C 1HL wlminor Mineral Buildup 306 7+53 N/S C 111L w/minor Mineral Buildup north wall 7+64 NS C';p 1 HL w/mod. Mineral Buildup at ceiling + north wall; light Mineral Buildup 2/3 south wall 307-08 7+14- 7+90 C. 1 HL longitudinal ceiling crack from typ. construction joint 7+14 to 7+90 7+94 Typ. Construction Joint 309 8+20 N 15" RCP Penetration 8+27 S S. C 11 -EL wllight Mineral Buildup south wall 8+35 N C 1111_, w/mod. Mineral Buildup north wall 310-17 8+43 N/S C/F 11EL w/mod. Mineral Buildup walls and floor and MH 8+74 Typ. Construction Joint 8+87 S C 1 HL w/mod. Mineral Buildup south wall and ceiling 318 8+94 N/S C 1HL walls; 2L midspan ceiling 9+14 S C 1HL w/minor Mineral Buildup 9+25 NIS OF 1HL south, ceiling, floor; 1L north wall; minor Mineral Buildup all around 9+37 S C 1HL wlminor Mineral Buildup 319-20 9+54 Typ. Construction Joint; 2 spalls on ceiling 321-22 9+65 C 2 anomalies on ceiling 9+54 10+00 Longitudinal IFIL on ceiling 9+92 NIS C IL 10+05 N/S C 1HL 323 10+14 N/S C 1HL minor rust stain on ceiling 10+25 C 1HL 10+34 Typ. Construction Joint 10+84 N/S C/F 1L 324 10+90 F 2x8 board lodged on floor 11+13 Typ. Construction Joint 325 11+46 N/S C/F IFIL; 15" RCP north wall Penetration 326 11+58 15" RCP north wall Penetration 327-30 11+68 N/S C/F 1L w/mod. Mineral Buildup north and south walls 2/3 up walls 331-32 11+87 S 15" RCP south wall Penetration; ceiling damage 11+94 Typ. Construction Joint 12+47 N/S C/F IL w/mod. Mineral Buildup north and south walls 2/3 up walls 12+75 Typ. Construction Joint 333 12+83 30" RCP south wall Penetration 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 4 of 13 September 2014 Photo No. STA. Wall (NIS) l Floor Floor Description 13+02 N/S CIF 1111,; light Mineral Buildup north and south walls 2/3 up both walls 13+22 NIS F 111L; light Mineral Buildup north and south walls 2/3 up both walls 13+54 Typ. Construction Joint 334-36 13+86 S 24" RCP south wall Penetration, cra ked RCP 13+99 S 1111. south wall 14+02 NIS F 11IIL, 14+34 Typ. Construction Joint; 2 — 2L cra ks at midspan 337 14+45 N 15" RCP Penetration north wall 338 14+55 15" RCP Penetration north wall 14+74 S IllL south ceiling 339 14+83 S 15" RCP Penetration south wall 340+42 15+14 C Typ. Construction Joint; spoiling across ceiling isolated rebar exposed 343-48 15+52 NIS C/F 1L patch hole at upper south wall 349 15+94 C Typ. Construction Joint; 2M; 2 spalls, rebar exposed on ceiling 16+22 N/S CIF 1L; light Mineral Buildup on walls; minor Mineral Buildup on ceiling 16+57 N/S C/F IL; light Mineral Buildup on walls 350-51 16+74 Typ. Construction Joint; water bubbling from bottom 17+00 S C 1111.; typical Mineral Buildup 352-56 17+09 NIS C/F 1L: heavy to moderate Mineral Buildup walls and floor 17+34 NIS C 1HL; light Mineral Buildup walls 357-61 17+42 24" RCP Penetration south wall, crack on RCP 362-63 17+54 Typ. Construction Joint; one spall; two 2M cracks with exposed rebar 17+72 S C 1 HL; minor Mineral Buildup 364 17+85 15" RCP north wall 17+92 NIS F 1 HL; minor Mineral Buildup 365 18+13 15" RCP north side of MH corbel 366-67 18+13 NIS C/F 11II.4 minor Mineral Buildup 18+19 NIS C/F 11II..; minor Mineral Buildup 368 18+34 Typ. Construction Joint; hole upper south wall 18+62 NIS C/F 1H1_.; minor Mineral Buildup; offset crack 18+75 N/S CIF 1111. offset crack; 1L north wall and north ceiling; rust stain on ceiling 369 18+89 N North wall severe rust stain / Buildup 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 114" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 5 of 13 September 2014 Photo No. STA.Description Wall (N/S) Ceiling/ Floor 370 18+98 S North wall severe rust stain 1 Buildup 19+13 Construction Joint 1/8" opening north/south walls 19+34 S C 1HL with typ. Mineral Buildup 19+54 N/S CIF 1111. with typ. Mineral Buildup 19+59 NIS C 1 HL with typ. Mineral Buildup; rust stain south ceiling 19+69 N/S F 1 HL with typ. Mineral Buildup 19+90 N/S F 1111. half way up walls 19+93 Typ. Construction Joint w/ typ. Mineral Buildup 371 8+43 15" RCP Penetration on MH corbel at Randall St. 372-73 20+31 S 24" RCP Penetration south wall, crack at Penetration 374-78 20+31 N/S CIF 1L offset crack; exposed rebar; minor longitudinal cracking 379-80 20+73 Typ. Construction Joint; four spalls; exposed rebar corroded thru 381 20+82 N Heavy rust stains 20+99 S C 1 HL Typical Mineral Buildup 21+05 N C 1 HL Typical Mineral Buildup 21+07 N Heavy lust stains 21+13 NIS F 1 HL Typical Mineral Buildup 382 21+19 S C 1 HL Typical Mineral Buildup; Rust stain on ceiling 383 21+29 S Heavy rust stain 21+34 N/S C 1 HL Typical Mineral Buildup 21+53 Typical Construction Joint, one spall; typical Mineral Buildup; exposed rebar 1/8" opening 384 21+62 N Heavy rust stain 21+81 NIS C 1 HL Typical Mineral Buildup 21+92 NIS F 1 HL Typical Mineral Buildup 22+06 N/S C 1 HL Heavy Mineral Buildup N. Wall, N. Wall is 1L 22+33 Typical construction joint 22+72 NIS F 1 HL rust and Mineral Buildup N. Wall, Rust S. Wall 385-390 22+78 C 15" RCP Penetration ceiling 391-393 22+84 NIS C 1L Ceiling & N. Wall; one spall exposed rebar ceiling; 1M south wall with rust and typical Mineral Buildup 23+08 S Heavy Hist stain 23+13 Typical construction joint 23+21 S 24" RCP Penetration 23+47 N/S C 1 HL typical 23+53 NIS F 1 HL; rust on lower north wall 23+78 NIS F 1 HL 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) cvn (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 114" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 6 of 13 September 2014 Photo No. STA. Wall (NIS) l Floor Floor Description 23+93 Typical construction joint with 0.08" opening; 3 spalls, two exposed rebar corroded thio 24 +10 NIS F 1 HL Typical Mineral Buildup; rust stain lower north wall 395-397 24+32 NIS C/F 1 HL exposed rebar, corrosion rust both walls 24+50 N Heavy rust stains 24+64 NIS F 1 HL Typical Mineral Buildup 24+73 Typical construction joint 399-401 25+12 NIS C/F 1 L , one spall exposed rebar, heavy Mineral Buildup north wall 25+48 NIS F 1 HL moderate Mineral Buildup NIS Walls with rust 25+53 Typical construction joint 402-403 25+80 S 24" RCP Penetration 404-405 25+80 25+85 N C 1 HL minor longitudinal crack; 15" RCP Penetration north wall 406-407 25+85 C 1 HL minor longitudinal crack 408-409 25+92 26+06 N/S F F 1 HL 1 HL rust on floor; chunk of concrete at FL 410 26+17 Carroll MH 411 26+17 N 36" RCP Penetration at corbel 412 26+33 Typical construction joint; heavy rust on floor 26+37 NIS CIF 1L; Appears to be point of FL transition. FL appears to be greater past here. 413-414 26+39 N 15" RCP Penetration 26+00- 26+50 There appears to be a slight bend in box culvert 26+64 N/S CIF 1 HL offset crack , minor Mineral Buildup on south floor 26+76 S C 1 HL minor Mineral Buildup 26+82 N. S F 1 HL 26+92 S 1 HL 27+04 N/S F 1 HL minor Mineral Buildup and rust on north wall 27+13 Typical construction joint 419-421 27+26 Ceiling repair work 27+46 Typical construction joint 27+75 N C 1 HL 422 27+85 NIS CIF 1 HL heavy floor Mineral Buildup water bubbling from bottom, light wall Mineral Buildup 27+90 NIC C 1 HL light Mineral Buildup 28+05 N C 1 HL 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) cvn (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 7 of 13 September 2014 Photo No. STA. Wall (NIS) l Floor Floor Description 28+26 Typical construction joint, rust north walllfloor 28+38 NIS C/F 1 HL, minor Mineral Buildup on walls, minor rust north wall /floor 423-424 28+50 N C HL Longitudinal Cracks on ceiling, nest stains 28+64 NIS CIF 1 HL offset at ceiling; light minor Mineral Buildup and stains at lower walls 425-426 28+75 NS C 1 HL offset at ceiling; longitudinal cracks on ceiling 28+82 N Heavy Hist stain 28+86 N/S OF 1 HL offset crack; light Mineral Buildup at walls/floor 29+06 Typical construction joint with longitudinal cracks; small offset crack at ceiling 29+16 S F 1 HL 29+25 N C 1 HL 428-432 29+36 N/S C 15" RCP Penetration at ceiling; cracking at ceiling and N/S walls 433 29+38 S 24" RCP Penetration 29+46 N/S OF 1 HL rust at south walllfloor; Heavy Mineral Buildup at floor 29+56 N/S C 1 HL minor Mineral Buildup at walls 29+66 NIS C 1 HL minor Mineral Buildup at walls 29+76 S C 1 HL minor Mineral Buildup at walls 29+84 N/S C 1 HL minor Mineral Buildup at walls 29+86 Typical construction joint 30+00 S C 1 HL minor Mineral Buildup at walls 30+18 NIS C 1 HL minor Mineral Buildup at walls 434-435 30+27 NIS CIF 1 HL moderate Mineral Buildup at floor with rust; 2 cracks at ceiling with longitudinal cracks 30+46 NIS CIF 1 HL 436 30+51 Divot on floor 30+66 Typical construction joint 1/16 opening, longitudinal cracks on ceiling 30+86 N/S S. Ceiling 1 HL minor Mineral Buildup south wall, light Mineral Buildup with rust north wall 437 30+86 S. Floor Undercut wall 31+06 NIS CIF 1 HL heavy rust at north wall, light rust on ceiling, minor Mineral Buildup at N/S walls 438 31+26 N/S C 1 HL rust at north walllfloor, undercut south wall 31+37 S F 1 HL 31+46 Typical construction joint 31+55 N F 1 HL moderate Mineral Buildup at floor rust 31+63 N F 1 HL moderate Mineral Buildup at floor rust Legend: 1. Cracking a Hairline b. Light c. Medium d. Heavy 2 Spelling a Light b. Medium C. Heavy [HI.} iL) (H} (L} (H} 1/16" 1/16" to 1/8" 1/8" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or > 6" diameter > 2" and > 6" diameter 3. 4. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (H) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollhiar Road Box Culvert Page 8 of 13 September 2014 Photo No. STA. Wall KNiS) Ceiling/ Floor Description 31+65 N F 1 HL moderate Mineral Buildup at floor rust 439-442 31+86 N/S CIF 1 M , heavy Mineral Buildup on floor, heavy rust on floor 31+96 N/S CIF 1 HL light Mineral Buildup north wall, also north wall has IL 32+06 N/S C 1 HL minor wall Mineral Buildup, beginning of grade change for larger box 443-445 32+26 Typical construction joint at 9' box, light Mineral Buildup at walls 453-454 32+52 54" RCP Penetration, diagonal cracks from FL to floor 451-452 32+52 MH with corbel with plugged RCP 32+67 F 1 HL 32+69 Typical construction joint 32+81 N/S F 1 HL 2 on N. wall, 2 cracks on ceiling 32+99 N/S C 1 HL minor Mineral Buildup on walls 33+03 N/S F 1 HL 33+09 S C 1 HL 33+19 N/S C 1 HL 455 33+25 N C 1 HL minor Mineral Buildup on wall, diagonal crack on north wall 456-457 33+31 - 33+50 Longitudinal wall crack near floor rust stain 33+50 Typical construction joint rust at north floor/wall 458 33+62 N 30" RCP Penetration 33+60 N 1 HL crack comes off 30" RCP 33+81 N/S C 1 HL moderate Mineral Buildup on walls 33+89 N/S C 1 HL light Mineral Buildup 459-460 33+89 S 15" RCP Penetration 34+00 S C 1 HL light Mineral Buildup 34+10 N/S C 1 HL light Mineral Buildup both walls 34+30 Typical construction joint, minor Mineral Buildup both walls 34+50 N/S C 1 HL light Mineral Buildup both walls 34+60 N/S C 1 HL light Mineral Buildup both walls 34+70 N/S C 1 HL light Mineral Buildup both walls 34+75 S 1 HL diagonal crack 34+80 N N. Floor 1 HL light Mineral Buildup 34+85 S F 1 HL light Mineral Buildup 34+90 N/S C 1 HL light Mineral Buildup 34+99 N/S C 1 HL light Mineral Buildup N/S wall 35+10 Typical construction joint Legend: 1. Cracking a Hairline b. Light c. Medium d. Heavy 2 Spelling a Light b. Medium C. Heavy [HI.} iL) (H} (L} (H} 1/16" 1/16" to 1/8" 1/8" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or > 6" diameter > 2" and > 6" diameter 3. 4. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (H) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 9 of 13 September 2014 Photo No. STA. Wall (N/S) l Floor Floor Description 35+30 NIS CIF 1 HL heavy Mineral Buildup north floor 35+40 S S. Ceiling 1 HL 35+50 S S. Ceiling 1 HL 35+57 N/S CIF 1 HL offset crack light Mineral Buildup 35+70 N/S CIF 1 HL offset crack light Mineral Buildup 35+90 Typical construction joint 36+08 K S CIF 1 HL light Mineral Buildup north wall 463-464 36+18 S S. Ceiling 1 HL deep honeycomb needs repair, minor Mineral Buildup south wall 465 36+30 N/S CCF 1 HL light Mineral Buildup south wall, moderate Mineral Buildup north walllfloor 36+43 N C 1 HL minor Mineral Buildup north wall 36+50 N/S CCF 1 HL light Mineral Buildup walls 36+70 Typical construction joint 36+90 N/S C' 1 HL 466 36+95 1 HL double crack at north wall, moderate Mineral Buildup north wall 37+00 S C 1 HL minor Mineral Buildup wall 37+10 NIS C 1 HL light Mineral Buildup walls 467 37+20 N/S C 1 HL double crack north wall 37+30 NIS 1 L north wall and ceiling, 1 HL south wall, light Mineral Buildup walls 37+40 S C 1 HL light Mineral Buildup 37+50 Typical construction joint, 1 HL either side of typical construction joint on ceiling 37+62 S C 1 HL minor Mineral Buildup south wall 37+74 S C 1 HL minor Mineral Buildup south wall 37+79 N/S F 1 HL minor Mineral Buildup walls, moderate Mineral Buildup north floor 37+90 N/S C 1 HL minor Mineral Buildup walls 37+99 It i S C 1 HL minor Mineral Buildup walls 38+10 N/S CIF 1 HL light Mineral Buildup wall, heavy Mineral Buildup north floor 38+30 Typical construction joint 38+54 NIS C 1 HL light Mineral Buildup walls 38+71 N C 1 HL minor Mineral Buildup north wall 38+93 F 1 HL no Mineral Buildup 38+90 Begin transition to 10' ceiling, end at typical construction joint 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) cvn (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 114" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 10 of 13 September 2014 Photo No. STA. Wall (NIS) l Floor Floor Description 39+10 468-469 39+07 S 24" RCP Penetration plugged 470-474 39+33 12" pipeline passing thru walls 83" from floor 39+38 N/S CIF 1 HL at end of saddle 39+56 N/S C 1 HL on walls, 1L on ceiling, light Mineral Buildup on walls 39+85 N/S 1 HL heavy Mineral Buildup wall and floor with rust stain. Also floor joint. 39+96 Typical construction joint. heavy Mineral Buildup 1/3 up north wall with rust (N/S) 40+02 N/S C 1 HL minor Mineral Buildup south wall, light Mineral Buildup north wall 40+13 N/S C 1 HL light Mineral Buildup south wall, also 2L with exposed rebar 40+23 N/S C 1 HL minor Mineral Buildup south wall 40+33 N Ceiling 1 HL minor Mineral Buildup wall 40+40 N/S C 1 HL minor Mineral Buildup wall with rust on south wall and ceiling 40+67 N/S F 1 HL minor Mineral Buildup walls and floor 40+70 Typical construction joint 40+91 8 C 1 HL offset rust on ceiling 41+00 N/S C 1 HL minor Mineral Buildup walls, rust on ceiling, moderate Mineral Buildup north wall 41+15 N/S C 1 HL 476 41+16 S 15' RCP Penetration 477-478 41+16 C 15' RCP Penetration 41+30 N/S C 1 HL offset light Mineral Buildup half way up walls 41+47 N/S 1 HL heavy rust at floor joint, moderate Mineral Buildup one third up walls and floor 479 41+50 Typical construction joint 41+63 N/S C 1 HL moderate Mineral Buildup north wall. light Mineral Buildup south wall 41+79 N/S C 1 HL moderate Mineral Buildup north wall, light Mineral Buildup south wall 41+90 N/S C 1 HL light Mineral Buildup both walls 42+00 N/S C 1 HL moderate Mineral Buildup north wall 42+10 N/S CCF 1 HL light Mineral Buildup both walls, offset crack 1. Cracking a Hairline b. Light c. Medium. d. Heavy 2_ Spalling a Light b. Medium C. Heavy am) (L) (H) (L) 1/16" 1116" to 1/8" 118" to 3/16" > 3/16" < 1" deep and/or < 6" diameter 1" to 2" deep and/or> 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 114" to 1" (course aggregate exposed) C. Heavy (13) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 11 of 13 September 2014 Photo No. STA. Wall (NIS) Ceiling/ Floor Description 42+27 F Floor joint heavy rust stain, 1 HL north wall and south wall 1/3 of way up, moderate Mineral Buildup north wall 42+30 N Typical construction joint 42+50 S C 1 HL 42+60 N/S C/F 1 HL minor Mineral Buildup south wall, offset crack 42+70 N/S C/F 1 HL offset light Mineral Buildup walls 42+79 N C 1 HL light Mineral Buildup north wall 42+90 N/S F 1 HL minor Mineral Buildup north wall, light Mineral Buildup south wall 43+07 N/S F Floor joint rust stain on floor with light Mineral Buildup 43+10 Typical construction joint 43+21 N/S C/F 1 HL offset light Mineral Buildup walls 43+32 N/S C/F 1 HL light Mineral Buildup south wall 43+40 N/S C/F 1 HL offset light Mineral Buildup walls 43+50 NS CIF 1 HL light Mineral Buildup south wall, minor Mineral Buildup north wall 43+57 N/S C 1 HL light Mineral Buildup with rust south wall, minor Mineral Buildup north wall 43+75 N C 1 HL minor Mineral Buildup north wall 43+90 See 43+07 and 43+10 44+03 NIS C 1 HL diagonal wall cracks, light Mineral Buildup walls 44+14 N C 1 HL light Mineral Buildup north wall 44+20 S C 1 HL light Mineral Buildup south wall 44+25 N C 1 HL light Mineral Buildup north wall 480-484 44+32 N/S C/F 1 HL light Mineral Buildup walls 44+41 N/S C 1 HL light Mineral Buildup walls 44+50 N/S C 1 HL light Mineral Buildup walls 44+54 N/S F 1 HL minor Mineral Buildup walls 44+70 Typical construction joint, see 43+90 44+85 N/S C 1 HL minor Mineral Buildup walls 485 44+92 N 24" RCP Penetration north wall 486 45+05 S 24' RCP Penetration south wall plugged 487-488 45+06 MEI at Sequoia with 20" RCP in corbel (north wall) 489-491 45+06 1 HL Four -1 HL ceiling cracks, Two -1 HL south wall, one 1L north wall, moderate Mineral Buildup both walls 492 45+13 Typical rebar from GPR 493-494 45+19 - 45+73 Longitudinal crack at north wall near mid span Lewd: 1. Cracking a. Hairline b. Light c. Medium d. Heavy 2_ Spilling a Light b. Medium C. Heavy am) (L) (L) < 1/16" 1/16" to 1/8" 1/8" to 3/16- > 3/16„ < 1" deep and/or < 6" diameter I" to 2" deep and/or > 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (H) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 12 of 13 September 2014 Photo No. STA. Wall (N/S) Ceiling/ Floor Description 45+40 - 45+71 Longitudinal crack at south wall near mid span 45+27 N/S C 1 HL offset minor Mineral Buildup south wall, light Mineral Buildup north wall 45+37 N C 1 fiL light Mineral Buildup north wall 45+50 Typical construction joint, see 43+90 495 45+57 S 15" RCP Penetration south wall 45+70 S C 1 HL minor Mineral Buildup south wall 45+80 N/S C 1 HL light Mineral Buildup walls 496-497 45+91 8 x 6 box Penetration exposed rebar 45+90 NIS CIF 1 HL moderate Mineral Buildup north wall 46+00 N N.Ceiling 1 HL minor Mineral Buildup 46+10 NIS C 1 HL moderate Mineral Buildup north wall, light Mineral Buildup south wall 498-499 46+30 Typical construction joint, see 43+90, Heavy rust on floor and walls 46+49 N/S C/F 1 HL moderate Mineral Buildup both walls 46+61 N/S C 1 HL light Mineral Buildup both walls 46+69 N/S C 1L north wall, 1 H_, rest moderate Mineral Buildup both walls 46+80 N C 1 HL light Mineral Buildup north wall 46+88 N/S C 1 HL moderate Mineral Buildup north wall, light Mineral Buildup south wall 47+10 Typical construction joint, see 43+90 47+35 S C 1 HL light Mineral Buildup wall 47+41 N/S C 1 HL light Mineral Buildup walls 47+55 N/S C 1 HL light Mineral Buildup walls offset 47+62 N C 1 HL moderate Mineral Buildup wall 47+68 N/S CIF 1 HL light Mineral Buildup walls 47+90 Typical construction joint, see 43+90, light Mineral Buildup walls/floor 48+06 N C 1 HL light Mineral Buildup wall 500 48+43 NIS F 1 HL minor Mineral Buildup south wall, double crack north wall with heavy Mineral Buildup and rust 501 48+67 S 15" RCP Penetration south wall 48+70 Typical construction joint, see 43+90, heavy Mineral Buildup walls/floor 48+80 NIS C 1 HL minor Mineral Buildup Lewd: 1. Cracking a. Hairline b. Light c. Medium d. Heavy 2_ Spilling a Light b. Medium C. Heavy am) (L) (L) (H) < 1/16" I/16" to 1/8- I/8" to 3/16" > 3/16" < 1" deep and/or < 6" diameter I" to 2" deep and/or > 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (H) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (H) > 1" (reinforcing steel exposed) City of Corpus Christi Culvert Evaluation Report Gollihar Road Box Culvert Page 13 of 13 September 2014 Photo No. STA. Wall (N/S) Ceiling/ Floor Description 49+00 NIS C 1L moderate Mineral Buildup north wall, light Mineral Buildup south wall 49+16 C 15" RCP ceiling Penetration 49+21 NIS C 1 HL minor Mineral Buildup walls 49+28 N C 1 HL moderate Mineral Buildup north wall with minor rust 49+39 NIS N.Ceiling 1 HL light Mineral Buildup walls 49+50 Typical construction joint, see 43+90, light Mineral Buildup 49+68 N/S C 1 HL light Mineral Buildup walls 49+74 N/S C 1 HL walls, 1L ceiling, moderate Mineral Buildup north wall, minor Mineral Buildup south wall 49+81 S S. Ceiling 1 HL moderate Mineral Buildup with rust on wall 49+86 NIS CIF 1 HL diagonal on north wall, north moderate Mineral Buildup with rust south wall, light Mineral Buildup 50+12 NIS F 1 HL light Mineral Buildup south wall, moderate Mineral Buildup north wall 503-505 50+30 Typical construction joint, heavy Mineral Buildup and rust both walls 50+70 NIS CIF 1 HL, two cracks , moderate Mineral Buildup walls and floor with rust 51+10 Typical construction joint 51+33 N/S C 1 HL minor Mineral Buildup north walllceiling, light Mineral Buildup south wall 51+41 S C 1 HL light Mineral Buildup south wall 51+50 NIS C 1 HL moderate Mineral Buildup walls 51+70 NIS C' 1 HL moderate Mineral Buildup north wall with rust, light Mineral Buildup south wall 51+90 Typical construction joint 52+20 S C' 1 HL light Mineral Buildup on wall 506-508 52+22 Mil at Weber, two RCP's in corbel, one is plugged 509-510 52+30 N 36" RCP Penetration 52+30 N/S CIF 1 HL moderate Mineral Buildup walls 52+46 S C 1 HL heavy Mineral Buildup wall (N/S) 52+59 SIN C' 1 HL moderate Mineral Buildup south wall, light Mineral Buildup north wall 52+70 Typical construction joint 511 52+77 S 54" RCP Penetration south wall 512 52+79 Begin Naismith stationing 513-515 52+78 MH at Weber. two RCP Penetrations at corbel Legend: 1. Cracking a. Hairline b. Light c. Medium d. Heavy 2_ Spilling a Light b. Medium C. Heavy (IAL) (L) (L) < 1/16" I/16" to 1/8- I/8" to 3/16" > 3/16" < 1" deep and/or < 6" diameter I" to 2" deep and/or > 6" diameter > 2" and > 6" diameter 3. Joint Seal Damage a Light (L) b_ Medium (M) c_ Heavy (II) 4. Scaling and/or Abrasion a Light (L) < 1/4" (surface exposure of course aggregate) b_ Medium (M) 1/4" to 1" (course aggregate exposed) C. Heavy (H) > 1" (reinforcing steel exposed) 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance wit the Draw'ng. submitted by Specificatio QJ` , a d Corer Do u nts, this Bid Proposal is (type or print name of company) on: for Project No(s) E13088 & E13089 - Gollihar Road Improvements - Kostoryx Road to Weber Road (Bond 2014). 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 - Project No(s) E13088 & E13089 - Weber Road (Bond 2014). All envelopes and packages (including of the package, the project name and ARTICLE 2 — BIDDERS`S ACKNOWLEDGMENTS Gollihar Road improvements - Kostoryz Road to FEDEX envelopes) must clearly identify, on the OUTSIDE number and that bid documents are enclosed. 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 Goltihar Road Improvements — Proj. No(s) E13088 & E13089 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 CO 30 00 - 2 Goll -afar Road Improvements — Proj. No(s) E13088 & E13089 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 Gollihar Road Improvements F Proj. Nuts) E13088 & E13089 Rev 0i-13.2016 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 720 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 750 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 —ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. 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 Ile 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 Goliihar Road Improvements — Proj. No(s) E13088 & E13089 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 an 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: fl qg S`" 4jJr&i*t CML, Cr1; 94i Ltd ► (typ d or printed full legal name of Bidder) By:t''' --e4°7 Name: Title: Attest: £Iio. (-iL*cis (individual's signature) (typed or printed) Haas•Andersc�+ Management, C- . .i! Pz:r4,ner State of Residency: Federal Tax Id. No. Address for giving notices: (typed or printed) (individual's signature) Te-gs 7-ata/5-K p,o, 6,‹ '— Phone: [-75-3-;4-3,5-- - U '" oZ Email: C(Ch/t 7 794J""g +-"3ar, (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.) Bid Acknowledgement Form 00 30 00 - 5 Goliihar Road Improvements – Proj. No(s) E13088 & E13089 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 01-33-2016 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 l$ 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: Tite: Business address: Phone: (typed or printed (signature -- attach evidence of authority to sign) PrssidenQ, F6aas•Anderson Mg ago eft, �.,,rAi partner r, -4; r)4n 3‹. I-753--2,5-35-- Email: -� erse, r. covet END OF SECTION Compliance to State Law on Nonresident Bidders Gollihar Road Improvements - Proj. No(s) E13088 & E13089 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest �■rr.rtir City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. SOX: --s y-41r5ch_ 64.5 V� 7„ 461. L 76C) ail STREET ADDRESS: 1 //,i a RI, CITY: Capiga £ era ' I ZIP: FIRM IS: 1. Corporation ® 2. Partnership 3. Sole Owner 0 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 3 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." Narne NI 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 AM, 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 "firrn." Name 4/4l' Consultant City of Corpus Christi Disclosure of Interest 00 30 05 -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)1 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 Co us Christi, Texas as changes occur. Certifying Person: D.0, Title: President, Haas -Anderson Management, C_ p rtner (Type or Frim) Signature of Certifying Person: DEFINITIONS Date: 12- 21- 1 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. cty 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: Gollihar Road Improvements - Kostoryz Road to Weber Road (Bond 2014) (Project No(s) E13088 & E13089) Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: 1-1-9i,s- 4iJr&» C01 t/ Ltd (typed or printed) (signature -- attach evidence of authority to sign) s (typed or printed) President, Fiaas•Anderson Mlanagement, t,r- General Partner Email: 016t,lleli 6111114s—9i-ae.. 'g 4 + 611 - END OF SECTION Non -Collusion Certification Gollihar Road Improvements - Proj. N❑(sj E13088 & E13089 003006-1 11-25-2013 FILED SIn the Office of the ecretary f State of Tekes CERTITi"XCATE O LI n= PARTNERS OF DEC' 06 2001 k1AAS.ANDERSON CONSTR,'CTZON H, LTD. Corporations Section The undersigned, desiring lo rorra a Limited Parmershlp pursuant to the Texas Rev sal Limited Partnership Act as set forth in Article 6132a-1 of the Texas Revised Civil, SEa tte; ("Ace% docs hereby certify: 1. The name of the firm wider which said limited partnership is to be conduct:d HAAS -ANDERSON CONSTRUCTION 1/) LTD, 2. The address of the registered office and the name and address of to re agent for service of process is: Registered Agent te¢xstereti Office. DARRYL 0. HAAS 1401 EfOLLY RCm? COR'FL15 CHRISTI, TEXAS 78415 YAM' 3, The address of The principal office in t s United States where partnership ret;ord; are to be kept is 1401 HOLLY ROAD, COI/PUS CHRISTI, TEXAS18415. 4. The, rime, mailing address, and street address of the business or each peers' partner is: Name Address HAAS -ANDERSON MANAGEMENT, L,G, 1401 HOLLY ROAD CORPUS CHRISTI, irk, ASS 78415 IN WITNESS WHEREOF, the l ldersigned has executed this certificate of Litniteii Partnership to be effective as of the C t day of Pe z, , 2001. GENERAL PARTNER: HAAS -ANDERSON Mill NAGF MENT, L.O, Bv; G:li7MA,41-ritNlw pauFrasnSiFAC U,t Enl. ry;l DARR 1. HAAS, President '00 30 01 BID FORM Project Name: Gollihar Road Improvements - Kostoryz Road to Weber Road (Bond 2014) Project Number: E13088 & E13089 Owner: City of Corpus Christi, Texas Bidder: HAAS -ANDERSON CONSTRUCTION, LTD. OAR: Designer: LJA Engineering, Inc. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BASE BID GOLLIHAR ROAD IMPROVEMENTS - Kostoryz Road to Weber Road (Bond 2014) PART A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization, complete and in place per Lump Sum. LS 1 $ 670.000.00 $ 670,000.00 A2 Storm Water Pollution Prevention Plan, complete and in place per Lump Sum. LS 1 $ 6,000.00 S 6,000.00 A3 Traffic Control, complete and in place per Lump Sum. LS 1 $ 740,000.00 $ 740,000.00 A4 Exploratory Excavation, complete and in place per Lump Sum_ LS 1 $ 40,700.00 $ 40,700.00 A5 Ozone Action Day, complete and in place per Day. DA 5 $ 1,003.00 $ 5,000.00 SUBTOTAL PART A - GENERAL (Items Al thru A5) $ 1,461,700.00 PART B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Remove Curb and Gutter, complete and in place per Linear Foot. LF 8,954 $ 4.00 $ 35,816.00 82 Remove Concrete Driveway, complete and in place per Square Foot. SF 16,114 $ 1.20 $ 19,336.80 B3 Remove Asphalt Driveway, complete and in place per Square Foot. SF 530 $ 0.30 $ 159.00 B4 Remove Misc. Concrete, complete and in place per Square Foot. SF 859 $ 1.00 $ 859.00 B5 Street Excavation (1' B.O.C.), complete and in place per Square Yard. SY 35,958 $ 6.70 $ 240,918.60 B6 Subgrade Preparation (1' B.O.C.),, complete and in place per Square Yard. SY 35,958 $ 1.80 $ 64,724.40 B7 TX -5 Geogrid (1' B.O.C.), complete and in place per Square Yard. SY 35,958 $ 3.10 $ 111,469.80 B8 9" Type A, Grade 1 Crushed, Limestone Base per TxDOT Std. Spec. Item No. 247 (Lip -to -Up), complete and in place per Square Yard. SY 31,747 $ 19.00 $ 603,193.00 B9 Prime Coat (0.20 Gallons/SY), complete and in place per Gallon. GAL 6,349 $ 3.65 $ 23,173.85 B10 3" Type 'B' HMAC, complete and in place per Square Yard. SY 31,747 $ 14.00 $ 444,458.00 B11 2" Type 'D' HMAC, complete and in place per Square Yard. SY 31,747 $ 9.75 $ 309,533.25 B12 Std. 6" Curb and Gutter (Incl. Limestone Base Beneath Curb to 1' B.O.C.), complete and in place per Linear Foot. LF 10,689 $ 21.00 $ 224,469.00 B13 Full -Depth Pavement Repair, complete and in place per Square Yard, SY 32 $ 114.00 $ 3,64$.00 614 Concrete Driveway, complete and in place per Square Foot, SF 17,941 $ 8.90 $ 159,674.90 B15 Reflective Pavement Markings TY.1(W) (24") (SLD) (100 mil) - Stop Bar, complete and in place per Linear Foot. LF 289 $ 4.20 $ 1,213.80 ITEM DEBCRIPTi[3N UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B1 fi Reflective Pavement Markings TY.1(W) (24") (SLD) (100 mil) - Crosswalk, complete and in place per Linear Foot. LF 704 $ 4.20 $ 2,956.80 B17 Reflective Pavement Markings TY.l (W) (12") (SLD) (100 mil) - Crosswalk, complete and in place per Linear Foot. LF 1,065 $ 2.05 $ 2,183.25 618 Reflective Pavement Markings TY.1 (W) (8") (SLD) (1 DO mil), complete and in place per Linear Foot. LF 503 $ 0.90 $ 452.70 619 Reflective Pavement Markings TY.1 (Y) (4") (SLD) (100 mil), complete and in place per Linear Foot. LF 9,113 $ 0.45 $ 4,100.85 B20 Reflective Pavement Markings TY.1 (Y) (4") (BKN) (100 mil), complete and in place per Linear Foot. LF 2,010 $ 0.50 $ 1,005.00 B21 Reflective Pavement Markings TY.1 (W) (4") (BKN) (100 mil), complete and in place per Linear Foot. LF 2,300 $ 0.50 $ 1,150.00 B22 Prefabricated Pavement Markings TY.1 (W) (Word) "Only" (100 mil), complete and in place per Each. EA 4 $ 336.00 $ 1,344.00 B23 Prefabricated Pavement Markings TY.1 (W) (Left Turn Arrow) (100 mil), complete and in place per Each. EA 9 $ 224.00 $ 2,016.00 524 Prefabricated Pavement Markings TY.1 (W) (Combo Straight/Right Turn Arrow) (100 mil), complete and in place per Each. EA 10 $ 420.00 $ 4,200.00 525 Raised Reflective Pavement Markings (TYII-A-A) Yellow, complete and in place per Each. 260 $ 4.45 $ 1,157,00 B26 Raised Reflective Pavement Markings (TYI-C) White, complete and in place per Each. EA 144 $ 4.45 $ 640.80 B27 Raised Reflective Pavement Markings (TYII-B-B) Blue, complete and in place per Each. EA 20 $ 4.45 $ 89.00 B28 Combo Stop Sign (R1-1)/Street Name Sign (incl. Metal Pole and Foundation), complete and in place per Each. EA 12 $ 643.00 $ 7,716.00 B29 Speed Limit Sign (R2-1) (Incl. Metal Pole and Foundation), complete and in place per Each. EA 5 $ 476.00 $ 2,380.00 830 Lane Control Sign (Incl. Metal Pole and Foundation), complete and in place per Each. EA 4 $ 543.00 $ 2,172.00 B31 No Parking Sign (R7-1) (Incl. Metal Pole and Foundation), complete and in place per Each. EA 12 $ 476.00 $ 5,712.00 B32 Sift Fence, complete and in place per Linear Foot. LF 45 $ 8.95 $ 402.75 B33 Inlet Protection, complete and in place per Each. EA 42 $ 224.00 $ 9,408.00 B34 Revegetation (Hydromulch), complete and in place per Square Yard. SY 1,644 $ 1.70 $ 2,794,80 B35 Tree Protection Measures, complete and in place per Lump Sum, LS 1 5 2,240.00 $ 2,240.00 536 Remove Wood Fence, complete and in place per Linear Foot. LF 212 $ 5.15 $ 1,091.80 037 Remove Chainlink Fence, complete and in place per Linear Foot, LF 117 3 5.15 $ 602.55 538 Remove and Rebuild Wrought Iran Fence, complete and in Elace per Lump Sum. Install New Wood Fence, complete and in place per Linear Foot_ LS LF 1 197 $ 1,770.00 $ 1,770.00 5 35.00 $ 6,895.00 B39 1340 New Chainlink Fence, complete and in place per Linear Foot. LF LF 87 $ 43.00 $ 3,741.00 B41 Polymer Concrete Pull Box for 2" IT, complete and in place per Each. EA 10 $ 2,070.00 $ 20,700.00 ' ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 642 2" Blank IT Conduit (Sch. 40 PVC), complete and in place per Linear Foot. LF 5,290 $ 11.00 $ 58,190.00 B43 2" Blank 1T Conduit (Sch. 40 PVC), (Bored under sidewalk), complete and in place per Linear Foot. LF 51 $ 28.00 5 1,428.00 B44 Adjust ATT Manhole Ring and Cover, complete and in place per Each. EA 17 $ 2,060.00 $ 35,020.00 B45 Street Allowance (MANDATORY), complete and in place per Lump Sure. LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru 045) $ 2,476,206.70 PART C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Stockpile Benches and Signs (Incl. Coordination with RTA), complete and in place per Lump Sum. LS 1 $ 3,930_00 $ 3,930.00 C2 Concrete Bus Pad, complete and in place per Square Foot. SF 6,600 $ 17.00 $ 112,200.00 C3 6" Type A, Grade 1 Crushed, Limestone Base per TxDOT Std. Spec. Item No. 247, complete and in place per Square Yard. SY 733 $ 31.00 $ 22,723.00 C4 Concrete Shelter Pad, complete and in place per Square Foot. SF 2,936 $ 11.00 $ 32,296.00 SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ 171,149.00 PART 0 - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 Remove Existing Concrete Sidewalk, complete and in place per Square Foot. SF 38,826 $ 0.80 $ 31,060.80 D2 Concrete Pedestrian Sidewalk, complete and in place per Square Foot. SF 37,583 $ 8.85 $ 332,609.55 D3 Green Concrete Cycle Track, complete and in place per Square Foot. SF 37,965 $ 9.65 $ 366,362.25 D4 Monolithic Sidewalk Retaining Curb (Height Varies), complete and in place per Linear Foot. LF 2,398 $ 51.00 $ 122,298.00 05 Sidewalk Ramp, complete and in place per Square Foot. SF 8,009 $ 19.00 $ _ 152,171.00 06 Prefabricated Pavement Markings TY.1 (W) (Bike Symbol) (100 mil), complete and in place per Each. EA 34 $ 302.00 $ 10,268.00 D7 Prefabricated Pavement Markings TY.1 (W) (Straight Arrow) (100 mil), complete and in place per Each. EA 18 $ 140.00 $ 2,520.00 D8 Prefabricated Pavement Markings TY.1 (W) (Merge Arrow) (100 mil), complete and in place per Each. EA 16 $ 140.00 $ 2,240,00 09 Combo Cycle Track Lane Control Sign (R9-7 MOD)/Use Pedestrian Crossing Sign (R9-5 MOD) (Incl. Metal Pole and Foundation), complete and in place per Each EA 16 $ 487.00 $ 7,792.00 010 Combo Cycle Track Lane Control Sign (R9-7)/ Cycle Track Lane Control Sign (R9-7 MOD) (Incl. Metal Pole and Foundation), complete and in place per Each EA 17 $ 487.00 $ 8,279.00 SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru 010) $ 1,035,600.60 ' ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Confined Space Entry Measures, complete and in place per Lump Sum. LS 1 $ 150,000.00 $ 150,000.00 E2 Remove Existing 5' Curb Inlet, complete and in place per Each. EA 36 $ 765.00 $ 27,540.00 E3 Remove Curb and Gutter, complete and in place per Linear Foot. LF 188 $ 4.00 $ 752.00 E4 Remove Existing Type 'A' Manhole, complete and in place per Each. EA 6 $ 1,970.00 8 11,820.00 E5 Remove Existing Type 'C' Manhole, complete and in place per Each. EA 6 $ 1,310.00 $ 7,860.00 E6 Remove Existing 12" RCP, complete and in place per Linear Foot. LF 30 $ 35.00 $ 1,050.00 E7 Remove Existing 15" RCP, complete and in place per Linear Foot. LF 1,047 $ 35.00 $ 36,645.00 E8 Remove Existing 18" RCP, complete and in place per Linear Foot. LF 320 $ 38.00 $ 12,160.00 E9 Remove Existing 18" Steel, complete and in place per Linear Foot. LF 20 $ 39.00 $ 780.00 - 1=10 Remove Existing 24" RCP, complete and in place per Linear Foot. LF 412 $ 44.00 $ 1$,125.00 Ell Remove Existing 30" RCP, complete and in place per Linear Foot. LF 73 $ 54.00 $ 3,942.00 E12 Remove Existing 36" RCP, complete and in place per Linear Foot. LF 37 $ 67.00 $ 2,479.00 E13 Remove Existing 54'" RCP, complete and in place per Linear Foot. LF 54 $ 131.00 $ 7,074.00 E14 Remove Existing 8'x6' Box Culvert, complete and in place per Linear Foot. LF 10 $ 450.00 $ 4,500.00 E15 Remove BC Roof Deck (Existing BC), complete and in place per Square Foot. SF 2,568 $ 48.00 $ 123,264.00 - E16 18" Class II] RCP, complete and in place per Linear Foot. LF 930 $ 248.00 $ 230,640.00 E17 24" Class Ill RCP, complete and in place per Linear Foot. LF 574 $ 269.00 $ 154,406.00 E18 30" Class III RCP, complete and in place per Linear Foot. LF 49 $ 326.00 $ 15,974.00 E19 36" Class III RCP, complete and in place per Linear Foot. LF 119 $ 384.00 $ 45,696.00 E20 54" Class 1l1 RCP, complete and in place per Linear Foot. LF 50 $ 397.00 $ 19,850.00 E21_ 3'x3' Box Culvert, complete and in place per Linear Foot. LF 2,559 $ 420.00 $ 1,074,780.00 E22 4'x3' Box Culvert, complete and in place per Linear Foot. LF 658 $ 489.00 $ 321,762.00 E23 4'x4' RC Box Culvert, complete and in place per Linear Foot. LF 793 $ 546.00 $ 432,978.00 E24 5'x4' RC Box Culvert, complete and in place per Linear Foot. LF 1.143 $ 558.00 $ 637,794.00 E25 Pipe Trench Safety, complete and in place per Linear Foot. LF 6,875 $ 48.00 $ 330,000,00 E26 4' Diameter Type 'A' Manhole, complete and in place per Each. EA 4 $ 4,900.00 $ 19,600.0{} E27 5' Diameter Type 'A' Manhole, complete and in place per Each. EA 6 $ 5,710.00 $ 34,260.00 E28 Manhole Riser, complete and in place per Each. EA 21 $ 4,690.00 $ 98,490.00 E29 New BC Roof Deck (Existing BC), complete and in place per Square Foot. SF 2,568 $ 94.00 $ 241,392.00 [30 Box Culvert Equalization Hole, complete and in place per Each. EA 21 $ _ 7,090.00 $ 148,890.00 ITEM ` DESCRIPTION UNIT ESTIMATED QUANTITY PRICE EXTENDED AMOUNT AMOUNT E31 Box Culvert End Wall Structure, complete and in place per Each. EA 2 $ 2,720,00 $ 5,440.40 E32 JB1 - Precast 5'x.6.5'x5' Junction Box, complete and in place per Each. EA 1 $ 3,500.00 $ 3,500.00 E33 JB2 - Precast 6.5'x6.5`x6' Junction Box, complete and in place per Each. EA 1 $ 7,780.00 $ 7,780.00 E34 JB3 - Precast 6.5'x4'x6'Junction Box/Manhole Riser, complete and in place per Each. EA 1 $ 14,600.00 $ 10,600.00 E35 J84 - Precast 4`x8'x6' Junction Box, complete and in place per Each. EA 1 $ 3,500.00 $ 3,500.00 E36 JB5 - Precast 11 `x8'x9' Junction Box/Manhole Riser, complete and in place per Each. EA 1 $ 22,000.00 $ 22,000.00 E37 Manhole Trench Safety, complete and in place per Each. EA 33 $ 4,000.00 $ 132,000.00 E38 New Headwall, complete and in place per Lump Sum. LS 1 $ 3,930.00 $ 3,930.00 E39 Reconnect Existing 8'x6' BC to Proposed JB 5 © Station 45+91.27, complete and in place per Each. EA 1 $ 4,230.00 - $ 4,230,00 E40 Adjust Stormwater Manhole Ring and Cover, complete and in place per Each. EA 32 $ 671.00 $ 21,472.00 E41 5' Curb Inlet (4' Depth), complete and in place per Each. EA 16 $ 3,870.00 $ 61,920.00 E42 5' Curb Inlet (> 4' Depth), complete and in place per Each. EA 6 $ 4,530.00 $ 27,180.00 E43 5' Curb InletfType 'A' Manhole, complete and in place per Each. EA 5 $ 6,090.00 $ 30,450.00 E44 10' Curb Inlet (4' Depth), complete and in place per Each. EA 4 $ 5,070.00 $ 20,280.00 E45 10' Curb Inlet (> 4' Depth), complete and in place per Each. EA 6 $ 5,620.00 $ 33,720.00 E46 10' Curb Inlet/Type'A' Manhole, complete and in place per Each. EA 1 $ 10,000.00 $ 10,000.00 E47 Remove Culvert and Repair Existing Box Culvert Wall, complete and in place per Each. EA 36 $ 845.00 $ 30,420.00 E48 Clean and Repair Existing Box Culvert Spelling, complete and in place per Each. EA 13 $ 610.00 $ 7,930.00 E49 Full -Depth Pavement Repair, complete and in place per Square Yard. SY 93 $ 102.00 $ 9,486.00 E50 Drainage Allowance (MANDATORY), complete and in place per Lump Sum. LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items El thru E50) $ 4,710,344.00 PART F -WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 Remove and Salvage Existing Fire Hydrant, complete and in place per Each. EA 11 $ 1,450.00 $ 15,950.00 F2 Cut, Cap, & Abandon -in -Place Existing 1" Copper Waterline, complete and in place per Each. EA 1 $ 503.00 $ 503.04 F3 Remove Existing 1" Copper Waterline, complete and in place per Linear Foot, LF 34 $ 20.00 $ 680.00 F4 Remove Existing 4" CIP Waterline, complete and in place per Linear Foot. LF 82 $ 75.00 $ 6,396.00 F5 Cut, Cap, Grout, & Abandon -in -Place Existing 6" CIP Waterline, complete and in place per Linear Foot. LF 229 $ 79.00 $ 18,091.00 F6 Cut, Cap, Grout, & Abandon -in -Place Existing 6" ACP Waterline, complete and in place per Linear Foot. LF 90 5 116.00 $ 10,440.00 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT F7 Remove Existing 6" ACP Waterline, complete and in place per Linear Foot. LF 1,116 $ 40.00 $ 44,640.00 F8 Remove Existing 6'' CIP Waterline, complete and in place per Linear Foot. LF 598 $ 65.00 $ 38,870.00 F9 Cut, Cap, Grout, & Abandon-in-Place Existing 8" PVC Waterline, complete and in place per Linear Foot. LF 42 $ 112.00 5 4,704.00 F10 Cut, Cap, Grout, & Abandon-in-Place Existing 8" ACP Waterline, complete and in place per Linear Foot. LF 50 5 117.00 $ 5,850.00 F11 Remove Existing 8" ACP Waterline, complete and in place per Linear Foot. LF 5 $ 179.00 5 895.00 F12 Remove Existing 8" DIP Waterline, complete and in place per Linear Foot. LF 30 $ 145.00 $ 4,350.00 F13 Remove Existing 8" PVC Waterline, complete and in place per Linear Foot. LF 5 $ 179.00 $ 895.00 F14 Remove Existing 8'' CIP Waterline, complete and in place per Linear Foot. LF 86 $ 145.00 5 12,470.00 F15 Remove Existing 16" CIP Waterline, complete and in place per Linear Foot. LF 5,178 $ 50.00 $ 258,900.00 F16 2" PE Water Service (Incl. Service Saddle, Corp. Stop, PE, and Re- Connection), complete and in place per Linear Foot. LF 546 $ 63.00 5 34,398.00 F17 6" C900 PVC Waterline (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 21 $ 1$0.00 5 3,780.00 F18 6" Ductile Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 5 $ 1,140.00 5 5,700.00 F19 8" C900 PVC Waterline (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 916 $ 95.00 5 87,020.00 F20 8"Ductile Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 1,327 $ 150.00 $ 199,050.00 F21 16" C905 PVC Waterline (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 5,095 $ 210.00 $ 1,069,950.00 F22 16" Ductile Iron Pipe (Class 350) (Incl. Horizontal and Vertical Bends < 90), complete and in place per Linear Foot. LF 59 $ 313.00 18,467.00 F23 Pipe Trench Safety, complete and in place per Linear Foot. LF 7,969 $ 5.60 $ 44,626.40 F24 6" Tapping Sleeve & Valve, complete and in place per Each. EA 1 $ 5,710.00 $ 5,710.00 F25 6" Gate Valve & Box, complete and in place per Each. EA 1 $ 1,080.00 $ 1,080.00 F26 8" Gate Valve & Box, complete and in place per Each. EA 28 $ 1,540.00 $ 43,120.00 F27 16" Gate Valve & Box, complete and in place per Each. EA 14 $ 8,710.00 $ 121,940.00 F28 'Adjust Water Valve Box, complete and in place per Each. EA 43 5 735.00 $ 31,605.00 F29 New Fire Hydrant Assembly (No Tee Required), complete and in place per Each. EA 1 $ 5,740.00 $ 5,740.00 F30 New Fire Hydrant Assembly (Incl. 8"x6" Tee), complete and in place per Each. EA 15 $ 6,110.00 $ 91,650.00 F31 New Fire Hydrant Assembly (incl. 16"x6" Tee), complete and in place per Each. EA 4 5 7,430.00 $ 29,720.00 F32 6" 90 Deg. Bend, complete and in place per Each. ' EA 2 $ 655.00 $ 1,310.00 F33 8" 90 Deg. Bend, complete and in place per Each. EA 1 $ 660.00 $ 660.00 F34 8" Tee, complete and in place per Each. EA 2 $ 894.00 $ 1,788.00 F35 8"x4" Tee, complete and in place per Each. EA 1 $ 867.00 $ 867.00 F36 8"x6" Tee, complete and in place per Each. EA 2 $ 872.00 $ 1,744.00 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT F37 16"x8" Tee, complete and in place per Each. EA 16 $ 2,100.00 $ 33,600.00 F38 16"x8" Cross, complete and in place per Each. EA 4 $ 2,020.00 $ 8,080.00 F39 8"x4" Reducer, complete and in place per Each. EA 3 5 392.00 $ 1,176.00 F40 8"x6" Reducer, complete and in place per Each. EA 15 $ 408.00 $ 6,120.00 F41 8 Cap with Restrained Joints, complete and in place per Each. EA 2 $ 1,940-00 $ 3,880.00 F42 Remove and Relocate Exist. Water Meter (Includes A!I Req'd Fittngs, Valves, and Meter Boxes), complete and in place per Each. EA 1 $ 2,900.00 $ 2,900.00 F43 Reconnect Exist. Water Service (Includes All Req'd Fittings, Valves, and Meter Boxes), complete and in place per Each. EA 6 $ 2,100.00 S 12,600.00 F44 Connect to Exist. 1" WL (Includes All Req'd Fittings), complete and in place per Each. EA 1 $ 1,100.00 $ 1,100.00 F45 Connect to Exist. 4" WL (Includes All Req'd Fittings), complete and in place per Each. EA 4 $ 3,560.00 $ 14,240.00 F46 Connect to Exist. 6" WL (Includes AI Req'd Fittings), complete and in place per Each. EA 14 $ 5,070.00 $ 70,980.00 F47 Connect to Exist. 6" ACP WL (Includes Omni Coupling System), complete and in place per Each. EA 2 $ 5,180_00 $ 10,360.00 F48 Connect to Exist. 8" WL (Includes All Req'd Fittings), complete and in place per Each. EA 4 $ 5,210.00 $ 20,840.00 F49 Connect to Exist. 16" WL (Includes All Req'd Fittings), complete and in place per Each. EA 2 $ 10,500,00 $ 21,000.00 F50 Adjust Exist. 6" WL (Includes All Req'd Fittings), complete and in place per Each. EA 3 $ 6,400.00 $ 19,200.00 F51 Water Allowance (MANDATORY), complete and in place per Lump Sum. LS 1 $ 50,000,00 5 50,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (Items F1 thru F51) $ 2,499,635.40 PART G -WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 31 Remove Existing 8" VCP WWL, complete and in place per Linear Foot. LF 110 $ 65.00 $ 7,150.00 G2 Remove Existing 10" VCP WWL, complete and in place per Linear Foot. LF 84 $ 115.00 $ 9,660.00 G3 Grout Fill and Abandon -in -Place Existing 10" VCP WWL, complete and in place per Linear Foot. LF 1,326 $ 28.00 $ 37,128.00 34 Remove Existing 4' Manhole, complete and in place per Each. EA 2 $ 7,180,00 $ 14,360.00 35 Remove Ring and Cover, Top 2' of MH, and Grout Fill and Abandon -in -Place Existing 5' Manhole, complete and in place per Each. EA 2 $ 4,480.00 $ 8,960.00 G6 20" Steel Encasement Pipe, complete and in place per Linear Foot. LF 18 $ 555.00 $ 9,990.00 G7 Rubber End Seal for 20" Steel Casing, complete and in place per Each. EA 2 $ 84.00 5 168,00 G8 8" C900 DR18 PVC (0'-6`), complete and in place per Linear Foot. LF 106 $ 90.00 $ 9,540.00 G9 8" SDR26 PVC (10'-12'), complete and in place per Linear Foot. LF 18 $ 102.00 $ 1,836.00 G1 D 10" SDR26 PVC (10'-12'), complete and in place per Linear Foot. LF 207 $ 124.00 $ 25,668.00 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT G11 10" SDR26 PVC (12'-14'), complete and in place per Linear Foot. LF 530 $ 140.00 $ 74,200.00 G12 10" SDR26 PVC (14'-16'), complete and in place per Linear Foot. LF 16 $ 161.00 $ 2,576.00 G13 10" SDR26 PVC (16"-18'), complete and in place per Linear Foot. LF 630 $ 184.00 $ 115,920.00 G14 10" SDR26 PVC (18'-20'), complete and in place per Linear Foot. LF 47 $ 224.00 $ 10,528.00 G15 Pipe Trench Safety, complete and in place per Linear Foot. LF 1,554 $ 17.00 $ 26,418.00 G16 4" Diameter Manhole, complete and in place per Each. EA 6 $ 12,750.00 $ 76,500.00 G17 5' Diameter Manhole, complete and in place per Each. EA 3 $ 18,500.00 $ 55,500.00 G18 Manhole Extra Depth (> 61 complete and in place per Vertical Foot. VF 58 $ 1,010.00 $ 58,580.00 G19 Manhole Trench Safety, complete and in place per Each. EA 9 $ 1,060.00 $ 9,540.00 G20 Mission Rubber Coupling Connection (8"), complete and in place per Each. EA 1 $ 412.00 $ 412.00 G21 Adjust Wastewater Manhole Ring and Cover, complete and in place per Each. EA 11 $ 2,130_00 $ 23,430.00 G22 4" Drop Manhole Assembly, complete and in place per Each. EA 1 $ 5,850.00 $ 5,850.00 G23 Rehab Existing Manhole with FIG Liner and New 24" Ring and Cover, complete and in place per Each. EA 3 $ 14,700.00 $ 44,100.00 G24 Wastewater Allowance (MANDATORY), complete and in place per Lump Sum, LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G24) $ 653,014.00 ITEM DESCRIPTION UNIT ESTIMATEDUNIT QUANTITY PRICE EXTENDED AMOUNT PART H - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Remove & Haul Off Existing 14" Gas Line, complete and in place per Linear Foot. LF 5,189 $ 43.00 $ 223,127.00 H2 Adjust Existing Gas Valve & Riser to Finished Grade, complete and in place per Each. EA 3 $ 995.00 $ 2,985.04 H3 Gas Allowance (MANDATORY), complete and in place per Lump Sum. LS 1 $ 50,040.40 $ 50,000.04 SUBTOTAL PART H - GAS IMPROVEMENTS - (Items H1 thru H3) $ 276,112.00 PART 1 - TRAFFIC SIGNAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT 11 Drill Shaft (TRF Sig. Pole) (36 in), complete and in place per Linear Foot. LF 56 5 308.00 $ 17,248.00 12 Traffic Signal Controller Unit, complete and in place per Each. EA 1 $ 4,250.00 $ 4,250.00 13 Traffic Signal Cabinet and Assemblies, complete and in place per Each. EA 1 $ 14,000.00 $ 14.000.40 14 CONDT (PVC) (SCHD 40) (2"), complete and in place per Linear Foot. LF 165 $ 20.00 $ 3,300.00 15 CONDI (PVC) (SCHD 40) (4"), complete and in place per Linear Foot. LF 140 $ 26.00 $ 3,640.40 I6 CONDT (PVC) (SCHD 40) (2"") (Bore), complete and in place per Linear Foot. LF 405 $ 28.04 $ 11,340.40 17 CONDT (PVC) (SCHD 40) (4"") (Bore), complete and in place per Linear Foot. LF 540 $ 34.00 $ 18,360.00 l8 Elec. CONDR (No. 6) Bare, complete and in place per Linear Foot. LF 135 $ 2.15 $ 290.25 19 Elec. CONDR (No. 6) Insulated, complete and in place per Linear Foot. LF 270 $ 2.15 $ 580.50 110 Elec. CONDR (No. 8) Bare, complete and in place per Linear Foot. LF 1,115 $ 1.55 $ 1,728.25 111 Elec. CONDR (No. 8) Insulated, complete and in place per Linear Foot, LF 240 $ 2.00 $ 480,00 112 Tray Cable (3 CONDR) (12 AWG), complete and in place per Linear Foot. LF 1,235 $ 1.80 $ 2,223.00 113 Ground Box TY D with Apron, complete and in place per Each. EA 5 $ 839.00 $ 4,195.00 114 Elec. Sry TY T 120/240 000 (NS)SS(E)TS(U), complete and in place per Each. EA 1 $ 3,470.00 5 3,470.00 115 ILSN (LED) 65, complete and in place per Each. EA 2 $ 3,130.00 $ 6,260.00 116 ILSN (LED) 8S, complete and in place per Each. EA 2 $ 3,580.00 $ 7,160.00 117 NEMA Type Controller Foundation, complete and in place per Each. EA 1 $ 3,690.00 $ 3,690.00 118 Install HWY TRF SIG (Isolated), complete and in place per Lump Sum. LS 1 $ 2,800.00 $ 2,800.00 119 Install 12 Inch Vehicle Signal Section with Slotted Back Plate (3 Section), complete and in place per Each. EA 6 $ 884.00 $ 5,304.00 120 Install 12 Inch Vehicle Signal Section with Slotted Back Plate (5 Section), complete and in place per Each. EA 4 $ 973.00 S 3,892.00 121 Install Pedestrian Signa! Section (16 inch) with LED Countdown, complete and in place per Each. EA 8 $ 531.00 $ 4,248.00 122 LED Countdown Pedestrian Signal Module, complete and in place per Each. EA 8 $ 274.00 5 2,192.00 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 123 TRF SIG CBL (TY A) (14 AWG) (4 CONDR), complete and in place per Linear Foot, LE 228 $ 1.90 $ 433.20 124 TRF SIG CBL (TY A) (14 AWG) (5 CONDR), complete and in place per Linear Foot. LF 80 $ 2.00 $ 160.00 125 TRF SIG CBL (TY A) (14 AWG) (7 CONDR), complete and in place per Linear Foot. LF 228 $ 2.15 $ 490.20 126 TRF SIG CBL (TY A) (14 AWG) (16 CONDR), complete and in place per Linear Foot. LF 510 $ 3.90 $ 1,989.00 127 [N5 TRF SIG PL AM (S) 1 ARM (32') ILSN, complete and in place per Each. EA 2 $ 5,550.00 $ 13,100.00 128 INS TRF SIG PL AM (S) 1 ARM (40') LUM & ILSN, complete and in place per Each. EA 1 $ 9,400.00 $ 9,400.00 129 INS TRF SIG PL AM (S) 1 ARM (44') ILSN, complete and in place per Each. EA 1 9,730.00 $ 9,730.00 130 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (GRN), complete and in place per Each. EA 10 $ 85.00 $ 850.00 131 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (GRN ARW), complete and in place per Each. EA 2 $ 107.00 $ 214.00 132 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (YEL), complete and in place per Each, EA 10 $ 90.00 $ 900.00 133 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (YEL ARW), complete and in place per Each. EA 4 $ 93.00 $ 372.00 134 LED Traffic Signal Module - VEH SIG SEC (12 IN) LED (RED), complete and in place per Each. EA _ 10 $ 83.00 $ 830.00 135 Battery Back -Up System for Signal Cabinets, complete and in place per Each. EA 1 $ 8,730.00 $ 8,730.00 136 Removing Traffic Signals, complete and in place per Each. EA 1 $ 2,960.00 $ 2,960.00 137 Radar Detection Processor System (WAVETRONIX), complete and in place per Each_ EA 1 $ 4,030.00 $ 4,030.00 138 Radar Detector Assembly (WAVETRONIX), complete and in place per Each. EA 4 $ 6,380.00 $ 25,520.00 139 Radar Detection Set -Up System (WAVETRONIX), complete and in place per Each. EA 1 $ 699.00 $ 699.00 140 Radar Detector COMM & Power Cable (CAT 5-E 4C Twisted Pair, 24AWG), complete and in place per Linear Foot. LF 658 $ 3.90 $ 2,566.20 141 Pedestrian Detect Push Button (APS), complete and in place per Each. EA 8 $ 839.00 $ 6,712.00 142 Pedestrian Detector Controller Unit, complete and in place per Each. EA 1 $ 4,700.00 $ 4,700.00 143 Pan -Tilt -Zoom CCTV Camera (In Place) (C©HU), complete and in place per Each. EA 1 $ 9,510.00 $ 9,510.00 144 CCTV Camera #18 2C Cable Power, complete and in place per Linear Foot. LF 70 $ 11.00 $ 770.00 - 145 CCTV Camera Coaxial Cable Communication, complete and in place per Linear Foot LF 70 $ 11.00 $ 770.00 146 Traffic Signal Allowance (MANDATORY), complete and in place per Lump Sum. LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART I - TRAFFIC SIGNAL IMPROVEMENTS - (Items 11 thru 146) $ 251,086.60 TOTAL BASE BID (PARTS A THRU I) - GOLLIHAR ROAD 1 $ 13,534,848.30 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART J - ADDITIVE ALTERNATE NO. 1 �� Accelerated Project Completion Incentive - 525,000 per Month up to a Maximum of 3 Months, per Lump Sum LS I NO BID NO BID SUBTOTAL PART J - ADDITIVE ALTERNATE NO. 1 - (Item J1) NO BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A5) $ 1,461,700.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B45) $ 2,476,206.70 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 01 thru 04) $ 171,149.00 SUBTOTAL PART 0 - ADA IMPROVEMENTS (Items 01 thru 010) $ 1,035,600.60 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items El thru E50) $ 4,710,344.00 SUBTOTAL PART F - WATER IMPROVEMENTS (Items F1 thru F51) $ 2,499,635.40 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G24) $ 653,014 00 SUBTOTAL PART H - GAS IMPROVEMENTS - (Items H1 thru H3) $ 276,112.00 SUBTOTAL PART 1- TRAFFIC SIGNAL IMPROVEMENTS - (Items 11 thru 146) $ 251,086 60 TOTAL BASE BID (PARTS A THRU I) - GOLLIHAR ROAD IMPROVEMENTS $ 13,534,848.30 TOTAL ADDITIVE ALTERNATE NO. 1 (PART J) - (ITEM J1) CONTRACT TIMES NO BID Bidder agrees to reach Substantial Completion in 720 Bidder agrees to reach Final Completion in 750 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Haas -Anderson Construction, Ltd. , as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Corpus Christi, as Obligee, in the sum of Five Percent (5%) of Amount Bid by Principal Dollars ($Five Percent (5%) of Amount Bid by Principal) 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 Project No(s). E13088 & E13089 Gollihar Road Improvements - Kostoryz Road to Weber Road (Bond 2014) ("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 21 day of December, 2016. Haas -Anderson Construction, Ltd. (Principal) By: % r :.;Lr:. Haas•Andet on Management, LC. Travelers Casualty and Surety Company of America By: Annie Foley, Attorney-ih-Fact TRAVELERS) 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 230850 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty- and Surety Company of America United States Fidelity and Guaranty Company (7ertificate No. 0 0 6 8 012 4 0 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, Si. 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 Iaws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the Stale of Iowa. and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the -Companies"), and that the Companies do hereby make. constitute and appoint Betty J. Baxter. Kevin G. Keetch, Lonna Pokrani. Annie Foley. and Vickie Trhula of the City of Corpus Christi state or Texas , their true trod lawful Anorneytsl-in-Fact. each in their separate capacity if more than one is named above. to sign. execute. seal and acknowledge any and all hoods, recognisances, conditional undertakings and other writin+*s obligatory in the nature thereof on behalf o1 the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the 1)erEitrntancc of contracts and rsrruting or :guaranteeing bonds and undertakings required or permitted in any actions or procceilin+gs allowed by lase. IN WITNESS WHEREOF. the Companies have caused this instrument to be signed and their corporate seals to he hereto affixed. this day. of May 2016 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 18th St. Paul Mercury Insurance Company Travelers Casually and Surety Company Travelers Casualty and Surety Company of America United States Fidelity Lind Guaranty Company State of Connecticut 13v: City of Hartford S.N. RoFx:n L. Raney. Senior t'ire Presiderat On this the 18th day of May 2016 . before me personally appeared Robert L. Raney. who acknowledged himself io he 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. Si. Paul Gtutrdian Insurance C'nmpany, St. Paul Mercury Insurance Comitans, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity ind Guaranty Company. and that lie. 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. Mr Commission expires the 30th day of June. 2021 . 58440-5-16 Printed in U.S.A. Marie C. Tctreault. Public WARNING: THIS POWER OF ATfOSNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WtrHOUT 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 Chaimtan, 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, recognizanecs, 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 thc Chairman, the President. any Vice Chairman. any Executive Viee President. any Senior Vice President or any Vice President inay 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 thc nature of a bond, recognizance, or conditional undertaking shall be valid and binding ulxm 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 scaled with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal. if required) by one or more Attomeys-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 them to 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, Si Paul Guardian Insurance Company, 5t. 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 -f day of ,1> t b Zf 20 Kevin E. Hughes, Assistant Sec Leary To verify the authenticity of this Power of Attorney. call 1-800-421-3880 or contact us at www.travelershond.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 15 INVALID WITHOUT THE RED BORDER G STPAUL r TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.Q. 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. 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 31, 2017, is between the City of Corpus Christi (Owner) and Haas -Anderson Construction, Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road Improvements— Kostoryz Road to Weber Road (Bond 2014) (Project No(s) E13088 & E13089 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 820 Buffalo St. Corpus Christi, TX 78401-2216 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, 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 720 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 750 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 Agreement 00 52 23 - 1 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 Owner will suffer financial loss if the Work is riot 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 $ 1285.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $ 1285.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, 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 $ 13,534,848.30 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 00 52 23 - 2 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government. Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 3 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI 1110110/16red by R6[ecn HM16 DR: m.€.02006 HUMe. 2111 .MM.h@MI1111&000 Owds DS by 2017.0216 1E55:53 -06011 Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: ou. Aimee Aicom-Reed 2017.02.08 17:09:52 -0600' Assistant City Attorney Digitally signed by Jeb Edmo1e D611:17:7,611:17:7,1611,611 Edmond,ru+EegiMeing. bmaiMffneybliatteM6..m,a11S 21*2: 2017.02.93 1202:20 -0000' J.H. Edmonds, P.E. Director of Engineering Services M2017-017 BY COUNCIL 1 /31! 1 7 AUTHORIZED RH/ML Digitally signed by RHIML Date: 2017.02.17 08:59:25 -06'00' ATTEST (IF CORPORATION) CONTRACTOR Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Haas -Anderson Construction, Ltd. By: Title: Darryl 0. Haas D'gleay &Ydrmd by Dmryl O. Mom DH: anDmeyl 0. Ham mNmJndrme Ganem.. Wf., ay emallMham®hmybamncme, aDS NM 2017.02.01 10:16616-06011 President, Haas -Anderson Mgmt., L.C., Gen. Partner 1402 Holly Rd. Address Corpus Christi, TX 78417 City 361/853-2535 State Zip 361/853-5564 Phone Fax dcu I len gh a as -a nderson. com EMail END OF SECTION Agreement 00 52 23 - 6 Gollihar Road Improvements — Proj. No(s) E13088 & E13089 Rev 06-22-2016 (MM/DD/YYYY) A��"® DATE CERTIFICATE OF LIABILITY INSURANCE 2/1/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Diann Eisenhauer Higginbotham Insurance Agency, Inc. PHONE 361-561 4276 FAX 361-844-0101 dba Swantner&Gordon Insurance Agency, LLC A/c No E-MAIL deisenhauer hi Inbotham.net P O BOX 870 ADDRESS: @ 99 Corpus Christi TX 78403-0870 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:The Charter Oak Fire Insurance Co 25615 INSURED HAASA INSURER B:Travelers Property Casualty Co of A 25674 Haas-Anderson Construction Ltd INSURERC:The Travelers Indemnity Co of CT 25682 P. O. Box 7692 INSURERD:The Phoenix Insurance Company 25623 Corpus Christi TX 78467-7692 INSURER E:Great American Insurance CO 16691 INSURER F:Crum& Forster Specialty Ins. Co 44520 COVERAGES CERTIFICATE NUMBER:257593344 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY C04D398656 9/1/2016 9/1/2017 EACH OCCURRENCE $1,000,000 DAMACLAIMS-MADE XI PREMIS ES ETORENTED PREMISES Ea Occurrence) ccurrence $300,000 MED EXP(Any one person) $5,000 PERSONAL RADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY❑ PRO JECT ❑ LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY BA3D892937 9/1/2016 9/1/2017 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ AUTOrED AUTOSULED BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) X MCS-90 $ C X UMBRELLA LAB X OCCUR CUP3E987368 9/1/2016 9/1/2017 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTION$10,000 $ D WORKERS COMPENSATION UB4D402822 9/1/2016 9/1/2017 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ❑N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E Excess Umbrella TUE139924100 9/1/2016 9/1/2017 Each Occurrence $19,000,000 F Contractors Pollution PKC104345 9/1/2016 9/1/2017 Each Pollution Cond. $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) See Attached... 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 Engineering Services ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Sylvia Arriaga-Construction Contract Mgr. P. O. Box 9277 Corpus Christi TX 78469-9277 AUTHORIZED rREPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HAASA _ LOC#: ADDITIONAL REMARKS SCHEDULE Page 1 of 2 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Haas-Anderson Construction Ltd P. O. Box 7692 POLICY NUMBER Corpus Christi TX 78467-7692 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Commercial General Liability Policy includes a blanket automatic additional insured endorsement that provides additional insured status only when there is a written contract requiring such status. Form CG D6 04 08 13-Blanket Additional Insured (Contractors)/Form CG D3 16 11 11 -Contractors Xtend Endorsement(Blanket Additional Insured -Owners, Managers or Lessors of Premises; Blanket Additional Insured- Lessors of Lease Equipment; Blanket Additional Insured-State or Political Subdivisions-Permits) General Liability policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CG D6 04 08 13-Blanket Additional Insured-Automatic Status if Required by Written Contract(Contractors) Commercial General Liability Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CG D3 16 11 11 -Contractors Xtend Endorsement Commercial General Liability Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium. Form IL T4 05 -Blanket Notice of Cancellation (30 Days) Commercial General Liability policy includes Form CG D3 16 11 11 -Contractors Xtend Endorsement. Contractual Liability-With respect to operations performed within 50 feet of railroad property, the definition of insured contract in Section V Definitions 9."Insured Contract" Item c. is amended to read "Any easement of license agreement" and Item f.(1)is removed. Business Auto Policy includes a blanket automatic additional insured endorsement that provides additional insured status when there is a written contract that requires such status. Form CA T3 53 02 15-Business Auto Extension Endorsement Business Auto Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CA T3 53 02 15-Business Auto Extension Endorsement Business Auto Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium where required by written contract. Form IL T4 05—Blanket Notice of Cancellation (30 Days) Business Auto Policy includes Endorsement for Motor Carrier Policies of Insurance for Public Liability Under Sections 29&30 of the Motor Carrier Act of 1980-MCS-90 (Rev.4-00)(Rev. 09-08) Business Auto policy includes Endorsement CA 20 70 10 13-Coverage for Certain Operations in Connection with Railroads where required by written contract Workers Compensation Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form WC 42 03 04 (B)-Texas Waiver of Our Right to Recover from Others Endorsement Workers Compensation Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium where require by written contract. WC 42 06 01 (00)-Texas Notice of Material Change Endorsement-Blanket Notice of Cancellation (30 Days) Workers Compensation Policy includes Longshore and Harbor Workers'Compensation Act Coverage Endorsement Form WC 00 01 06 A Contractors Pollution includes Additional Insured-Owners, Lessees or Contractors-EN0111-0211 -Where Required by Written Contract; Primary and Non-Contributory Additional Insured with Waiver of Subrogation -EN0118-0211 -Where Required by Written Contract Umbrella Liability: Form UM 00 01 11 03 Except for the terms, definitions, conditions and exclusions of the Policy, the coverage provided by this Policy shall follow the terms,definitions, conditions and exclusions of the applicable underlying insurance. Waiver of Transfer of Rights or Recovery-Form UM 04 88 07/08 30 Day Notice of Cancellation-Form IL T4 05—Blanket Notice of Cancellation (30 Days) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: HAASA LOC#: AC"R" ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Haas-Anderson Construction Ltd P. O. Box 7692 POLICY NUMBER Corpus Christi TX 78467-7692 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Project: El3088/E13089 Gollihar Road Improvements-Kostoryz Road to Weber Road (Bond 2014) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Haas-Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 COMMERCIAL GENERAL LIABILITY 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS (a) The Additional Insured — Owners, AN INSURED: Lessees or Contractors — Scheduled Any person or organization that: Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, a. You agree in a "written contract requiring in- the Additional Insured — Owners, surance" to include as an additional insured Lessees or Contractors — Completed on this Coverage Part; and Operations endorsement CG 20 37 b. Has not been added as an additional insured 07 04 or CG 20 37 04 13, or both of for the same project by attachment of an en- such endorsements with either of dorsement under this Coverage Part which those edition dates; or includes such person or organization in the (b) Either or both of the following: the endorsement's schedule; Additional Insured — Owners, Les- is an insured, but: sees or Contractors — Scheduled a. Only with respect to liability for "bodily injury", Person Or Organization endorsement "property damage"or"personal injury"; and CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — b. Only as described in Paragraph (1), (2) or (3) Completed Operations endorsement below, whichever applies: CG 20 37, without an edition date of (1) If the "written contract requiring insur- such endorsement specified; ance" specifically requires you to provide the person or organization is an additional additional insured coverage to that per- insured only if the injury or damage is son or organization by the use of: caused, in whole or in part, by acts or (a) The Additional Insured — Owners, omissions of you or your subcontractor in Lessees or Contractors — (Form B) the performance of "your work" to which endorsement CG 20 10 11 85; or the "written contract requiring insurance" (b) Either or both of the following: the applies; or Additional Insured — Owners, Les- (3) If neither Paragraph (1) nor (2) above ap- sees or Contractors — Scheduled plies: Person Or Organization endorsement (a) The person or organization is an ad- CG 20 10 10 01, or the Additional In- ditional insured only if, and to the ex- sured — Owners, Lessees or Contrac- tent that, the injury or damage is tors — Completed Operations en- caused by acts or omissions of you or dorsement CG 20 37 10 01; your subcontractor in the perform- the person or organization is an additional ance of"your work"to which the "writ- insured only if the injury or damage arises ten contract requiring insurance" sp- out of "your work" to which the "written plies; and contract requiring insurance" applies; (b) The person or organization does not (2) If the "written contract requiring insur- qualify as an additional insured with ance" specifically requires you to provide respect to the independent acts or additional insured coverage to that per- omissions of such person or organi- son or organization by the use of: zation. CG D6 04 08 13 ©2013 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured and collectible other insurance, whether primary, by this endorsement is limited as follows: excess, contingent or on any other basis, that is a. If the Limits of Insurance of this Coverage available to the additional insured when that per- Part shown in the Declarations exceed the son or organization is an additional insured, or is minimum limits of liability required by the any other insured that does not qualify as a "written contract requiring insurance", the in- named insured, under such other insurance. surance provided to the additional insured will 4. As a condition of coverage provided to the addi- be limited to such minimum required limits of tional insured by this endorsement: liability. For the purposes of determining a. The additional insured must give us written whether this limitation applies, the minimum notice as soon as practicable of an "occur- limits of liability required by the "written con- rence" or an offense which may result in a tract requiring insurance will be considered claim. To the extent possible, such notice to include the minimum limits of liability of any should include: Umbrella or Excess liability coverage required for the additional insured by that "written con- (1) How, when and where the 'occurrence" tract requiring insurance". This endorsement or offense took place; will not increase the limits of insurance de- (2) The names and addresses of any injured scribed in Section III—Limits Of Insurance. persons and witnesses; and b. The insurance provided to the additional in- (3) The nature and location of any injury or sured does not apply to "bodily injury", "prop- damage arising out of the 'occurrence" or erty damage" or "personal injury" arising out offense. of the rendering of, or failure to render, any b. If a claim is made or "suit" is brought against professional architectural, engineering or sur- the additional insured, the additional insured veying services, including: must: (1) The preparing, approving, or failing to (1) Immediately record the specifics of the prepare or approve, maps, shop draw- claim or"suit"and the date received; and ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, (2) Notify us as soon as practicable. approving, or failing to prepare or ap- The additional insured must see to it that we prove, drawings and specifications; and receive written notice of the claim or "suit" as (2) Supervisory, inspection, architectural or soon as practicable. engineering activities. c. The additional insured must immediately send c. The insurance provided to the additional in- us copies of all legal papers received in con- sured does not apply to "bodily injury" or nection with the claim or"suit", cooperate with "property damage" caused by"your work" and us in the investigation or settlement of the included in the "products-completed opera- claim or defense against the "suit", and oth- tions hazard" unless the "written contract re- erwise comply with all policy conditions. quiring insurance" specifically requires you to d. The additional insured must tender the de- provide such coverage for that additional in- fense and indemnity of any claim or "suit" to sured during the policy period. any provider of other insurance which would 3. The insurance provided to the additional insured cover the additional insured for a loss we by this endorsement is excess over any valid and cover under this endorsement. However, this collectible other insurance, whether primary, ex- condition does not affect whether the insur- cess, contingent or on any other basis, that is ance provided to the additional insured by this available to the additional insured. However, if the endorsement is primary to other insurance "written contract requiring insurance" specifically available to the additional insured which cov- requires that this insurance apply on a primary ers that person or organization as a named basis or a primary and non-contributory basis, this insured as described in Paragraph 3. above. insurance is primary to other insurance available 5. The following is added to the DEFINITIONS Sec- to the additional insured under which that person or organization qualifies as a named insured, and tion: we will not share with that other insurance. But "Written contract requiring insurance" means that the insurance provided to the additional insured part of any written contract or agreement under by this endorsement still is excess over any valid which you are required to include a person or or- Page 2 of 3 ©2013 The Travelers Indemnity Company.All rights reserved. CG D6 04 08 13 COMMERCIAL GENERAL LIABILITY ganization as an additional insured on this Cover- a. After the signing and execution of the contract age Part, provided that the "bodily injury" and or agreement by you; and "property damage" occurs, and the "personal in- b. While that part of the contract or agreement is jury" is caused by an offense committed, during in effect. the policy period and: CG D6 04 08 13 ©2013 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Haas-Anderson Construction, Ltd. The Charter oak Fire Insurance Co COMMERCIAL GENERAL LIABILITY Policy #C04D398656 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE-This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured - Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured - States Or Political Subdivisions- Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured - Newly Acquired Or Formed K. Unintentional Omission Organizations F. Who Is An Insured - Broadened Named Insured L. Blanket Waiver Of Subrogation - Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured - Owners, Managers N. Contractual Liability- Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply Auto Or Watercraft, in Paragraph 2. of SECTION to "premises damage". Exclusion f.(1)(a) - COVERAGES - COVERAGE A BODILY IN- does not apply to "premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire, explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I - Coverage A 1. The first paragraph of the exceptions in Ex- - Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I - COVERAGES - Coverage Part that has Exclusion - All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I - "premises damage" as described in Para- COVERAGES - COVERAGE A. BODILY graph 6. of SECTION III - LIMITS OF IN- SURANCE. CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III— LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same occur- vehicle to which the Bodily Injury Liability rence", whether such damage results from: Coverage applies. We do not have to fur- fire; explosion; lightning; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water; or any combination of any of these causes. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part; or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of "insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises damage" is not an "insured contract"; 2. The following is added to Paragraph 2.a.(1) of SECTION II—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Section: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- "Premises damage" means "property dam- ing to provide: age" to: (i) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupied by you with permission tioner, registered nurse, licensed practical of the owner; or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic; or premises is rented to you, if you rent such (ii) First aid or "Good Samaritan services" by premises for a period of seven or fewer consecutive days. any of your "employees" or "volunteer workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV — COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or "Good Samaritan ser- (b) That is insurance for "premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III— LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide "incidental medical services", first aid Named Insured if there is no other insurance or "Good Samaritan services" to any one per- which provides similar coverage to that Or- son will be deemed to be one 'occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I — COV- only: ERAGES — COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it; or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services" means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory, x-ray it, and we agree in writing that it will Con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED — BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS: The following is added to SECTION II — WHO IS AN INSURED: The insurance is excess over any valid and collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or "Good Samaritan services" No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or "property damage" that occurred, or "personal Paragraph 2.a.(1) of Section II — Who Is An injury or advertising injury caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. II—WHO IS AN INSURED: CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS H. BLANKET ADDITIONAL INSURED — LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS The following is added to SECTION II — WHO IS AN INSURED: AN INSURED: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability sect to liability for "bodilyinjury", "property dam- for "bodily injury", "property damage", "personal p y injury"or"advertising injury" that: age", "personal injury" or"advertising injury" that: a. Is "bodily injury" or "property damage" that a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- ted, subsequent to the execution of that con- tract or agreement; and tract or agreement; and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations, whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or b. The insurance provided to such premises "property damage" that occurs, or "personal owner, manager or lessor does not apply to: injury" or "advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury" or"adver- lease expires. tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- surance must be primary to, or non- The following is added to SECTION II — WHO IS contributory with, such other insurance, in AN INSURED: which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part is company; or an insured, but only with respect to liability for (iii)An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or "advertising injury" arising out of such op- erations. that is your partner, joint venture member or manager; or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership,p, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or "advertising injury" arising out to give notice of an "occurrence" or of operations performed for that state or po- offense. litical subdivision; or (3) Notice to us of such "occurrence" or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the "occurrence" or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or (2) above ERAL LIABILITY CONDITIONS: discovers that the "occurrence" or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- surance provided under this Coverage Part to apply. you or any insured listed in Paragraph 1. or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of "pollutants" which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission of, or unintentional of an "occurrence" or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- aDDlicable insurance laws or reaulations. rence" or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph 8., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership orjoint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury, shock, fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion, but only for payments we make because of: of these at any tome. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY— RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of "insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: Subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured WENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- leted. The following replaces the definition of "bodily njury" in the DEFINITIONS Section: Page 6 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 Haas-Anderson Construction, Ltd. The Charter Oak Fire Insurance Co POLICY NUMBER: C04D398656 ISSUE DATE: 09/01/2016 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: _30 PERSON OR ORGANIZATION: Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. ADDRESS: PROVISIONS: If we cancel this policy for any statutorily permitted above. We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 ©2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas-Anderson Construction, Ltd. Travelers Property Casualty Co of America COMMERCIAL AUTO Policy #BA3D892937 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE -This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF B. BLANKET ADDITIONAL INSURED USE- INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES- INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS - INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO - LIMITED WORLDWIDE COV- LOSS ERAGE- INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE-GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II -COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II - COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II - COVERED Other Insurance, of SECTION IV - BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos" you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II —COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own, hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii) in may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- (iv) We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE— INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one "loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF SECTION IV— BUSINESS AUTO CONDITIONS: USE— INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III— PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one "accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES— INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: f i,@ of the "accidOAt" GIP"10552 We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- We will a u to $400 for "loss" to wearing a tent required of you by a written contract pay p 9 p- signed and executed prior to any "accident" parel and other personal property which is: or"loss", provided that the "accident" or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- -he following is added to Paragraph B.2., Con- lect additional premium or exercise our right of ealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. ECTION IV— BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc.with its permission. Haas-Anderson Construction, Ltd. Travelers Property Casualty Co of America POLICY NUMBER: BA3D892937 ISSUE DATE: 09/01/2016 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: _ 30 PERSON OR ORGANIZATION: Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. ADDRESS: PROVISIONS: If we cancel this policy for any statutorily permitted above. We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 ©2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas-Anderson Construction, Ltd. Travelers Property Casualty Co Of America COMMERCIAL AUTO POLICY NUMBER: BA3D892937 ISSUE DATE:09_01 _2016 09-01-2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS s endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM h respect to coverage provided under this endorsement, the provisions of the Coverage Form apply unless dified by the endorsement. SCHEDULE Scheduled Railroad Designated Job Site Any railroad where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. With respect to the use of a covered "auto" in operations for or affecting a railroad designated in the Schedule at a Designated Job Site, the two exceptions contained in the definition of"insured contract" relating to construction or demolition operations performed within 50 feet of a railroad do not apply. CA 20 70 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION Haas-Anderson Construction, Ltd. AND The Phoenix Insurance Company EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) POLICY NUMBER: UB4D402822 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ❑ Specific Waiver Name of person or organization ❑x Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Per schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/01/2016 Policy No. UB4D402822 Endorsement No. Insured Haas-Anderson Construction, Ltd. Premium Insurance Company Countersigned by The Phoenix Insurance Co. DATE OF ISSUE: 09/01/2016 ST ASSIGN: Page 1 of 1 ©Copyright 2014 National Council on Compensation Insurance, Inc.All Rights Reserved. Haas-Anderson Construction, Ltd. The Phoenix Insurance Company A01TRAVELER ` WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — POLICY NUMBER: UB4Do2822 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule, The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or**} 2. NOTICE WILL BE MAILED TO: Any person or organization to whom you have agreed in a written contract that notice of cancellation or material limitations to this policy will be given, but only if (1) You send us written request to provide such notice, including the name and address of such person/organization, after the first named insured receives notice from us; and (2) We receive such written request at least 14 days before the beginning of the applicable number of days shown in the schedule. This endorsement does not apply when the reason for cancellation is non-payment of premium. *" Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 0 9..01_2 016 ST ASSIGN: Haas-Anderson Construction, Ltd. Contractors Pollution #PKC104345 CRUM &FORST'EW 09/01/2016 - 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -• OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) or Organization(s) Where Required By Written Contract. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organizations) indicated in the Schedule shown above, but only with respect to liability caused, in whole or in part; by "your work' for that insured which is performed by you or by those acting on your behalf. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0111-0211 Page 1 of 1 Haas-Anderson Construction, Ltd. Contractors Pollution #PKC104345 09/01/2016 - 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NDN-CONTRIBUTORY ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) or Organization(s) Where Required By Written Contract. A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above; but solely with respect to "claims' caused in whole or in part, by "your work" for that person or organization performed by you; or by those acting on your behalf. This insurance shall be primary and non-contributory; but only in the event of a named insured's sole negligence. B. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for"damages" arising out of "your work" performed under a designated project or contract with that person(s) or organization(s). C. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any `claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0118-0211 Page 1 of 1 006116 PAYMENT BOND BOND NO. 106512378 Contractor as Principal Surety Name: Haas-Anderson Construction.Ltd. Name:Travelers Casualty and Surety Company of A merica Mailing address(principal place of business): Mailing address(principal place of business): 1402 Holly Rd. 9601 McAllister Freeway, Suite 700 Corpus Christi,TX 78417 San Antonio,TX 78216 Physical address(principal place of business): Owner 9601 McAllister Freeway, Suite 700 Name: City of Corpus Christi,Texas San Antonio,TX 78216 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: Connecticut 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): E13088/E13089 Goilihar Road Improvements— 210-525-3963 Kostorvz Road to Weber Road(Bond 20141 Telephone(for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch&Associates Award Date of the Contract: January 31,2017 Address: P.O. Box 3280 Contract Price: S13.534,848.30 Corpus Christi,TX 78463-3280 Telephone: 361-883-3803 Bond Email Address: afoley@keetchins.com Date of Bond: February 1, 2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number 1-800-252-3439 Payment Bond Form 00 6116-1 E13088/E13089 Gollihar Rd Impr—Kostoryz Rd to Weber Rd Bond 2014 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Pnn ipa Surety Signature: , / '^ Signature: ice, c�ts2 Name: ar;r / E . /�c_u r Name: Annie Foley Title: Title: Attorney-in-Fact Emailddrgss; C3g ���„F��� ,����, � �* Email Address: afoley@ceetchins.com fir"/ end pa d;fir (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 E13088/E13089 Gollihar Rd Impr-Kostoryz Rd to Weber Rd Bond 2014 7-8-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER #A► POWER OF ATTORNEY TRAVELERSJ 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 of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Atlorney-In Fact No. 230850 Certificate No. 006801246 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 Guarana, Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,]lie..is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Betty J.Baxter,Kevin G. Keetch,Lonna Pokrant,Annie Foley,and Vickie Trbula of the City of Corpus Christi .State of Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons.=uaranteeing the performance of contracts and executing or guaranteeing bands and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 18th day of May 2016 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 Surely Company of America St.Paul Fire and!Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company '�*y "'^�'.wVltEtl Z 3r 1 A s t a 197] i "' I I I n: dP t4WTFOtGl. t taatraro, $- �� 6a :nj �- or may, n R CfMi1L $ in 1tp6 SEAL o. iat-f �Hc= v�s'•�..� oYr...�...�� '6t .N v't`' attl,lHt� State of Connecticut By: City of Harford ss. Robert L.Raney,Senior Vice President On this the 18th day of May 2016 ,before me personally appeared Robert L.Rancy,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 lie,as such,being,authorized so to do,executed the foregoing instrument for the purposes ihercin contained by signing oil behalf of the corporations by himself as a duly authorized officer. C•T� In Witness Whereor,I hereunto set my hand and official sea]. W w My Commission expires the 30th day of June,2021. � At�e�1�� Marie C.Tetreauh.Notarn Public 58"0-5-16 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,SI. 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 orany 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 it 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 scaled 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 hearing 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. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casually Company,Fidelity an(I 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,1 have hereunto set my hand and affixed the seats of said Companies this._, day of uC-l`y 20 Kevin E.Hughes,Assistant Sec Lary GhSL,q�A �e%tlpL 6� 1*% 14$G Y 5 Say �,1��Np Y 1• �' 1t' wvee.�.,. G Y { �Q..�.......,B SP 9,� bJ dG �1la�Wf1'p 4� O�y l� X40 -•� � To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.lravelersbond.com.Please refer to the Attorttcy-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 STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 006113 PERFORMANCE BOND BOND NO. 106512378 Contractor as Principal Surety Name: Haas-Anderson Construction,Ltd. Name:Travelers Casualty and Surety Company of America Mailing address(principal place of business): Mailing address(principal place of business): 1402 Holly Rd. 9601 McAllister Freeway, Suite 700 Corpus Christi,TX 78417 San Antonio, TX 78216 Physical address(principal place of business): Owner 9601 McAllister Freeway, Suite 700 Name: City of Corpus Christi,Texas San Antonio, TX 78216 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: Connecticut 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): E13088/E13089 Gollihar Road Improvements— 210-525-3963 Kostong Road to Weber Road(Bond 2014) Telephone(for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch&Associates Award Date of the Contract:January 31,2017 Address: P.O. Box 3280 Contract Price: $13,534,848.30 Corpus Christi,TX 78463-3280 Bond Telephone: 361-883-3803 Email Address: afoley@keetchins.com Date of Bond: February 1,2017 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number. 1-800-252-3439 Performance Bond 00 6113-1 E13088/E13089 Gollihar Rd Impr—Kostoryz Rd to Weber Rd Bond 2014 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as principal Surety Signature: Signature: , Name: �al��>' ���` s Name: Annie Foley Title: fsr_: ids f. Haas-Anderson Managefent,LQ Titie: Attorney-in-Fact ir6( Rea r� , Email�ddids: s: gs�.��S_a Email Address: ataley@kEetchins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113 -2 M088/E13089 Gollihar Rd Impr-Kostoryz Rd to Weber Rd Bond 2014 7-8-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .� POWER OF ATTORNEY TRAVELERSFarmington 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. 230850 Certificate No. 0 V U O O 1 2 4 6 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 than Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Betty J.Baxter, Kevin G. Keetch.Lonna Pokrant, Annie Foley,and Vickie Trllula of the City of Corpus Christi ,State of Texas their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds,recognira aces,conditional undertakings and other writings obligatory its the nature thereof on behalf of the Companies in their business of euaruntecine the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undcrtakings required or permitted in any actions or pruceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument in be signed and their corporate seals to be hereto affixed,this 18th day of May 2016 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 p V_..,�r i�°"a''ra G _ �P ?OQ0.CQN•�� �^'J t� `'^... ib o i�n CIC0.9FORFIrO{ ,— x F ��r.r y FortvaRArf n! 1 o .mo i HARTFORD. HARiFOFiQ, SEACONK ' ti o R corm. 0 1896 t �ts...,�...�aa ty Shue of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 18th day of May 2016 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. G.TlT In Witness Whereof,I hereunto set my hand and official seal. 'moi My Commission expires the 30th day of June.202 1. p!►e��� t Marie C.Teueault.Sotary Public 58440-5-16 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 Guarani,; 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 Sion 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;my bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall he valid and binding upon the Company when(a)signed by the President,any Vice Cliairnian,a ny 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 Attomeys-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 Secretories or Attorneys-in-Fact for purposes only of executing and attesting bonds and underakings and other writir'p obligatory in the nature.thereof,and any Stich Power of Attorney or certificate bearing such Ftcsimile signature or facsimile seal Shall be valid and binding upon Iii: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. 1,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 affixes[the seals of said Companies this day of uGr y 20 I Kevin E.Hughes,Assistant Sec stare' �w5u�( TY Jstirti4 q;r QFK..�MS` �tir✓St/g4 ilpylY ANps ��ar �tY�_., pt'�,,'pyp.p�l�f/. •ra G yt ip F r °;i �J .......... 4 4. °j a �' Q� F,S a�00.POfla1"t (kf vORp '.n t � zitaarr ��re`•:4` ©iof a� ; sraa, (iustro a CONN. n x \caLY. q m 7$9S To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.ir2ivelersbond.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 STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267)675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code,and Section 53.202, Property Code, effective September 1, 2001.